Loading...
Bay City Equipment Industries, Inc., dba Bay City Electric WorksSECOND AMENDMENT TO CONTRACT SERVICES THIS SECOND AMENDMENT TO CONTRACT (the "Second Amendment") is made and entered into this first day of July, 2020, by and between the CITY OF POWAY, a municipal corporation (the "City"), a Bay City Equipment Industries, Inc., a California corporation dba Bay City Electric Works ("Contractor"). RECITALS 1. City and Contractor entered into that certain "Portable and Stationary Generators and Switchgear Maintenance Services" Contract " dated July 1, 2016 (the "Contract"), by which City and Contractor established the terms and conditions for providing generator and switchgear maintenance to assist the City in its municipal activities. 2. The Contract has a term of two (2) years and further provides inter alia, that the Contract may be extended for three (3) additional one-year terms upon approval of the City's City Manager and the Contractor. 3. City and Contractor now agree to extend the term of the Contract for one year beginning July 1, 2020 and terminating June 30, 2021 and to modify the fee schedule. NOW, THEREFORE, IT IS HEREBY AGREED AS FOLLOWS: Section 1. Paragraph 21 Section 11 of the appendices to the Contract (titled PROPOSING CONTRACTOR INFORMATION is hereby amended as follows: 21. Length of Contract. The term of this Contract shall be effective from the period commencing July 1, 2016 and ending June 30, 2021 unless sooner terminated by City as provided in the section of the Contract entitled "Suspension or Termination Without Cause." Upon expiration or termination of this Contract, Contractor shall return to City any and all equipment, documents or materials and all copies made thereof, which Contractor received from City or produced for City for the purposes of this Contract. Section 2. Section V of the proposal, Documents to be Executed by the Proposer, Fee Cumulatively known as Proposal Tables for the Portable and Stationary Generators and Switchgear Maintenance Services Contract, are hereby amended as to add new tables for the period of July 1, 2020 and ending June 30, 2021, each to read as set forth in Exhibit 1 to this Second Amendment. Section 3. Those certain schedules (titled "Proposal Tables") attached hereto as Exhibit 1 is hereby added to the Contract as Attachment B and is incorporated therein by this reference. Effective on the date of this Second Amendment, July 1, 2020, the Proposal Tables contained in Attachment B shall extend the Contract into its fifth year from July 1, 2020 to June 30, 2021. Section 4. Except as otherwise amended by this Second Amendment, all other terms and conditions of the Contract and each and every attachment, extension, amendment and exhibit thereto, shall remain in full force and effect. 1 IN WITNESS WHEREOF, the parties hereto have caused this Second Amendment to be executed the day and year first above written. CITY OF POWAY, a municipal corporation. By: ChrisHa-Itine, City Manager ATTEST: Faviola Medina, City Clerk APPROVED AS TO FORM: By: Alan Fenstermacher, City Attorney Attachment 2 Bay City Equipment Industries, Inc., a California corporation dba Bay City Electric Works, ATTACHMENT B Exhibit 1 LINE ITEM ORG 10 Reference/Address Transfer Switch Transfer Switch Model Annual Fuel Polishing LUMP SUM SERVICE (no hourly rates) Annual Load Bank Testing LUMP SUM SERVICE (no hourly rates) Annual Transfer Switch Seryke LUMP SUM SERVICE (no hourly rates) ANNUAL SERVICES TOTAL FUEL POLISHING + LOAD BANK + TRANSFER SWITCH 402 663 WTP 14521 Lake Poway Rd Stationary 2 3 4 5 10 11 12 40 13 40 14 40 15 40 16 40 17 18 �Mv Yes GE 2enIth Entelll-sw tch 250 207.67 $ 664.95 $ 306.90 $ 1,179.52 102 705 402 02 402 P5-1 14445 Lake Poway Rd Stationary 201.207.67 Yes Spectrum 5-56424341070 $ $ 409.20 $ 255.75 $ 072,62 02 750 16561 Martinco4 Portable Water Pump No NIA $ 207.67 N/A N/A $ 207.67 751 Heighte. 18130 Sunset PL Rd Staiicnary100kw Yea Thomson Tech TS874015B1AM3AMMAA f 207.67 5445.01 9255.75 $ 90842 02 752 Heights, 14710 Valley View Rd Stationary 100kw Yes Thomson Tech TS874015B1AM3AMMAA $ 207.67 5445.01 5255.75 $ 908A2 32 753 PS -5. 14093 Norihcrest Ln Statonary 35019v300 Yes Eaton Cutler Hammer ATC- $ 207.67 9 664.95 5 306.90 5 1,179.52 72 755 WTP, 14521 Lake Poway Rd Portable 250kw No NA $ 207.67 f 562.65 N/A 5 770.32 756 WTP. 14521 Lake Poway Rd Porta5o 250. No NA $ 207.67 5 562.65 N/A S 770,32 2 757 WTP, 14521 Lake Poway Rd Portable � No NA S 207.67 5 562.65 NIA S 770.32 756 WTP, 14521 Lake Poway Rd Portable 250kw No NA $ 207.67 S 562.65 N/A 5 770.32 2 759 WTP, 14521 Lake Poway Rd Portable 35 lev No NA $ 207.67 S 562.65 N/A S 770.32 2 760 INTP, 14521 Lake Poway Rd Portable 80. No NA $ 207.67 S 445.01 N/A $ 652.67 2 761 WTI.. 14521 Lake Poway Rd Portable 80. No NA $ 207.67 5 µ5.O1 N/A S 652.67 2 762 PS -6, 1421812 Hgh Valley Rd Stationary 450.250 Yes GE Zenith Enteill-swlkh $ 207.67 5 666.95 N/A 5 872.62 N/A Transfer Switch Public Works Administration 14467 Lake Poway Rd Yes Russelectrle Model RMTDMAN-2254E NIA N/A 5 308.90 f 306.90 I 706 014 Coach L5-1 17710 01d Coach Rd Stationary 85.17752468 Yes GE Specoa/Order 8 400 amp $ 207.67 S 445.01 S 255.75 5 998.42 754 L5-3. 12910 Camino del Valle Statioy 175.300 rw Yes Eaton Cutler Hammer ATC- $ 207.67 5 562.65 S 306.90 0 1,077.22 561 PW Admin/14467 Lake Poway Rd Stationary 271w propane (362 HP) Yes Public Works Administration Transfer Swihh N/A 5445.01 Public Works Administration Transfer Switch 5 445.01 562 Fleet Maintenance 14415 Lake Poway Rd Stationary 100kw Yes ASCO Series 300 Cat No E003000030400910F 0 207.67 S 445.01 $ 255.75 9 906.42 563 Fire Station 3m 14322 Pomedo Rd Stationary 200. Yes sel Detroit DleSCP-ACVA- 06005 S 207.67 f 562.65 f IOfi.90 S 1,077.22 564 PCPA 15498 Espola Rd Stationary 55kw Yes Detroit Diesel MPV GM2655 $ 207.67 f 445.01 0 255.75 5 908.42 566 Fire Station 2 16914 Westling Cl Stationary 26.207.67 Yes Spectrum R15-168643.0100 $ 5 445.01 5 255.75 S 908.42 662 City Hall 13325 Civic Center Dr Stao0nary610kw Yes Kohler Model KBT-AM WA - 10005 $ 207.67 $ 1,125.30 5 306.90 5 1,619.87 741 Sheriffs Station 13100 Bowron Rd Stationary 300kw Yes Cutler Hammer SPB65 $ 207.67 $ 664.95 S 306.90 $ 1,170,52 763 763.4 MQ-WiePonw3 1 14495-Rtl PogebiadOkw NA- N A NA- NA- WA RETIRED CONTRACT. 0/24/2010; REMOVE FR01.1 763A Wavra pertt 14415 Lake Poway Rd Portable 21 kw N/A N/A $ 207.67 $ 409.20 N/A $ 616.67 WA Transfer Switch Public Works Operatons 14445 Lake Poy Rd vra Yes Russelecmc Model RMTDMAN -40046 WA N/A 5 306.90 $ 306.90 $ 4,776.39 $ 12,547.10 $ 4,245.45 $ 21,568.93 TOTAL $ 21,568.93 413 19 413 20 413 21 413 22 413 23 413 24 413 DELET E 413 25 413 26 413 Ba CityElectric Works Annual r s Amendment #2 2020/2021 ATTACHMENT B Exhibit 1 Item Account ID Equipment Reference !Address Transfer Switch Model (3) Quarterly Visual and Operational Inspections & Maintenance PER QUARTER LUMP SUM SERVICE PER GENERATOR / TRANSFER SWITCH (nn hourly rateal Quarterly Visual and Operational Inspection and Maintenance TOTAL ANNUAL LUMP SUM SERVICE PER GENERATOR / TRANSFER SWITCH (no hourly rates) 1 402 663 WTP, 14521 Lake Poway Rd Stationary, 300kw GeZenith Entelli-switch $ 143.22 $ 429.66 2 402 705 PS -1, 14445 Lake Poway Rd Stationary 20kw Spectrum s-564243-0070 $ 143.22 $ 429.66 3 402 750 16561 Martincoit Godwin Portable Water Pump N/A $ 143.22 $ 429.66 4 402 751 Heights, 18130 Sunset Pt. Rd Stationary 100kw Thomson Tech TS874015B1AM3AMMAA $ 143.22 $ 429.66 5 402 752 Heights, 14710 Valley View Rd Stationary 100kw Thomson Tech TS874015B1AM3AMMAA $ 143.22 $ 429.66 6 402 753 PS -5, 14090 Northcrest Ln Stationary 350kw Eaton Cutter Hammer ATC -300, 600 Amp $ 143.22 5 429.66 7 402 755 WTP, 14521 Lake Poway Rd Portable 250kw NA $ 143.22 $ 426.66 8 402 756 W TP, 14521 Lake Poway Rd Portable 250kw NA $ 143.22 $ 426.66 9 402 757 WTP, 14521 Lake Poway Rd Portable 250kw NA $ 143.22 $ 429.66 10 402 758 WTP, 14521 Lake Poway Rd Portable 250kw NA $ 143.22 $ 429.66 11 402 759 WTP, 14521 Lake Poway Rd Portable 350kw NA $ 143.22 $ 429.66 12 402 760 WTP, 14521 Lake Poway Rd Portable 80kw NA $ 143.22 $ 429.66 13 402 761 WTP, 14521 Lake Poway Rd Portable 80kw NA 5 143.22 $ 429.66 14 402 762 14218 1/2 High Valley Rd Stationary 450kw GeZenith Entelli-switch 250 $ 143.22 5 429.66 15 403 706 Old Coach LS -1, 17710 Old Coach Rd Stationary 85kw GE Spectra/Order # 17752468 400 amp $ 143.22 5 429.66 16 403 754 LS -3, 12910 Camino del Valle Stationary 175kw Eaton Cutter Hammer ATC -300, 400 Amp $ 143.22 5 429.66 17 413 561 PW Admin/14467 Lake Poway Rd Stationary 27kw propane (36.2 HP) Russelectric Model RMTDMAN - 2254E $ 143.22 $ 429.66 18 413 562 Fleet Maintenance, 14415 Lake Poway Rd Stationary 100kw ASCO Series 300 Cat No E003000030400N10F $ 143.22 $ 429.66 19 413 563 Fire Station 3, 14322 Pomerado Rd Stationary 200kw Detroit Diesel SCP-ACVA 0600S 5 143.22 5 429.66 20 413 564 PCPA, 15498 Espola Rd Stationary 55kw Detroit Diesel MPV GM2655 $ 143.22 5 429.66 21 413 566 Fire Station 2, 16914 Westling Ct Stationary 26kw Spectrum RLS -168643- 0100 $ 143.22 5 429.66 22 413 662 City Hall, 13325 Civic Center Dr Stationary 810kw Kohler Model KBT- AMWA-1000S $ 143.22 5 429.66 23 413 741 Sheriffs Station, 13100 Bowron Rd Stationary 300kw Zenith ZBTS $ 143.22 $ 429.66 24 413 763 14414-Lake_Poway-Rtt, Pe#able-3Okw pIA Unit 763 RETIRED 8/24/2016 • REMOVE FROM CONTRACT Unit 763 RETIRED 3/24/2016 - REMOVE FROM CONTRACT 24 413 763A 14415 Lake Poway Rd, Portable 21 kw N/A $ 143.22 $ 429.66 25 402 XFR Switch Public Works Administration 14467 Lake Poway Rd Russelectric Model RMTDMAN - 2254E NA NA 26 413 XFR Switch Public Works Operation 14445 Lake Poway Rd Russelectric Model RMTDMAN - 4004E NA NA $ 3,437.28 $ 10,311.84 TOTAL $ 10,311.84 Bay City Electric Works Amendment #2 2020/2021 - ; ] / § § ! !g. § § § § 2 2 2 § Labor LUMP SUM M„riv raf�nl [ \ § ( \ \ § § § \ ) ) \ \ / Annual PM Sampling Costs Column added •er Addendum e4 Coolant 318.41 Fuel: 3102.30 Oil: 518.41 Coolant: 318.41 Fuel: 3102.30 Oil: 318.41 Coolant: $16.41 Fuel: 3102.30 Oil: 518.41 Coolant 318.41 Fuel: 5102.30 Oil: 518.41 Coolant 518.41 Fuel'. 510230 oil: 518.41 Coolant: 518.41 Fuel: 5102.30 011:518.41 Coolant: 518.41 Fuel: 5102.30 04:518.41 Coolant 518.41 Fuel: 5102.30 Oil: 518.41 7¥ ;@ 7@ ;B !¥ !¥ /@ \\\\\00: \\\\/\\\\\\\ \\ Coolant Filter (s) • P/N: N/A Pd.: 5N/A P/N: N/A Price: EN/A P/N: N/A Price: $N/A P/N: N/A Price: 5 N/A P/N: N/A Price: $ N/A 'aii: INN: N/A Pdce: 5N/A P/N: N/A Price: 5N/A P/N: N/A Price: 5N/A P/N: N/A Price: 5N/A )/}§}} Fuel Filter (6) PIN: N/A Price:$ N/A P/N:3614 Pdc0:32576 P/N: 3789 Price: 333.99 P/N: 3076 Price: 5 20.38 P/N: 3076 Price: $ 20.38 7"..17XFA-7P/11: 3751 Price: 530.39 Brand: NAPA P/N:3751 Price: 530.39 P/N: 3751 Price: 030.39 8 a: a! \;]§;0532§;f ¥ <§§I§ |!2|ll:Iz!)! 111% ;I�,�= |»# Fuel Water Separator (s) P/N: 3384 Pd.: 513.32 • P/N:328223 Price: S5.54 P/N: 3674 Price: 513.47 P/N: 60100 Price: 5 29.10 P/N: 60100 Price: $ 29.10 P/N: 3674 Price: 513.47 P/N: 3640 Price: 521.39 P/N: 3640 Price: 321.39 P/N: 3640 Price: 521.39 ! #§ § ® !!§!!!!!z|!2 ! ` § §. ! 'A! ; P. G e ,, ; 8)!!:!!) drantl: NAYA P/N: 3674 Price: 513.47 §.i w® !§ !!) Oil P/N: 15/40 Price: $108.32 P/N: 15/40 Price: 524.06 P/N: 15/40 Price: 5108.32 P/N: 15/40 Price: 5 23.49 P/N: 15/40 Price: 5 23.49 ) ! E PIN: 15/40 Price: 5120.36 P/N: 15/40 Price: 3120.36 P/N: 15/40 Price: 5120.36 « ) ) ! ) ) : ! ; ° [ ) : , brave: MOVIE P/N: 15/40 Price: 548.13 §§})j) \j}§j/§\)\/)§}} Oil Filter(s) P/N: 1792 Price: 516.78 P/N: 1460 Price: $10.53 P/N 1792 Price: 516.78 P/N: 1459 Price: 5 9.00 P/N: 1459 Nice: $ 9.00 78 16 r$ r8 Mi. '. NAPA P/N: 1792 Price: 516.78 P/N: 1792 Price: $16.77 \m;;; \}} !\:! i); §\0006 \!) Air Filter(e) P/N: 9572 Pdce: 562.50 P/N:258423 Price: 58.10 P/N: 6742 Price: 569.12 P/N: 2330 Price: 5 38.82 P/N: 2330 Price: 5 38.82 P/N: 6492 Price: 572.50 P/N: 6770 Price: 563.58 P/N: 6770 Price: 583.58 P/N: 6770 Price: 563.58 P/N: 6770 Price: 583.56 8 P/N: 6761 Price: 547.85 P/N: 6761 Price: 547.85 P/N: 6492 Price: 683.60 orano. 'sonar P/N: 0E115398 Price: 330.63 ! ; §' Equipment ID / Reference 663, WTP 14521 Lake Poway Rd Stationary 300kw 705. PS -1 14445 Lake Poway Rd Stationary 20kw 750, 16561 Maninooit • Portable Water Pump 751, Heights, 18130 Sunset Pt Rcl Stationary 1001w 752, Height, 14710 Vly View Rd Stationary 100kw 753, PS -5, 14090 Northcrest Ln Stationary350. 755, WTP, 14521 Lake Poway Rd Portable 250kw 756, WTP, 14521 Lake Poway Rd Portable 250kw 757, WTP, 14521 Lake Poway Rd Portable 250kw 756, WTP, 14521 Lake Poway Rd Portable 250kw 759, WTP, 14521 Lake Poway Rd Portable 350kw 760, WTP, 14521 Lake Poway Rd Portable 80kw /§ 762, P56, 1421812 High Valley Rd Stationary 450kw 706, LS -1 17710 Old Coach Rd Stationary 85kw (&_ §!! ;! ) r ' § 5 5' 5 § 5 § 5 5 5 5 e / \ Amendment #2 Bay City Electric Works TOTALS § ( k { j ( ) § Unit 763 Reeved 8/24/2018 REMOVE FROM CONTRACT (0 0) CO © Labor LUMP SUM fns hnnrly rafwal 8 ! - B : - 2 e - 8 i - 8 e - 8, : - 8 P 8 § - 8 : WN !18 /) /(k2 ��¥ °§\\�;;|/�\/\\ «|;t|3;];|.!68,3 / !n /@ Coolant: 518.41 Fuel: 5102.30 Oil: 518.41 Coolant: 518.41 Fuel: 9102.30 Oil: 516.41 ;@ | ||;/| \z' !« -.z.\\}ƒ$ !2 TOTAL Coolant Filter (s) P/N: N/A Price: SN/A P/N: N/A Price: $ N/A \}/ N/A Price: 5N/A x}},}}\}}_}\\}\|!} VIN 'I§!;<l§§: \j}2}2/1}/}\ P/N: N/A Price: 59/6 P/N: N/A Price: EN/A \ ƒ )! -; �!l: - <! - E\\2\\ �=;� brand:587• P/N: 3076 Price: 520.21 P/N: 223953 Price: 525.99 P/N, 336661 Price: 011.88 P/N: 277501 Price: 513.98 ()§!m§i�n §)J\\}16ati_ WN nrana: MOO. P/N: 15/40 Price: $120.36 P/N: 10/30 Price: 9 42.31 P/N: 15/40 Price: 524.05 P/N: 15/40 Price: 578.22 brand: M1T61I: PIN: 15/40 Price: 536.10 P/N: 15/40 Price: 524.06 Brans • • • : P/N: 15/40 Price: 572.20 °§ (\)|!} ° latarlY. don, P/N: 7325 Price: 513.19 P/N: 0A5310244 Price: 5 24.30 P19: 1459 Price: 58.48 P/N: 223673 Price: 512.53 drano. Komar P/N: GM32809 Price: 516.60 P/N: 360031 Price: 514.68 oomer P/N: GM13224 Price: 968.80 warm. oonier P/N: 279260 Price: 521.89 ; (\}|■} g Si 21 • P/N: 6770 P6ce: 583.60 P/N: 059402 Price. 5 10.26 P/N: 6761 Price: 547.85 P/N: 343219 Price: 572.80 !dram,. oonier P/N: 253107 'Price: 514.10 P/N: 253107 Price: 514.10 drano. 1,011101' P/N: 272982 Price: 5154.26 Ora.. nonier PIN: 272981 Price: 578.68 wen. pioro P/N: 2222 Price: 518.74 |)} N/A } i 754, LS -3, 12910 Camino del Valle 5tationary175kw 561, PW Admin 14467 Lake Poway Rd Stationary 2760 prows. 70.8 HPI 562, Fleet Maintenance 14415 Lake Poway Rd Stationary 10060 `t0 564, PCPA 15498 Espoia Rd Stationary 5560 566, Fire Station 2 16914 Weeding Ct Stationary 26kw \\} `r 741, Sheriffs Station 13100 Bowron Rd Stationary 300kw 763A, Wisperwatt 14415 Lake Poway Rd Portable 21 kw 763, MCi44sperwalt 44446-1-alte-PawaY-Rd Asgeble-dgkv. RETIRED 812412016 Transfer Switch Public Works Administration 14467 Lake Poway Rd Transfer Switch Public Works Operations 14.445 Lake Poway Rd ) § ; ; 7 e ; ; ; a i ; ; ! , , ! , 8 ; 8 8 ; 8 8 8 Amendment #2 Bay City Electric Works FIRST AMENDMENT TO CONTRACT SERVICES THIS FIRST AMENDMENT TO CONTRACT (the "First Amendment") is made and entered into this first day of August, 2019, by and between the CITY OF POWAY, a municipal corporation (the "City"), a Bay City Equipment Industries, Inc., a California corporation dba Bay City Electric Works ("Contractor"). RECITALS 1. City and Contractor entered into that certain "Portable and Stationary Generators and Switchgear Maintenance Services" Contract " dated July 1, 2016 (the "Contract"), by which City and Contractor established the terms and conditions for providing generator and switchgear maintenance to assist the City in its municipal activities. 2. The Contract has a term of two (2) years and further provides inter alia, that the Contract may be extended for three (3) additional one-year terms upon approval of the City's City Manager and the Contractor. 3. City and Contractor agreed to extend the term of the Contract for one year beginning July 1, 2018 and terminating June 30, 2019, but through inadvertence, the First Amendment was not executed. The Parties agree and acknowledge that they continued, to perform under the Contract as if the First Amendment had been formally executed. 4. City and Contractor now agree to affirm and formally retroactively extend the Contract for one year, terminating June 30, 2020. NOW, THEREFORE, IT IS HEREBY AGREED AS FOLLOWS: Section 1. To the extent it is required, the Parties hereby retroactively extend the term of the Contract commencing on July 1, 2016 to the date of this First Amendment, and expressly agree, acknowledge, represent and warrant that the Contract has been effective from July 1, 2016 to the date of this First Amendment, without interruption. Section 2. Paragraph 21 Section II of the appendices to the Contract (titled PROPOSING CONTRACTOR INFORMATION is hereby amended as follows: 21. Length of Contract. The term of this Contract shall be effective from the period commencing July 1, 2016 and ending June 30, 2020 unless sooner terminated by City as provided in the section of the Contract entitled Suspension or Termination Without Cause. This contract may be extended for one (1) additional one-year term upon the agreement of the City Manager and of the Contractor. Upon expiration or termination of this Contract, Contractor shall return to City any and all equipment, documents or materials and all copies made thereof, which Contractor received from City or produced for City for the purposes of this Contract. Section 3. Section V of the proposal, Documents to be Executed by the Proposer, Fee Cumulatively known as Proposal Tables for the Portable and Stationary Generators and Switchgear Maintenance Services Contract, are hereby amended as to add new tables for the period of July 1, 2019 and ending June 30, 2020, each to read as set forth in Exhibit 1 to this First Amendment. Section 4. Those certain schedules (titled "Proposal Tables") attached hereto as Exhibit 1 is hereby added to the Contract as Attachment A and is incorporated therein by this reference. Effective on the date of this First Amendment, July 1, 2019, the Proposal Tables contained in Attachment A shall extend the Contract into its fourth year from July 1, 2019 to June 30, 2020. Section 5. Except as otherwise amended by this First Amendment, all other terms and conditions of the Contract and each and every attachment, extension, amendment and exhibit thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to be executed the day and year first above written. CITY OF POWAY, a municipal corporation. By: 0 Chris Hazeltine, City Manager ATTEST: By: Faviola Medin., City Clerk APPROVED AS TO FORM: By: Alan Fenstermacher, City Attorney Attachment Bay City Equipment Industries, Inc., a California corporation dba Bay City Electric Works, ANNUAL SERVICE FOR FUEL POLISHING, LOAD TESTING AND TRANSFER SWITCH SERVICE LINE ITEM ORG ID Reference /Address Transfer Switch Transfer Switch Model Annual Fuel Polishing LUMP SUM SERVICE (no hourly rates) Annual Load Bank Testing LUMP SUM SERVICE (no hourly rates) Annual Transfer Switch Service LUMP SUM SERVICE (no hourly rates) ANNUAL SERVICES TOTAL FUEL POLISHING+ LOAD BANK+ TRANSFER SNATCH 1 402 663 W TP 14521 Lake Poway Rd Stationary 300kw Yes GE Zenith Entelli-switch 250 $ 203.00 $ 650.00 $ 300.00 $ 1,153.00 2 402 705 PS -1 14445 Lake Poway Rd Stationary 20kw Yes Spectrum s-564243-0070 $ 203.00 $ 400.00 $ 250.00 $ 853.00 3 402 750 16561 Martincoit;i,'l;tf.--�;',.. Portable Water Pump No . r.;rzuN ;:, 's1`;";.,'i=ia E:srE!: ;;,;;;,,;;; .,,, , , ,,rte,,,,,.,,,,,.,,,,, S 203.00 NIA • G/�' % .. file �n : i, / . „ls r�nfy;((rti� i?y �//y,,,, /'(J'./ sis%li.:!;>:;�: ;lr,.rs=lyrr��sj�.•,�;.: �fi.{OE•r,rzx;•, .,.W; S 203.00 4 402 751 Heights, 18130 Sunset Pt. Rd Stationary 100kw Yes Thomson Tech TS874015B1AM3AMMAA $203 $435.00 8250.00 $ 888.00 5 402 752 Heights, 14710 Valley View Rd Stationary 100kw Yes Thomson Tech TS874015B1AM3AMMAA 5203 $435.00 8250.00 $ 888.00 6 402 753 PS -5, 14090 Northcresl Ln Stationary 350kw Yes Eaton Cutler 00 mmer ATC- $ 203.00 $ 650.00 $ 300.00 $ 1,153.00 7 402 755 on -p, 14521 Lake Poway Rd Portable 250kw No"f i^riS :,-J,f,,• �"rl ,..,,, ? lfi!/%^"��` y ,;4 . � "q $ 203.00 /„�� , fif jf`Y.1^/�(lRYf'f /F(S rlrt J $ 550.00 y:l %// ?��,„,,, ,'y/•,'• i `4�f%/�y / l % Vii? $ 753.00 1 `i% 4;UFf�� l`[[llC1Lr jSj 8 402 756 WTP, 14521 Lake Poway Rd Portable 250kw No //rlr/fJfs� dllf ��� $ j{> >'i:�7'r�'� j:iri /t`i J, /r S J�✓� $ 203.00 �'� .",! /jf'I•..;;•<•;a.:r'rc,;;v;;?•;:;'i�;i;;:i�,jiKi ��f ' ✓s�l�;,3r/l/r! �;2•q%r:•s, /-,, $ 550.00 /.4s. ll1,f f Il.i ;,rysj.l�Yih r r!n e�n�jfl/rr. .!';a".,. Jf, ,,,, : gs;> $ 753.00 ';:;f;;;;: ,;;;�i.;cb %;e„z,.,,,:. /z•I�% i•1;;%:,,, ii,,/;, ;r;i-f;��;; ,5:;;:;'%; 9 402 757 WTP, 14521 Lake Poway Rd Portable 250kw No S�Y ^' l%`S�'A SCC I 7/ e�3J3s ff� i! N 7X f rrr($ 203.00 , �. • S l.lfJ .41,„„ ` f1 J $ 55000 :;rS SI.?:;;:; ti///iSSSS. ��rt;. ;%%�x;ics:;; /'!r! frs s rrl s rrr . S 75300 >j r # ' ' 41' :., / s %b r f u 10 402 758 WTP, 14521 Lake Poway Rd Portable 250kw No ,%r��� yrs/,-.4.-'mrr�n s4r.rJvi-T,./ r // / ./".,,„ ! jrri rlrlrr y j J $ 203.00 ///lJj/r rrrr% $ 550.00 rr rf sr!ar x /err frrs'rssfA'rt rsr r r - $ 753.00 v/01 lj//Frs/f/ v frrr 11 402 759 WTP, 14521 Lake Poway Rd Portable 35lNcw No ;l ,�f (rr JYf r l r yai(r,,ieiiii;' ";' f'; r/,� Jf $203.00 Jl/.i't,•r ,•.,ys/,✓✓/„��;f%i ✓.i 4' 'am„ 1llr'r res Jsayfrji^';:•al", ll,Li':I'Ftia%''' ��rsfl,,;.i�����-7,�<rrs� $ 550.00 .. ,rrrr//ifs i rrrr yi;f� /j rl<� ;;�, i, lfrF Jlf'>!?e�(��: ;;'�•-""'`"' ;; $ 753.00 ?"�;: ✓/� t �%J'Izt-C:. ?ry;. rr;,;.rllCr.,%rii °moi •lfls s'1- /1;.rrr r,..,..; tr I•/;r l,....-,l;s,%,. •. ,, „✓, /' f((i;;;,;'If (rlr:a:;J 12 402 760 WTP, 14521 Lake Poway Rd Portable 80kw No 7%f:1l�t; iEEE4EE•i,/siiEl3;1J/41 ,� ««;rr ;;: e ^s •r� J..;,, •' j;;' ••'�' Jjf / ./; ;%; II'::r: ;, $ 203.00 s rl rr/., �"t rl r is i is ✓,r 1„yc•ny/ $ 435.00 4sz l ti's ,, Wil: i:;;;r;f�,•,"rr J!r / ;;�;;;;f %`; r_ j (( '''f, $ 638.00 ,..,, rri�;r„r;; llc/rrrriz; y„,;;s „rril i %� :::::;✓i,• ° jlfil;/ ;r•; :I• r;r/!i/:; 13 402 761 WTP, 14521 Lake Poway Rd Portable Y 8(1kw No .i '•.' ' ' l �.0 / /�� /.. $ 203.00 ='� if%r / ,frr'✓ - S 43500 / f //l nn', ,r ,s tri ' (Q / 5 638.00 /' /a / -// �. / ` �` ter` / ti .l% ��' / i l�f•r ftr�J 1 r.:rrfr,.,, f�� 14 402 762 PS -6, 14218 1/2 High Valley Rd g �` Stations 450kw Yes GE Zenith Entelli-switch 250 $ 203.00 $ 650.00 I= �rf//Jir f• sy" �' % F !�/ Jf � /r S 853.00 �I'll!, /llailrlsa:,•:�r/iii 15 402 N/A Transfer Switch Public Works Administration 14467 Lake Poway Rd Yes Russelectric Model RMTDMAN - 2254E rrr,' s r g If ' rrrrr7;. // � rr rrr rr ,Yss//,,,,, , ,� ,•� ,,, .•, f ll7. , -,7 l,�t y+ / es 1 pr ✓t N % ,<,�y, $ 300.00 $ 300.00 16 403 706 Old Coach LS -1 17710 Old Coach Rd Stationary 851+w Yes GE Spectra/Order # 17752468 400 amp $ 203.00 $ 435.00 $ 250.00 $ 888.00 17 403 754 LS -3, 12910 Camino del Valle Sla1bnary175kw Yes Eaton CutlerHammermmer ATC- $ 203.00 $ 550.00 $ 300.00 $ 1,053.00 18 19 413 413 561 562 Pat AdmiN14467 Lake Prosy Rd Stationary 27kw propane (36.2 HP) Fleet Maintenance 14415 Lake Poway Rd Stationary 100kw Yes Yes �.� % ,t 7,/, %/ Ay' "J)� � .:... / <, f, , %il %'s.";%✓% �/ % /r % ; � / / ,, f ,• /,: '/r!C �,/�'1� ,i/ir//2J $435.00 / :/•� O 6" it �,;J�r//' ••:�. :. R' .. 4/ r R': I fig:. j` $ 435.00 /iiia %l//,: /�j ,ie ,l• :iJllr l:< 1, ,,iJ�74.0 ASCO Series 300 Cat No E003000030400N10F $ 203.00 $ 435.00 $ 250.00 $ 888.00 20 413 563 Fre Station 3 14322 Pomerado Rd Stationary 200kw Yes Detroit Diesel SCP,ACVA- 06005 $ 203.00 $ 550.00 $ 300.00 $ 1,053.00 21 413 564 PCPA 15498 Espola Rd Stationary 55kw Yes Detroit Diesel MPV GM2655 $ 203.00 $ 435.00 $ 250.00 $ 888.00 22 413 566 Fre Station 2 16914 Weslling Ct Stationary 261cw Yes Spectrum RLS -168643-0100 $ 203.00 $ 435.00 $ 250.00 $ 888.00 23 413 662 City Hall 13325 Civic Center Dr Stationary 810kw Yes Kohler Model KBT-AMWA- 10005 $ 203.00 $ 1,100.00 $ 300.00 $ 1,603.00 24 413 741 Sheriffs Station 13100 Bowron Rd Stationary 300kw Yes Cutler Hammer SPB65 $ 203.00 $ 650.00 $ 300.00 $ 1,153.00 DELET E 413763 3A,MQ-Wispeiwa„,--,./'/.;43,,V,-,- i4415-Lake-Pevsy Rd ',N/ '5'_ ,. _V,-,'f/rr /ri +//!f/ , l 75., WA r, ,��r Cr r,., ,/ N & // $ 203.00 rrr��. fJ 4 / �•� rJ,,,,,,,,,:f/i // / it ., $ 400.00 r�rr, . f/ /. t�•. fi/il:r 1/ RETIRED 8/2 4/2016. REMOVE FROM CONTRACT .P9rtabk-39kW 25 413 763A Wisperwall 14415 Lake Poway Rd Portable 21kw N/A N/A $ 603.00 26 413 N/A Transfer Switch Public Works Operators 14445 Lake Poway Rd Yes Russeleclric Model RMTDMAN •4004E lsy4:l<iiiiryl'i fFlf./�«,*',rtiifi�lrl.,;.�.•=1iii%�<fjf�lr:?' !!F f n�� sff rrrr / r ssJ ✓"!/l rjr� - * % / s ��"t'r f�' // ,�]% f Ai !!!' r lfrl /f $ 300.00 $ 300.00 q, �:;, , : / f, -,f.irs;ili;iz;� QUARTERLY INSPECTION & MAINTENANCE Item Account ID Equipment Reference / Address Transfer Switch Model (3) Quarterly Visual and Operational Inspections & Maintenance PER QUARTER LUMP SUM SERVICE PER GENERATOR / TRANSFER SWITCH (no hourly rtes Quarterly Visual and Operational Inspection and Maintenance TOTAL ANNUAL LUMP SUM SERVICE PER GENERATOR / TRANSFER SWITCH (nn hourly rates► 1 402 663 WTP, 14521 Lake Poway Rd Stationary, 300kw GeZenith Entelli-switch $ 140.00 $ 420.00 2 402 705 PS -1, 14445 Lake Poway Rd Stationary 20kw Spectrum s-564243-0070 $ 140.00 $ 420.00 3 402 750 16561 Martincoit Godwin Portable Water Pump lru.rJr.,'rr,:s/J:;;a"pi: ` `J"'/` " 1 ` ' ' $ 140.00 $ 420.00 4 402 751 Heights, 18130 Sunset Pt. Rd Stationary 100kw Thomson Tech TS874015B1AM3AMMAA $ 140.00 $ 420.00 5 402 752 Heights, 14710 Valley View Rd Stationary 100kw Thomson Tech TS874015B1AM3AMMAA $ 140.00 $ 420.00 6 402 753 PS -5, 14090 Northcrest Ln Stationary 350kw Eaton Cutter Hammer ATC -300, 600 Amp $ 140.00 $ 420.00 7 402 755 WTP, 14521 Lake Poway Rd Portable250kwirgal/r<rrmr�� % . 1) ; . ;•'%° -- rr -m , f, $ 140.00 i.; $ 420.00 8 402 756 WTP, 14521 Lake Poway Rd Portable 250kw . rrlirr a r 1r ror ¢ i'l rrf :r` t::: T l%r! Vii;; ' ; $ 140.00 '„t�'=,:•;;�t�--;:;=-f1„`4:�:�.;�;;,r $ 420.00 9 402 757 WTP, 14521 Lake Poway Rd Portable 250kw rf �i✓iriv ll�Jrr;•iii%z'(fS*,••irrii(r:}}ffi>�, �j l %fv S f! ,,V rrr ; $ 140.00 rm:, ,•,s:: ' rrr�:n... '';f ,- $ 420.00 10 402 758 WTP, 14521 Lake Poway Rd Portable 250kw .;;;•� e,ir;;,,- , i,, •---,.:-:: $ 140.00 i�7«�;y�;h.j-`'=? j /r%;�%J„f'rr frrerrn :,, rrb" „ rrrrrlr $ 420.00 11 402 759 WTP, 14521 Lake PowayRd Portable 350kw » r t7,,,,, r`r `-,�», r :: ,%:;k0.41 .,,:;, ,; /;:; ;; ;r,= $ 140.00 ;;/Tsr ill r r ✓r%s;",r 5,,„ rs r $ 420.00 12 402 760 WTP, 14521 Lake Poway Rd Portable 80kw l���, if, // $ 140.00 ,,;' � -'••-f 'F, :;- ' f mfr /Yl� ��: � , './ ii% :•- fJ $ 420.00 13 402 761 WTP, 14521 Lake Poway Rd Portable 80kw ,f< f ";!..:,V, <? �a v r;�'r� . +rr.rlle- 140.00 ,�, ;..;,•::::,-„c2' ,,..€ $ 420.00 14 402 762 14218 1/2 High Valley Rd Stationary 450kw GeZenith Entelli-switch 250 $ 140.00 $ 420.00 15 403 706 OId Coach LS -1, 17710 OId Coach Rd Stationary 85kw GE Spectra/Order # 17752468 400 amp $ 140.00 $ 420.00 16 403 754 LS -3, 12910 Camino del Valle Stationary 175kw Eaton Cutter Hammer ATC -300, 400 Amp $ 140.00 $ 420.00 17 413 561 PW Admin/14467 Lake Poway Rd Stationary 27kw propane (36.2 HP) Russelectric Model RMTDMAN - 2254E $ 140.00 $ 420.00 18 413 562 Fleet Maintenance, 14415 Lake Poway Rd Stationary 100kw ASCO Series 300 Cat No E003000030400N10F $ 140.00 $ 420.00 19 413 563 Fire Station 3, 14322 Pomerado Rd Stationary 200kw Detroit Diesel SCP-ACVA. 0600S $ 140.00 $ 420.00 20 413 564 PCPA, 15498 Espola Rd Stationary 55kw Detroit Diesel MPV GM2655 $ 140.00 $ 420.00 21 413 566 Fire Station 2, 16914 Westling Ct Stationary 26kw Spectrum RLS -168643- 0100 $ 140.00 $ 420.00 22 413 662 City Hall, 13325 Civic Center Dr Stationary 810kw Kohler Model KBT- AMWA-1000S $ 140.00 $ 420.00 23 413 741 Sheriffs Station, 13100 Bowron Rd Stationary 300kw Zenith ZBTS $ 140.00 $ 420.00 24 413 763, �� / /7/7/4:x./ /"fir Unit 763 RETIRED 8/24/2016 - REMOVE FROM CONTRACT Unit 763 RETIRED 8/24/2016 - REMOVE FROM CONTRACT 24 413 763A 14415 Lake Poway Rd, Portable 21kw N/A $ 140.00 $ 420.00 25 402 XFR Switch Public Works Administration 14467 Lake Poway Rd Russelectric Model RMTDMAN - 2254E rrr grJnl rrfr,rr fff ui!"/ jJl�f rr((rrX, ru ire yf! rrrr rrr !3 , ✓jc, Jf „r , / „ r< j /rr r y rrr .rr rr rrr f 4 rrrr!'11,3111f'j�rj���(rr frr r•,,. r Jl! /i� ilfijiffl�r''' ✓i , i % a f, �Jfj/f fj/ a, r //: 26 413 XFR Switch Public Works Operation 14445 Lake Poway Rd Russelectric Model/'4,(4,,,-.?1 RMTDMAN - 4004E dTTITtr/f !" I 9TITTf dlTTif//t11 „F,' dp : , ` � rrr fr�r�/r'Gu� r rrr uJs a r !! r r,1,3, ',:4:5,,,-4, 1 d gj J, J r!fT%// Si 1, ,,// �/LI16 ! r J f � l �rrrfrl j lf�j' � rr/� ,» i rrr r1 „:,,w.; .t f,3 ! s AC'l (r .,,,;- <✓ ,if ` I rr-✓J ,rr:J1r3 I rr, 1, , r l / 1) rrl�flr rl f,Fi`1 .rrl ! l _ r(r S 4 5.f! rrr $ 3,360.00 $ 10,080.00 TOTAL $ 10,080.00 Bay City Electric Works Amendment #1 2019/2020 VJ 1— L.1. ^Q 0 z NQ IJ.. co w U w w U Z Z W z w z Ce w CC _J 0 J z z TOTALS q N A N 4 V N 4 m N m � N a d a y m N ro N o 1` n N e n r N n A N o 1` A N se pNp m N uAi n N N n n N N q m N m 2 . aaD .1c 8. 8 N N N p N NN 8 j Q 8 p p 8 N p 8 N 8 ? N p V N O 8 N 8 8 N 8 N 19 8 N N 8. 0 0 8 N ✓i Annual PM Sampling Costs (Column added per Addendum #41 Coolant: $18.00 Fuel: $100.00 Oil: $18.00 m 8 N o U ii O m` O m 8 ";: 0 w U ii e m O Coolant: $ 18.00 Fuel: $ 100.00 Oil: $ 18.00 Coolant: $ 18.00 Fuel: $ 100.00 Oil: $ 18.00 m 8 N eq w m U 2 O Coolant: $18.00 Fuel: $100.00 Oil: $18.00 Coolant: $18.00 Fuel: 8100.00 Oil: $18.01 Coolant: $18.00 Fuel: 8100.00 Oil: $18.02 m 8 w eo ,_ U ii O Coolant: $18.00 Fuel: $100.00 Oil: 818.00 Coolant: $18.00 Fuel: $100.00 Oil: $18.00 Coolant: $18.00 Fuel: $100.00 Oil: $18.01 m 8 N e t U a e O Coolant: $18.00 Fuel: $100.00 Oil: $18.00 Coolant Filter (s) 3 a p Z Z n a a � .a� .0 a 4 'z a C Z La Z n a a ZN a` 4 3 ¢ y Z Z n a a Z„� .(g. ._ a` Q 3 a C Lo Z a a a 19 .Q1 a Q 3 g G Z La Z n a a ,,, ti a Q z 3 a N C Z U m Z ._ a` a a` 3 a Z N C Z .6 Lo Z �` n a a` :ran.: `I P/N: N/A Price: $N/A :ran.: •r P/N: N/A Price: $NIA zz $ Z N p Z Z n a a` 3$ z N p Z .6 Z a a a` 3 $ z N p Z Z a a a` :ran.: 't P/N: N/A Price: $N/A :ran.: n• P/N: N/A Price: $N/A 3 $ Z w p Z m Y. a` a a Fuel Filter (s) Q Z Q EZ `e Z n a a Z N a i a , Z (p y .. e Z n a °'° N NN a :ran•: � • • P/N: 3789 Price: $33.23 a m Z O p 17 `e Z n a rn m N a a m Z O E `e z n a a m N .� a i n Q F. Z N D `.'-'3. e s a a i g, Q O Z § N N 'O '7. g Z n a a P/N: 3606 Price: $24.34 P/N: 3606 Price: $24.34 P/N: 3606 Price: $24.34 Brand: NAPA P/14:3751 Price: $29.71 i po xi Q O Z N O N tl m e z n a a :ran.: , • • P/N: 601000 Price: $28.23 :ran•... -. P/N: 3751 Price: $29.71 Q Q Z a Z N g Z e l f. a a a Fuel Water Separator (s) 4 i z Z V Z n a N o f `i, -,' w °S a bran o er P/N:328223 Price: $5.42 82nd: NAPA P/N: 3674 Price: $13.17 bran •: •apo P/N: 60100 Price: $ 28.45 Fran : apo P/N: 60100 Price: $ 28.45 4 i Q V E Z w if i Z n a a Q y m 4 gg z f,,',. U I z 8 n a a Q 4 l m y m 4 g o Q gg o z �b w z �b w C l7 D l7 `e z e z °3 n a a n a a Q 4 n y m y Q o 4 ri 'z lb w Z w V M N D 8 `e z `e z P n a a n n a Q m L A Q m of Z w iD `e z . n a a San•: •... P/N: 3076 Pnce: 519.76 :ran.: •... P/14: 3674 Price: $13.17 :ran•:.... P/N: 3472 Price: $11.48 O N L 22S IlI Lo a a 2 1� O N a` N L 2223 N La Z n a filN N i a` Brantl: Mobile P/N: 15/40 Price: 9105.88 82nd: moblte P/N: 15/40 Price: $ 22.96 _ sa La Z a a so, N _ a` 2 V .3 a 2 N N Lo 7 n a a` N 2 QD I, 2 ' r. N La _ a a a` N 8 , 8 Li s r �b" I, 2 ' 2 ^ N 6 .6N N N Lo Z _ Lo _ a a a` n a a` 2 2 y 4G 1, s 8 n 2 ' 2 N• N ! N Lo 2 _ C u a a a` $ a a` brand: moue P/N: 15/40 Price: $23.52 N N d tp] O lrl �np 2 V N 2 ' N 1! § Z g g Z n a a` p a r N a d m0 8. a Ill N g Z s `a a I IL O a Q N m D `�a z n a p V a a` 1 4 po�pp V C N n a N O 7, k a` 1 4 N z 8 r g Z n a p V cO w a` N a OI Z V C r N Z n `a O os N .§ a N co O Z v p 7. N ? n a O m N 6E c a o Q O Q N m Z o K r E ? = n a a` brand: NAPA P/N: 1792 Price: $16.40 Q 4 Q N �O Q N �O 2 w n W C r V .. y z U N z '--A n a ` a a Y. 4 4 Q N �O N n w Z r W C •• C •• g z U@ z @'_l n a a` n a a` 4 4 OI mN D .- E z Y. n a a` Q Q Q OI Q N `a . . r p .. 9 •• N z E •z n a a` a` a q. H Y. a 4 Q A N Z �$ w = •- N z n a a` a d IL a i p 1.:%f Z $ a o x • a` orand: wmer P/N: 258423 Price: $7.92 Drano: NArA P/N: 6742 P6ce: 567.57 N Q rS p N Z • `n a m r N a N n Z D N Z s a A N" °� a` oranc: NArA P/N: 6492 Price: 570.87 181.110. NAPA P/N: 6770 Price: 581.72 2 n 1 n _ _ L F'i Z F p m D m Z Z' a a a n a a` P/N: 6770 Price: $81.72 :ran•: • • • • P/N: 6492 Price: $70.87 nn L n 3 m Z o a IT. Drano. NArA P/N: 6761 Price: 546.77 : ran•: �•-• P/N: 6492 Price: $81.72 Drano: nonrer P/N: GM15398 ,Price: $29.94 Equipment ID / Reference 663, WTP 14521 Lake Poway Rd Stationary 300kw 705, PS -1 14445 Lake Poway Rd Stationary 20kw §a' E m N �a rg r 751, Heights, 18130 Sunset Pt Rd Stationary 100kw 752, Heights, 14710 Vly View Rd Stationary 100kw 753, PSS, 14090 Northcrest Ln Stationary 350kw 755, WTP, 14521 Lake Poway Rd Portable 250kw 756, WTP, 14521 Lake Poway Rd Portable 250kw 757, WTP, 14521 Lake Poway Rd Portable 250kw 758, WTP, 14521 Lake Poway Rd Portable 250kw 759, WTP, 14521 Lake Poway Rd Portable 350kw 760, WTP, 14521 Lake Poway Rd Portable 80kw 761, WTP, 14521 Lake Poway Rd Portable 80kw 762, PS6, 14218 1/2 High Valley Rd Stationary 450kw 706, LS -1 17710 Old Coach Rd Stationary 85kw c a 1 - N t7 V N m A m W O N 0 0 N 0) O Amendment #1 NH L.L. a_ 0 z �Q l l_ CO W J w U w w U z z w H z_ CQ w z w w 0 J z z TOTALS N N N N N N ... Unit 763 Retired 8/24/2016 REMOVE FROM CONTRACT a"a"dah"WAI �..i M M CD OT j^ _y pp 8 w W 8 IN N w 8 S P w 8 N N w 0 (V N N 8 I� w 8 OO 8 w 8 fV N w fin Annual PM Sampling Costs (Column added per Addendum #41 Coolant: $18.00 Fuel: $100.00 Oi1: $18.00 Coolant: $ 18.00 Fuel: $ WA Oil: $ 18.00 Coolant. 018.00 Fuel: $100.00 Oil: $18.00 Coolant: 018.00 Fuel: $100.00 Oil: $18.00 Coolant: 318.00 Fuel: $100.00 O11: $18.00 Coolant: $18.00 Fuel: $100.00 Oil: $18.00 Coolant: $18.00 Fuel: $100.00 Oil: 518.01 m 8 w a 8 c w m m w 0 m U 'i O Coolant: 518.00 Fuel: 3100.00 Oil: $18.00 ,,,,F� a - t � � w , 1� =,5�h,, ��;�,; }.�='?e��,�;=fi+,q����>���,?:?..�,1, ,�,,��; },'?;5.;:,�ai�eh��a �k'�5.� ''' a ak, s t i'?f'13: a' ' ^ .3a'6a'S{� ' -,tsa�s, ve'''',. ,17.4}ani'?M".=.�Lr`, ,' :.'; gaaaViakk. ''.. gOOPn''ya '`^i� 3'iz a'4'.�'ii :;,a3,,ie,n5.a3•,4 n'3h INWAg, akh"ie .,rttk. , 1t = jtaya aa'a. ,,15, . , ;9br;3xax a ; .; ' ,15i a .a,„y�3,1 .,,,, ,, 4,,,,,„0, ;xa'k.5h4,,,„,,„ - ; {k' ."„ k 3'rt".ghr y ;1'.; ae'r; ;at; ,..„ ah' 3k5. a ' , `'� � �- ���;;_ �a • ax3 ��a ,' � ,I,', [ � � �'y�;s-/' N �a%��^, ���{��;���y� �;i7d����y���?3�,a,�.�," =a', w" AONa j`��' '-.L ! �`: a{�'. a��?P,''11 3S� 'a=ay a 9'vi, S"`�, 3�i�v a3i 'i. 'i. •S v'^.: ` ii d ;S' 4} a�,q't•. a A `4'q, ?,a}'a'�,a,ana a`i%?a x;3..4 y�.. ,, a;kx+:r:tx��x; 3i, �gx3�xp�y `m i� a U Q 3 a .p Z N Y_ a n. g w .. " d a Q 3 a w q N Z a d n. ran : P/N: N/A Price: $N/A Q Q q 3 ¢ w 3 a D 2 ..p Z @ z N Z n d d n d Q Zw d a ¢ p Z N z b d Q w .6-1 d Q 3 a p Z N Z b d Q w n. Q Q 3 ¢ w p Z m Z Y.6 D d• n. Q Q ¢ w E Z f_ b d n. 4 _W . LL 1 8 Z 8 .. O D , Z a` a M m N w C a Q Q Z Q Z w .6 N C s a a q14 Q 8 N Z N O w 'C m E Z . m a a Q r Q Q Z Q Z 2 Q w V Z D 2 N Z g Z s a n. a a Q Z w a Q Z Q C g Z n a Q Z w c a` 2 Z Q C N Z a a Q Z w a ran er P/N: 279262 Price: $6.79 Q t�I Z M W p M N Z a a a Fuel Water Separator (s) :ran.: . •. P/N: 3076 Price: $19.76 w D Z8 n a a brand: NAPA P/N: 3076 Price: $19.76 ! ilv ° ! NY 1 :c, ! Z `° w a` ran : o er P/N: 277501 Price: $13.67 crane: 'o er P/N: GM30594 Price: 559.60 Bran : o er P/N: 279261 Price: $6.67 ran : P/N: 3270 Price: $7.55 I r3ran•: •••ie IP/N: 15/40 Price: 5117.65 A m A a w i3 4 C I a a brand: Mobile 1..11,1: 15/40 Price: $23.52 d ra N § ' w N Y� o c 2 Z V Z n a a ,ne a RI w yy U a` N g N c Z n a N N a V a` brand: Mobile -- P/N: 15/40 Price: 5235.29 w m g N w D 2 Z U n a a` W N l71 c Z U n a a 1 o brand: NAPA P/N: 7325 Price: 512.89 E o M .4 fy w o 'arc a a ¢ 2 Ni m P N v � E Z n a Y. mann: .Hier P/N: 223673 Price: $12.25 cran•:'. er P/N: GM32809 Price: 516.23 ! O 'C Q 'oma �i @ n a w � 1 a` lomnammmr P/N: GM13224 Price: 567.25 .. p q. 2 m N g n 'Z c `v m Z .� n` a a i Q .- m_ � n v• w E Z Y. n a Y. gt ul N 11 it Q bran°: NAPA P/N: 6770 Price: $81.72 bran°: banes° P/N: 059402 Price: $ 10.03 L N eA p 'or'. n a a 'Z D rama: Horner P/N: 343219 Price: $71.17 Brand: Kohler P/N: 253107 Price: $13.79 brand. Korner !P/N: 253107 Price: $13.79 v N 0 O N NZ `o a r,;.: ^w a`n D iana. Homer P/N: 272981 Price: 577.11 _ M aD N 'w C 96 a a` I1 Equipment ID / Reference 754, LS -3, 12910 Camino del Valle Stationary 1751. 561, PW Admin 14467 Lake Poway Rd Stationary 27kw propene (36.2 HPI IY r 563, Fire Station 3 14322 Pomerado Rd Stationary 2001. 564, PCPA 15498 Espola Rd Stationary 55kw 566, Fire Station 2 16914 Westling Ct Stationary 261w 662, City Hall 13325 Civic Center Dr Stationary 81055 741, Sheriffs Station 13100 Bowron Rd Stationary 3001. Axa d."r 763,A4Q-Wispermett 344 f.5-L-ake-Pev ay -R4 PeRable-3015 RETIRED 8/24/2016 c a a`M v' M M cvo roo n m 1 E., — � � N O N N N N V N v.,' O7 N Amendment #1 N W U o \ CONTRACT PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE This Contract, made and concluded this first day of July, 2016, by and between the CITY OF POWAY, a general law city and municipal corporation (the "City"), and Bay City Equipment Industries, Inc., a California corporation dba Bay City Electric Works, hereinafter referred to as "the Contractor." The length of this Contract shall be for two (2) years beginning on July 1, 2016 through June 30, 2018. The Contract may be extended with a total of three (3) separate one-year term extensions. Each extension will be dependent on the appropriation of funds by the City Council. The maximum length of the Contract can be up to five (5) years. The option to renew may be by mutual agreement between the City and the selected Contractor. Adjustments to service costs are based on Section II, item 29, Contract Renewal. The City may at any time, for any reason, with or without cause, suspend or terminate this Contract, or any portion hereof, by serving upon the selected Contractor at least ten (10) working days prior written notice with cause or sixty (60) days without cause. If the City suspends or terminates a portion of this Contract, such suspension or termination shall not make void or invalidate the remainder of this a Contract. ARTICLE I. That for and in consideration of payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the bonds attached hereto, if any, Contractor agrees with City at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the Specifications (attached hereto, at Section 3) necessary to construct and complete in good, workmanlike and substantial manner, all to the satisfaction of the City of Poway, in accordance with the Special Provisions for this project as set forth herein. ARTICLE II. Said Contractor agrees to receive and accept as full compensation for furnishing all materials and doing all the work contemplated and embraced in the Contract an amount equal to the sum of the totals for the items of work. The total for each item of work shall be calculated by determining the actual quantity of each item of work and multiplying that actual quantity by the unit price proposal by the Contractor for that item of work. Contractor further agrees to be responsible and hold City harmless from all loss or damage arising out of the nature of work aforesaid, or from the acts of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by City. Contractor agrees to be responsible and hold City harmless from all risks of every description and under the control of Contractor pursuant to the terms of the Contract, and connected with Contractor's performance of this Contract. The Contractor is responsible for all expenses incurred by or in consequence of the suspension or discontinuance of work, and/or faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Specifications and requirements of the City. ARTICLE III. The City hereby agrees and promises the Contractor to employ, and does hereby employ, said Contractor to provide the materials and to do the work according to the terms and • conditions herein contained and referred to, for the prices stated, and hereby Contracts to pay the same at the time, in the manner, and upon the conditions above set forth. Said parties for themselves, to their heirs, executors, administrators, successors and assigns, do hereby agree to full performance of the Covenants herein contained. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of proposal conflicting herewith. ARTICLE V. Contractor shall defend and otherwise hold City harmless from any and all claims, complaints, causes of action, of any nature whatsoever, arising from Contractors performance of the Contract. In performance of this Provision, Contractor shall name City as additional insured on a policy of general liability as required per Section II, item 20. The Covenant contained herein applies to all sums paid as a result of the above claims, including court costs and reasonable attorney fees whether or not the matter results in judgment. ARTICLE VI. Pursuant to Public Contract Code Section 22300, provisions for substitution of securities for performance retentions will be allowed. ARTICLE VII. EACH AND EVERY COVENANT, CONDITION AND PROMISE contained in the Specifications, General Provisions and Special Provisions for said project are herein incorporated by reference as if fully set forth herein and constitute a material part of the consideration to the City in entering into this Contract with Contractor. (All Items in the Contract will be the same as in the Proposal.) IN WITNESS WHEREOF, the parties to those present have hereunto set their names in the year and date first above written. / Contractor: Signature Pre 51 -Title: ' c . oa b (2.7// Signature Title: City Manager of the City of Poway: "1 ATTEST: City Clerk: / ,( APPROVED AS TO FORM: City Attorney: y�l. 46, GUARANTY To the City of Poway, City Council, for: PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE The undersigned guarantees the work included in this project(s). Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the Specifications, due to any of the above causes, all within the number of months the site is to be maintained after date on which this Contract is accepted by the City, or the date of recordation of Notice of Completion, whichever is the later, the undersigned agrees to reimburse the City upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or upon demand by the City, to replace any such material and to repair said work completely without cost to the City so that said work will function successfully as originally contemplated. The City shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the City. If the undersigned shall fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all cost and expenses, including attorney's fees, reasonably incurred by reason of the said failure or refusal. g 441 Ci 1j C/ 2G-7-•c j/r/vr�S Contracto`F (Company) By: Pir-e - .Q n IL- d- L D 0 Title 6 l27 b(� Date **TO BE SUBMITTED WITH EXECUTED CONTRACT** WORKERS' COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works Contract has been awarded shall sign the following certificate and shall submit same to the City of Poway prior to performing any work on the Contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract." get C, .-/^47 e c C DYk S Contra (Comny) ,/ By: .� ( r,e s. . .c,h f- d. C O D Title 6/2-7//c Date Section 3700 of the State Labor Code reads in part as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of Industrial Relations a certificate of consent to self- insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees." **TO BE SUBMITTED WITH EXECUTED CONTRACT** PROPOSAL FORMS To the City of Poway, herein called the "City" for PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE to be provided to said City: Pursuant to and in compliance with the Request for Proposals (RFP) and in accordance with the Specifications contained herein, the undersigned proposing contractor, having become familiarized with the terms of the contract, plans, specifications, and addenda, hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, all in strict conformity with the plans and specifications and other contract documents, including all addenda for the sums set for the sites listed herein; It is understood and agreed that the contract amount includes all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies between numbers of the bid amount and the words stating the amount, the words shall govern over numbers: IN COMPLIANCE with the Notice, Specifications, and special provisions hereinbefore stipulated, the undersigned, with full comprehension thereof, hereby proposes to perform the entire work for the prices set forth below upon which award of Contract is made; Work not identified in the contract will be billed on a time and materials basis using the same standard hourly rate (which shall include labor, vehicle use, tools and equipment, overhead and profit) on the proposal table. Bidder: Bay City Equipment Industries Inc- DBA Bay City Electric Works Signature: Print Name: Jeff Allan Date: May, 31 2016 26 PROPOSAL TABLE STANDARD HOURLY REPAIR RATES REGULAR WORK HOURS OVERTIME HOURS One (1) Service Technician and One (1) Vehicle $ 125.00 $150.00 PROPOSAL AMOUNTS IN WORDS: Regular Work Hours: One (1) Technician and One (1) Vehicle: One Hundred Twenty Five Dollars and Zero Cents Overtime Hours: One (1) Technician and One (1) Vehicle: One Hundred Fifty Dollars and Zero Cents { Proposing Contractor's Company Name:Bay City Equipment Industries Inc-DBA Bay City Electric Works Proposing Contractor's Signature; Date: May,31 2016 Notice of acceptance or requests for additional information should be addressed to proposing contractor at the email address stated below. Business Name/Proposing Contractor (Please print all information): Requests for additional information, notice of award and Contracts will be addressed to proposing Contractor with the provided information below. Please note all Contract documents will be handled through the email address listed here. Business Name/Proposing Contractor Please Print: Bay City Equipment Industries Inc-DBA Bay City Electric Works Authorized Agent or Officer: _Jeff Allan Title: Seadre Sales Fxerutise Address: 13625 nanielsnn Street Fnway t^a 92nR4 Service Address: 13625 Danielson Street,Poway Ca 92064 Telephone No: 619-938-8200 Fax No: 619-938-8216 Email: jallangbcew.com City of Poway Business Certificate No.: BC-014280 Expiration Date: 5r21,2mn 27 . QUARTERLY VISUAL & OPERATIONAL MAINTENANCE/INSPECTION - LUMP SUM Line Quarterly Visual and Operational Inspection and Maintenance Hein Equipment ID Transfer Switch Model LUMP SUM SERVICE PER GENERATOR/TRANSFER SWITCH (no heady rates) 755,WTP,14521 Lake Poway Rd `" 1 Portable 250kw NA 1 420.00 756,WTP,14521 Lake Poway Rd 2 Portable 250kw NA '420.00 757.WTPortable 25014521 kw Poway Rd NA 5 420.00 758,WTP,14521 Lake Poway Rd 4 Portable 250kw NA 7 420.00 759,WTP,14521 Lake Poway Rd NA 's 420.00 Portable 350kw I 761,WTI.,14521 Lake Poway Rd 6 Portable 80kw NA i 7 420.00 760,WTP,14521 Lake Poway Rd 7 Portable dokw NA I7 420.00 a 762,142181/2 High Valley Rd, GeZenith Entelii.switch $420.00 Stationary 450kw 250 9 683,WT 1unary,Lake Poway Rd GeZenith Entelli-switch $420.00 706,Old Coach LS-1 GE Spectra/Order•10 17710 Old Coach Rd 17752468 400 amp '420.00 Stationary 85kw 705,P5.1 11 14445 Lake Poway Rd Spectrum 5.564243.0070 8 420.00 Stationary 20kw 750,16561 Martincoh i 12 Portable Water Pump t t '420.00 563,Fire Station 3 Detroit Diesel SCP-ACVA A 13 14322 Pomerado Rd 06005 '`120.00 Stationary 200kw 584,PCPA Detroit Diesel MPV ,t 14 15498 Fspola Rd GM2655 t 420.00 Stationary 55kw 566,Fire Station 2 Spectrum RLS-768643- $16 16974 Westling Ct 0100 $420.00 Stationary 26kw 662 City Hall Kohler Model KBT- 16 13325 Civic Center Dr AMWA-1000S '420.00 Stationary 810kw 741,Sheriff's Station 17 13100 Bowron Rd Zenith ZBTS 6 420.00 Stationary 300kw a ` 78 763A,144orta15 Lake ble Pow30kw ay Rd, . W 420.00 P Fleet Maintenance ASCO Series 300 Cat No 19 14415 Lake Poway Rd E003000030400N10F '420.00 Stationary 100kw 753: Eaton Cutter Hammer w 20 P5.5,14090 Northcrest Ln ATC-300,600 Amp $420.00 Stationary 350kw 754" Eaton Cutter Hammer ,f 21 LS-3,12910 Camino del Valle ATC-300,400 Amp '420.00 Stationary 175kw Transfer Switch Russelectdc Model � � - 22 Public Works Administration RMTDMAN-2254E NA 14467 Lake Poway Rd Transfer Switch Russelectrlc Model za Public Works Operation ,4A 14445 Lake Poway Rd RMTDMAN-4064E TOTAL THIS PROPOSAL SHEET I $8,820 00 Eight Thousand Eight Hundred Twenty Dollars and Zero Cents NOTES The City rosary"the right to award the proposal Is whole or In part to the satacted contractor. Business Name/Proposing Contractor(please print):Bay City Equipment Industries Inc-DBA Bay City Electric Works Authorized Agent or Officer. Jeff Allan Title: Service Sales FxecuIve 28 0 CV • • I.- N f R s oo • O O ;$ 0 � 0 0 0 0 0 0 n O O g O O O O N N O O tfT V V V a a3a O O O ,gam'° O o 0 0 ° 0 o O o O o o ° 0 0 S o 0 0 O O p c) p o•m 0 O w O CJ p * p 0 0 O O O �W O m 0 0 0 0- 0 •- O •00 0 0 co 0 - E n 0 W N O� O." m O m 0 6; O O O „ O m O . O , 7f -1 "n W S 8 6 8 rl 8 8, . 8 o I. 8 8 3 ; 0 3 ; P3 LI 6 $ 1 $ 3 s b' 5 a ff 3 1 o u 1. o '1 `o r. z z z z z z z z z z z 2 z z z z z z z N z 3 z¢ z z z z z zZ z z Z z z z Z z .. n a •• a a •: u 8 •• a a` • if 8 .. 8 . n e 7 a `a •• i 1 •• n n 1 4 n 1 i a a t7 m,m A .a `• a `� a N a°o N a° `. ■a ^. d Q Q Q. W a m N Q Q m ° v v m m �* m o °J m ° m Q ui m c' 1 Z . Z 0 Paz N Z 6 „ Z °m M Z 6 . N EZ Z Z . z co ., Z M .. Z Z n y 7 a a ° a o a I : a 8 n 8 n 8 a 8 a 8 -'• a F :• g K n $ ! z n • a .@ s n ii 1 a s m m W m a, m m a .i`- m m E. ' m o a 7 LN N Q Lul ' N 3 m °o o ro yoy 6 m 0 0 m o o m n 6 !p°ro m m 2y v 6 6 or n ,- o N `. o `f ri o°' 1.6 u Z N 2 m N Z (E N Z ,r N Z m Z r--- z O , z Z Z a 1- Y N » Z .- Y N N H ti N d CI Cf c7 m •." n •. M w (h . M « N a a .. a . n n a .. a _ n 8 5 a $ ' n 2 ! a a L g a t g n : a g 6 N N 0 Si y n ., ti N N W N Y V W (.�' n o n ce ° d o r' n I's: a ° u7 d a io ,p o 6 -a O °•a O ' A O Q O • p ,t O o t o - O a ~ 0 0 0 0 ri O o N rt o O a N o'Kr C) o y O (D 2 2 Za r ^ 2 r N N ` N 2 �uS c 2 i R N ((' N- G o ` a n o n n o n a a a � a 8 :7 a S •• n 8 ::• a n 8 : a •• a n - cc77 O O O 41 g ! h ! °V•(;( 2 _ g . e Z . . a n ,: a . .' n 6 r a 8 •�i• i 8 n E ? 8 z 8 Y n• ° m v v(`' m r mom_ a o (: a g 1° g m R a m m n a a N m °—' ^ rn LN N aN "'• L m m° m° m° m m O N <D m m U) mN p — oco a' N V r O N z z 2N- w Z .3z 2n aZF Z .0 z mY4 NY(or-ZN Yl• ti (n `� m . m yy d . m a . N D . M v 8 .. K 8 . n 8 . n K '. o 1 a n E e . d 7 a a e n n • a n . a n ..• a 8 •• u n el' is ° °a a4 z° a n c° 3 2'8 fie ' ' u 4 _� g y $8 913 3q 9� 9 9 a 9t 3 aat 2g s° Ls.° 6a p8 ° a ° 37ti �a g�. n � g y3'ces { m h t`i OM cp pj in of :. . 3a O . O O N O O £ co 9sw�2 O N O pQ• N N O i yyh ui g N N O N N a <,°Z r w - y » y » » w w .; ., .5 i.^ C I w a,• 3 1 I 1 8 O 8 : 0 OO O 0O p 0 p 0 p• O O O m O W 0 O b 6 p tD« ! W« 0 O » 06» S n o aD y 0 co ,-a y .N. IS a $ u 8u SU 8S I' S3 e. all 3 au a 0 g 8 fic P c < a a as ¢ a a ¢ ¢ a a ¢ as as a ° 2azzza 'zzaz ¢ � zQ � za � z2az -2z =• ° Z z w 2 » Z « Z » Z y � K� .. n a a 4 a a` 1 a a 4 a a` . a d 3 a & 7 a is a ii • W 2 c w O d N p� co O o O N N r l0 00 N� 2:N 5 { z a z a z 2 Q zz Y z M M z p N z r N Z "''3 Xy ! .Y cc,z y m z y g z o I.,,-( a m 5 t7 » P,-, 8 1 a` 9 o a v a a n n a` 1 ir. i a a a - `L_. U 3 r #' a) O el E lU 0) t~O O Fr r i0 h (0 N t0 r O. 'h" d co ,",mil., U O tO0 • _ 4, (4 O M 0, Y " O (0.,-;, •t• t0 N co M r t0 ti 'm '6 Y tD ; h Y h O z Z O z O z 0 . -4 a$ v M " tl N " o 0 c d N M g M w 2 M tl M .0 co L... m 6 b a • a 6 n 6 u a 2 a n ■ n n ■ n 9 n n = m■ 0 ilivii.lv, t• U U C o m d N O O) N N N 0) 2 N N N N = V N x 1) * .n .b 'O p •O N 2 v M y N 2 co 2 v h N 2 v N v v" . , e 0 g U ti 3 gd a 8 m t 8 M c $ a a • a a n a a a` a n` .7 a € b a a= s` a u 8 a a= 8 ' Q 4 W W p M M N 0)N as N O O 07 h W p N O o O 3 L N N t') C M N L t0 i1 a,- O O N d V Q N m M O O O 4 O L h O � N � t0 Z IT, N tp z0 NN 0 g Yp Y co z , : th » N w M 0 y N h » a h n 4 `m Z P y p m v a a= )v` u p a a` to n a s a n s` a a 3 a n a` a u a CO II a Oo N v ?) r `m w N m ro n a - a 2. a) .— o o m L. L no. cn co 0 .- ° ( ei N yN N m m 4 z 2h m a Y .n Y h n zN z « n N N N N y a « a w a u"' L a $ o g n a p a a p a a s s a s a s a a a m O ai X r V Y W pa 5 j m N c u N nL l',5-1 GIs 11' g'A 111 li $ € s O o �a UE P� 2N a2 ° =-gY r b C U 9 �y ua g "°a n 6 H mss - �=� e3 V to 4 n r N N m t - C F d N r ry F4 ry 2 0 ANNUAL SERVICE FOR FUEL POLISHING, LOAD TESTING AND TRANSFER SWITCH SERVICE line Transfer Transfer.r Srilah Annual Fuel Polishing Annual Load Bank Testing Annual Transfer Swath Service ANNUAL SERVICES TOTAL Una Number LUMP SUM SERVICE LUMP SUM SERVICE LUMP SUM SERVICE FUEL POLISHING.LOAD BANK* Item Switch Model (no hourly rates) (no hourly rates) (no hourly rates) TRANSFER SWATCH 755,WfP,14521 Lake Poway Rd z 1 Portable 2501. N° 1 $203.00 $550.00 "'A $753.00 2 758,WTP,14521 Lake Poway Rd No NA Jn_'-$203.00 $550.00 r1'A $753.00 Portatie 250. 3 757,WTP.14521 Lake Portable 250kw away Rd No NA '$203.00 $550.00 h $753.00 4 758,WTP,14521 Lake Poway Rd No ,A .`s s$203.00 $550.00 A '$753.00 Portable 250kw 5 759.WTP,14521 Lake Poway Rd No NA ,_a$203.00 1550.00 NA. $753.00 Portable 350kw I 6 761,WTP,14521 mtaNee Leke w 203 .00 $435.00 Poway Rd No NA $ i. N;A $638.00 p 7 760,WTP.1452ble 60kw 1 Leke Poway Rd No NA $203.00 s 435.00 I NA .�.1$638.00 Porta 762.155 Wiley Pump 5100077 GE Z""Entelli- 8 14218 1/2 High Wiley Rd Stationary Yea switch 250 $203.00 $650.00 N,A $853.00 450kw .. $ 663,W!P 14521 Lake Poway Rd Yos GE Zenith Entelll-$203.00 $650.00 $300.00 $1,153.00 Stationary 300kw switch 250 708,Old Coach LS-1 GE Spectra/Order 10 17710 ad Coach Rd Yes 817752468 400 8203.00 $435.00 $250.00 $888.00 Steborury 85kw crop 705,PS-1 Spectrum s 11 14445 Lake Poway Rd Yes 5642430070 $203.00 $400.00 $250.00 $853,00 Stationary 201w 12 750,16561 Martine* $24300 $N/A. Portable Water Pump N. . $ 203.40 533,Pre Season 3 Detroit DIesel:CP $300.00 $1,053.00 13 1a322ne,y20oRa Ye: aeva4t600s $203.00 $550.00 Stationary 200kw 14 15498 Eepota Rd Yee Detroit Diesel MPV$ $435.00 $250.00 1 888.00 Stationary 55kw GM2655 203.00 15 1669914 Foe MelCt Yea Spectram Res- $203.00 $435.00 $250.00 $888.00 Stab onary 26kw 168643.0100 662 City Hall Kohler Model KBTi $1,603.00 16 13325 CIVIC c Center Yes AMWA-loons $203.00 $1,100.00 $300.00 Stationary 810kw 741,Sheaf's 6lebon Cutler Hammer $1,153.00 17 13100 eowron Rd Yes sPB6s $203.00 1650.00 $300.00 Stationary 300kw - 7631,MOVAsperwae ,1° �# `` `11 ~ t6D3A0 18 14415 Lake Poway Rd No ' 'z,r ,.$203.00 $400.00 , . Purled.30kw 0� ASCO Series 300 19 Fleet Maintenance Yea $0030 100N1$203.00 $435.00 $250.00 $888.00 14415 Lake Poway Rd EOD3000030 Stationery 100100 OF 20 PS-5,14090NorthorestLn Yes Eatoncuuer $203.00 $650.00 $300.00 $1,153.00 Steeonary 350kw Hammer ATCJ00 21 LS-3,12910Camino del Valle Yes 60b00 8203.00 $550.00 1300.00 $1,053.00 Stationary 1751w Hammer ATC-300 Pudic Wmke AdmiNatratiO d lRMT0MC tt 22 14487 Lake Poway Rd Yes Model RMTOMAN !e'A 'WA �'f 3DD.nD $3DD.nD 2254E Transfer SAM. RusseiectrIc 23 Pudic Works Operatom Yes Modal RMTDMAN NA I N A '1 300.00 $300.00 14445 Lake Poway Rd 4004E 1.. TOTAL THIS PROPOSAL SHEET I$ 18,873.00 Eighteen Thousand Eight Hundred Seventy Three Dollars and Zero Cents NOTE:The City reeeroes the right to award the proposal In whole or In part to the selected contractor. Business Name/Proposing Contractor(please print):Bay City Equipment Industries Inc-DBA Bay City Electric Works Authorized Agent or Officer. Jeff Man Title: Service Sales Executive 31 wan,,,xse r, _Arr s aw.rcea Test-nu ea • /STEVE VAUS,Mayor C FFY OF P OWAY JIM CUNNINGHAM,Deputy Mayor 60 OF POW9J DAVE GROSCH,Councilmember BARRY LEONARD,Councilmember JOHN MULLIN,Councilmember ;OMR s: (217-1, IN THE COv ADDENDUM NO. 1 PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE RFP No. 16-017 May 30, 2016 TO ALL PROSPECTIVE BIDDERS: The following changes are made to the Specifications: 1) Pagel, first paragraph: Notice is hereby given that the City of Poway, California will accept sealed proposals at the Public Works Administration Office, 14467 Lake Poway Road, Poway, California 92064, until 2:00 p.m. on Wednesday, June 01, 2016, Tuesday, June 7, 2016. 2) Please replace page 29 and 30 with the revised page 29-30. If you submitted a bid, please contact Bruce Nolan at bnolanApoway.org to confirm if you want the bid pulled in order to revise it. All bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by signing in the space provided and submitting the signed Addendum with the bid. Date: /3614f6 Troy Bankston, Director of Public Works Receipt acknowledged by: Authorized Signature/Company Name Date City Hall Located at 13325 Civic Center Drive Mailing Address: P.O. Box 789, Poway, California 92074-0789 www.poway.org (-STEVE\TAUS,Mayor CITY OF P OWAY, OF PO W JIM CUNNINGHAM,Deputy Mayor Gl� CUNNINGAM, & DAVE GROSCI-I,Councilmember BARRY LEONARD,Councilmember ='-� JOHN MULLIN,Councilmember ,S'F � c/ry IN THE c°' Request for Information Portable and Stationary Generators and Transfer Switchgear Maintenance Services RFP No. 16-017 May 27, 2016 TO ALL PROSPECTIVE BIDDERS: A request was made to supply a list of names and model numbers of the equipment listed within the proposal tables. A table listing the equipment is attached as a reference. Pam Gravel PCt/\ .'\ C Sr. Management Analyst 858 668-4702 City Hall Located at 13325 Civic Center Drive Mailing Address: P.O. Box 789, Poway, California 92074-0789 www.poway.org CITY OF POWAY San Diego County, CA PORTABLE AND STATIONARY GENER-A, TORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE RE QUEST FIR PROPOSALS # 16-017 OF P0 • vim y4 j1,Y I c0 N THE PUBLIC WORKS DEPARTMENT May 2016 Table of Contents SECTION I 1 REQUEST FOR PROPOSALS 1 SECTION II 2 PROPOSING CONTRACTOR INFORMATION 2 SECTION III 14 CONTRACTOR RESPONSIBILITIES 14 SECTION IV 16 PURPOSE AND TECHNICAL SPECIFICATIONS 16 SECTION V - DOCUMENTS TO BE EXECUTED BY THE PROPOSER 25 PROPOSAL FORMS 26 PROPOSAL TABLE 27 QUARTERLY VISUAL & OPERATIONAL MAINTENANCE/INSPECTION- LUMP SUM 28 ANNUAL PREVENTATIVE MAINTENANCE SERVICE LABOR AND PARTS 29 ANNUAL SERVICE FOR FUEL POLISHING, LOAD TESTING AND TRANSFER SWITCH SERVICE 31 PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE QUALIFICATIONS 32 STATEMENT OF FINANCIAL RESPONSIBILITY, TECHNICAL ABILITY AND EXPERIENCE 34 INFORMATION REQUIRED OF PROPOSING CONTRACTOR 35 STATEMENT OF AVAILABLE EQUIPMENT 37 NON-COLLUSION AFFIDAVIT 40 SECTION VI - DOCUMENTS TO BE EXECUTED BY THE SUCCESSFUL PROPOSER 41 CONTRACT 42 GUARANTY 44 WORKERS' COMPENSATION INSURANCE CERTIFICATE 45 SECTION I REQUEST FOR PROPOSALS Notice is hereby given that the City of Poway, California will accept sealed proposals at the Public Works Administration Office, 14467 Lake Poway Road, Poway, California 92064, until 2:00 p.m. on Wednesday, June 01, 2016. Proposals shall be submitted in plain, sealed envelopes, marked on the outside with the project title: PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE RFP No. 16-017 Project Description: To furnish all professional services, skilled labor, materials, equipment, tools, insurance, permits and fees, as necessary, to render the services according to the specifications set forth in this outline. The Scope of Work is intended to cover PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE for all projects assigned to the Contractor. In addition, any single project that is estimated to exceed $5,000.00 will be bid separately and not considered to be covered by this contract. Proposals will be evaluated on the basis of experience and ability to perform, including, but not limited to, experience and history of the firm, as well as upon the amount proposed. The award of the Contract, if made, will be made to the proposer, who in the sole discretion of the City is best able to perform the Contract in a manner most beneficial to the City of Poway. The City reserves the right, after opening proposals, to reject any or all proposals, to accept or reject any one or more items of a proposal, to waive any informality in the proposal, and to accept any proposal or portion of it. Standard Contract Length: The length of this Contract shall be for two (2) years beginning on July 1, 2016 through June 30, 2018.The Contract may be extended with a total of three (3) separate one-year term extensions. The maximum length of the Contract can be up to five (5) years. The option to renew may be by mutual agreement between the City and the selected Contractor. Award of the Contract and any Contract extensions are subject to City Council appropriation of funds. Each renewal period (fiscal), the Contractor's costs shall be adjusted based on the annual change in the previous calendar year's Consumer Price Index for the San Diego area (All Urban Consumers CPI-U) or 5%, whichever is less. The first adjustment would occur no earlier than July 1, 2018. Proposal documents may be purchased for a non-refundable fee of $5.00 per set from the City of Poway Customer Services Counter, located at 13325 Civic Center Drive, Poway, California 92064 during regular business hours or free of charge via our website at www.poway.orq. For further information contact Bruce Nolan, Utility Systems Supervisor, at (858) 668-4756. City of Poway DATE: ^i [((‘, Troy ankston, Director of Public Works 1 SECTION II PROPOSING CONTRACTOR INFORMATION 1. Request for Proposal (RFP) Document Wording: Notwithstanding the wording of this Request for Proposal, the words "bid" and "bidder" shall mean the same as "proposal" and "proposing Contractor," respectively. 2. Acceptance or Rejection of Proposals: City of Poway reserves the right to reject any or all proposals for any or all items or to waive any irregularities in the proposal or Request for Proposal process. The determination of the City as to what constitutes an irregularity shall be final and conclusive, and no advertised Contract shall be awarded except with the approval of the Poway City Council. 3. Addenda: If any person contemplating submitting a proposal for the Contract is in doubt as to the true meaning of any part of the specifications, or other Contract documents, or finds discrepancies in or omissions from the specifications, he/she may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the Contract documents will be made only by addendum duly issued by the Director of Public Works, and a copy of such addendum will be mailed or delivered to each person receiving a set of the Contract documents. No oral interpretation of any provision in the Contract documents will be made to any proposing Contractor. In the event of a conflict between drawings and specifications, the specifications shall control. Receipt of any addendum to the proposal shall be acknowledged by signing and returning the addendum with the proposal. The acknowledgment must be received by the City of Poway by the time and at the place specified for receipt of proposals. 4. Correspondence and Additional Information: All questions about the Contract and technical portions of the Request for Proposal (RFP), must be submitted in writing to the City Representative as follows: City of Poway - Public Works Department Bruce Nolan. Utility Systems Supervisor PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE, RFP# 16-017 P.O. Box 789 Poway, CA 92074-0789 TEL: (858) 668-4756 FAX: (858) 679-8719 Email: bnolan(a�poway.org Proposing Contractors are cautioned that any statements made by City staff that materially changes any portion of the RFP shall not be relied upon unless subsequently ratified by a formal written addendum to the RFP document. To find out whether the City of Poway intends to issue an addendum, contact Bruce Nolan, Utility Systems Supervisor at (858) 668-4756. No questions regarding the RFP, Contract or technical questions will be accepted after five (5) days prior to the date 2 set for proposal opening. 5. Selection of Contractor and Award of Contract: The Contract, if awarded, will be awarded to the proposing Contractor who, in the sole discretion of the City, is determined to be best able to perform the Contract in a manner most beneficial to the City of Poway. The selection will be based on relevant experience and a pricing schedule that is deemed by the City to be most advantageous. Proposal Acceptance Period: Any proposal submitted as a result of the solicitation shall be binding on the proposing Contractor for sixty (60) calendar days following the proposal opening date. Any proposal for which the proposing Contractor specifies a shorter acceptance period may be rejected. Execution of Contract: The successful proposing Contractor will be required to enter into a Contract, see Section VI. Please review this Contract document carefully and note in your proposal any exceptions or alterations to the Contract that you are requesting. Alterations or changes to the Contract that were not included in the proposal will not be considered after the selection of the Contractor. This also includes alterations, exceptions, or changes to the insurance and indemnity provisions referenced within the proposal. By requiring these requests to be made up front, the City can compare all respondents on an equal basis and take Contract exceptions into consideration in the selection process. The Contract shall be signed by the selected Contractor and returned, together with insurance policies and certificates of insurance, within ten (10) days, excluding Sundays and legal holidays, after the Notice of Award of Contract has been mailed. Failure to execute the Contract, supply certificates of insurance, and copies of license forms as required within ten (10) calendar days after the Notice of Award of the Contract has been mailed, shall be just cause for annulment of the Award. The award, if made, will be made within forty-five (45) calendar days after the proposal opening. 6. Proposing Contractors: Proposing Contractors shall consist of those persons or firms meeting the necessary qualifications to perform the services as specified. 7. Proposing Contractor Certification: The proposing Contractor agrees that submission of a signed proposal form is certification that proposing Contractor will accept an award made to it as a result of the submission. 8. Proposal Guarantees: Not applicable to this RFP. 9. Proposal Documents: The documents as listed below are intended to be complementary so that any and all work called for in one and not mentioned in another shall be executed as if mentioned in all documents. All proposing Contractors shall be responsible for familiarizing themselves with the conditions and requirements of the proposal prior to submitting one including any and all appendices. 3 Request for Proposals II. Proposing Contractor Information III. Contractor Responsibilities IV. Purpose and Technical Specifications V. Documents to be Executed by the Proposer VI. Documents to be Executed by the Successful Proposer Forms: No proposals will be considered unless submitted on the original forms provided by the City of Poway. Proposal prices must be in figures on the Proposal Table forms and in writing. Proposals must be prepared in ink or typewritten and signed by the proposing Contractor. All proposing Contractors shall be responsible for familiarizing themselves with the conditions and requirements of the proposals prior to its submittal. All blanks in this proposal shall be filled in. Insert "No" or "N/A" [Not Applicable] on those lines where the proposing Contractor is not considering. All proposal amounts shall be represented in written words and in figures. Should there be a conflict between the written words and the figures, the written words shall prevail. Prior to proposal opening, corrections may be inserted; however, changes must be initialed in ink by the person signing the original proposal or by his authorized representative. In cases where the total proposal amount does not equal the unit prices multiplied by the quantities indicated, the unit prices shall govern. Proposals shall specify the name or legal entity of the company and/or fictitious name under which business is conducted. Proposals must be submitted under the correct name of the company and signed by an authorized representative of the firm. Required Proposal Forms (Section V): The following must be completed and submitted to the City on Wednesday, June 01, 2016, at 2:00 p.m. 1) Proposal Forms 2) Proposal Tables (4) 3) PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE Qualifications 4) Statement of Financial Responsibility, Technical Ability and Experience 5) Information Required of Proposing Contractor 6) Statement of Available Equipment 7) Non-Collusion Affidavit PLEASE NOTE THIS ENTIRE REQUEST FOR PROPOSALS (RFP) PACKET MUST BE SUBMITTED AS PART OF THE PROPOSAL. 10. Proposal Withdrawal: A proposing Contractor may withdraw a proposal prior to the time set for the opening of proposals by simply making a request in writing to the City of Poway; no explanation is required. 11. Collusion Among Proposing Contractors: Each proposing Contractor, by submitting a proposal, certifies that he/she is not a party to any collusive action, fraud, or any action that may be in violation of the Sherman Antitrust Act. The proposing Contractor certifies that he/she has not offered or received any kickbacks 4 or inducements from any other proposing Contractor, supplier, manufacturer, or subcontractor in connection with the proposal and that he/she has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services, or anything of more than nominal value. Any or all proposals shall be rejected if there is any reason for believing the collusion exists among the proposing Contractors. City of Poway may or may not, at its discretion, accept future proposals for the same work from participants in such collusion. More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names may be rejected. Reasonable grounds for believing that a proposing Contractor has interest in more than one proposal for the work being proposed may result in rejection of all proposals in which the proposing Contractor is believed to have interest. Certification of Independent Price Determination: The proposing Contractor certifies that the prices submitted in response to the solicitation have been arrived at independently and without any consultation, communication, or agreement with any other proposing Contractor or competitor relating to those prices, the intention to submit a proposal, or the methods or factors used to calculate the prices proposal. 12. Competitive Solicitation: The City of Poway will receive proposals from firms having specific experience and qualifications in PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE. Evaluation of responses will be based on the following criteria: a. Qualifications and experience of assigned staff members. b. The degree of completeness of response to the specific requirements of the solicitation. c. Experience and history of the firm in the disciplines covered by the solicitation. d. Availability of personnel, equipment and all other items necessary for the performance of the work. e. The cost of the services to be provided. f. Other evaluation criteria described or included by reference in the solicitation. 13. Debarment: By submitting a proposal, the proposing Contractor certifies, under penalty of perjury, that neither it, nor any person associated with it in the capacity of owner, partner, director, officer, or manager (1) are currently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from submitting proposals for Contracts issued by any City or political subdivision or agency of the State of California or the Federal Government; (2) have (within the three (3) year period preceding the submission of the proposal) been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or Contract under a public transaction, violation of federal or state antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) are presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with the commission of any of the offenses described in clause (2), above; and (4) have (within the three (3) year 5 period preceding the submission of the proposal) had one or more public transaction (federal, state, or local) terminated for cause or default. 14. Delivery of Proposals: Proposals shall be enclosed in a sealed plain envelope and the package must be marked: PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE RFP NO. 16-017 All proposals must be received by the City of Poway's Public Works Department by the deadline stated below. Responses received after this date/time will not be considered. Postmarked date will not constitute timely delivery. Proposers are solely responsible for ensuring timely receipt of their responses. Your submittal must be received no later than 2:00 p.m. on Wednesday, June 01, 2016. (By mail) (By hand delivery) Public Works Department Public Works Department City of Poway 14467 Lake Poway Road P.O. Box 789 Poway, CA 92064 Poway, CA 92074-0789 Late Submissions: A proposal received at the place designated in the solicitation for receipt of proposals after the exact time specified for receipt will not be considered unless it is the only proposal received or it is received before award is made and was sent by registered or certified mail not later than the fifth calendar day before the date specified for receipt of proposals. The City of Poway must determine that the late receipt was due solely to mishandling by the City of Poway after receipt at the specified address. The only acceptable evidence to establish the date of mailing of a late proposal is the US Postal Service postmark on the wrapper or on the original receipt from the US Postal Service. If the postmark does not show a legible date, the contents of the envelope or package shall be processed as if mailed late. Proposers should request postal clerks to place a hand cancellation postmark on both the receipt and the envelope or wrapper. The only acceptable evidence to establish the time of receipt at the office identified • for proposal opening is the time and date stamp of that office on the proposal wrapper or other documentary evidence of receipt used by that office. The proposal packet must contain all the required forms, including this Request for Proposal (RFP) packet. For a listing of the required forms, see Item 9 of Section II. 15. Errors in Extension: If the unit price and the extension price are at variance, the unit price shall prevail. 6 16. Evidence of Responsibility: Upon request of the City of Poway, a proposing Contractor whose proposal is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the proposing Contractor's financial resources, experience in similar type work, and organizational resources available for performance of the Contract. 17. Examination of Contract Documents: Proposing Contractors shall thoroughly examine, be familiar with the specifications, and verify any representations made by the City of Poway upon which the proposer will rely. The failure or omission of any proposer to examine any Contract document, form, instrument, addendum or other document, or to acquaint themselves with conditions therein existing, shall in no way relieve any proposer from obligations with respect to their proposal or to the Contract. The submission of a proposal shall be taken as prima facie evidence of compliance with this section. 18. Exceptions: Proposing Contractors taking exception to any part or section of the solicitation shall indicate such exceptions on the proposal form. Failure to indicate any exception will be interpreted as the proposing Contractor's intent to comply fully with the requirements as written. Conditional or qualified proposals, unless specifically allowed, shall be subject to rejection in whole or in part. 19. Expenses Incurred in Preparing Proposals: City of Poway accepts no responsibility for any expense incurred by the proposing Contractor in the preparation and presentation of a proposal. Such expenses shall be borne exclusively by the proposing Contractor. 20. Insurance: The selected Contractor must furnish the City with proof of insurance. Notice of insurance cancellation shall be made to the City Clerk, in writing, 30 days prior to cancellation or material changes in insurance coverage. Coverage: Contractor shall obtain and maintain during the life of the Contract all of the following insurance coverage: Comprehensive General Liability, including premises-operations, products/completed, broad form property damage, and blanket Contractual liability with the following coverages: ➢ $1,000,000 per person/per occurrence ➢ $2,000,000 aggregate per occurrence ➢ $ 500,000 property damage per occurrence Automobile Liability, including owned, hired, and non-owned vehicles with the following insurance coverages: ➢ $1,000,000 combined single limit Workers' Compensation, in statutory amount. All of the endorsements that are required above shall be obtained for the policy of Workers' Compensation insurance. 7 Endorsements: Endorsements shall be obtained so that each policy contains the following three provisions: Additional Insured. (Not required for Professional and Omissions Liability Insurance or Workers' Compensation.) The City must be named as an "Additional Insured" on the policy. The Additional Insured Endorsement is generally a separate endorsement form and rarely is it acceptable to name the City as "Additional Insured" only on the face of the Insurance Certificate. A Blanket Endorsement authorized by the Insurance Carrier is acceptable, but we still need the form on file. The preferred language for the Endorsement form is: "City of Poway and its elected and appointed boards, officers, agents, and employees are additional insured's with respect to this subject property and Contract with City." © Notice. "Said policy shall not terminate, nor shall it be canceled until thirty (30) days after written notice is given to City." Primary Coverage. "The policy provides primary coverage to City and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by City." Insurance Certificates: Contractor shall provide City certificates of insurance showing the insurance coverages described in the paragraphs above, in a form and content approved by City, prior to beginning work under the Contract. (Refer to the Insurance Code of the State of California.) The issuing company: (a) Shall be an "admitted surety" or an insurance company listed by the State Insurance Commissioner; and (b) Shall have a rating in the latest Best's Rating Guide of "A-" or better and Class VI or better; or be "treasury listed" for the size of risk to be undertaken. In the event that the company does not satisfy subsection (b) above, the City Attorney or City Manager may only approve such company if the small size of the insurance or surety obligation or other risk factor justify approval, and satisfactory evidence is produced by the company that its financial responsibility and performance capability are sufficient to insure or secure adequately the risk obligation. (See City Council Resolution 90-082.) 21. Length of Contract: The length of this Contract shall be for two (2) years starting on July 1, 2016 through June 30, 2018. The Contract may be extended with a total of three (3) separate one-year term extension. Each extension will be dependent on the appropriation of funds by the City Council. The maximum length of the Contract can be up to five (5) years. (The length of the Contract may vary depending upon the award of Contract and the availability of Contractor to provide all necessary 8 insurance and documentation to start work). The start date may vary depending upon the date of the City Council's acceptance of the new Contractor. 22. Qualifications of Proposing Contractors: The proposing Contractor may be required before the award of Contract to show to the complete satisfaction of the Director of Public Works that it has the necessary qualifications, and ability to provide the service(s) specified therein in a satisfactory manner. City may make reasonable investigations deemed necessary and proper to determine the ability of the proposing Contractor to perform the work, and the proposing Contractor shall furnish to the City all information for this purpose. Evaluation of the proposing Contractor's qualifications shall include, but not be limited to: a. The ability, capacity, skill, and financial resources to perform the work or provide the service required. b. The ability of the proposing contractor to perform the work or provide the service promptly or within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience, and efficiency of the proposing contractor. d. The quality of performance of previous contracts or services. e. The contractor's office is located within a 45-mile radius of the City of Poway. f. Special qualifications and work assignments/experience performed by the contractor's staff. g. Technician certifications, training, and experience in generator repair, service, and maintenance. h. Technician certifications, training, and experience in diesel engine repair, service, and maintenance. Contractor's available equipment, staff, and services. j. Contractor's ability and necessary equipment and means to provide fuel, polish fuel, provide load bank testing and automatic and manual transfer switch repair, maintenance, and service. k. Contractor's ability to provide services on a 24-hours-per-day, 7-days-per- week basis. Means of communication with staff on a 24-hours-per-day, 365-days-per-year basis so contractor's staff can be reached, assuring a one-hour response time. m. Contractor's ability to provide remote monitoring equipment and services. 23. Antitrust: By entering into a Contract, the selected Contractor conveys, sells, assigns, and transfers to the City of Poway all rights, titles, and interest it may now have or hereafter acquire under the antitrust laws of the United States and the State of California that relate to the particular goods or services purchased or acquired by the City of Poway under said Contract. 24. Applicable Law: The Contract shall be governed in all respects by the laws of the State of California, and any litigation with respect thereto shall be brought in the courts of the State of California. The Contractor shall comply with applicable federal, state, and local laws and regulations. 25. Assignment: The selected Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of any award or any or all of its rights, title, or interest therein, without the prior written consent of the City of Poway, Director of Public Works. 9 26. Certificates and Licenses: The selected Contractor shall have valid licenses and certificates required for performance of the work. Copies shall be delivered to the City of Poway no later than ten (10) days, excluding Sundays and legal holidays, after the Contractor receives the notice of award from the City of Poway. Current copies of licenses and certificates shall be provided to the City of Poway within twenty-four (24) hours of demand at any time during the Contract term. Licenses and certificates required for this Contract include, but are not limited to: a. A City of Poway Business Certificate. b. C-10 Contractor's License. c. Evidence of a current hazardous waste hauler permit. d. Copy of contractor or contractor's hired hazardous waste hauler's California High Patrol Hazardous Materials Transportation License. e. Copy of contractor or contractor's hired hazardous waste hauler's US Department of Transportation Hazardous Materials Certificate of Registration. f. Copy of contractor or contractor's hired hazardous waste hauler's Department of Toxic Substances Control Hazardous Waste Transporter Registration. g. Copy of contractor's current EPA registration for hazardous materials disposal. 27. Change in the Scope of Work: The City of Poway may order changes in the work consisting of additions, deletions, or other revisions within the general scope of the Contract. No claims may be made by the selected Contractor that the scope of the project or of the Contractor's services has been changed, requiring changes to the amount of compensation to the Contractor or other adjustments to the Contract, unless such changes or adjustments have been made by written agreement to the Contract signed by the City of Poway and the selected Contractor. If the selected Contractor believes that any particular work is not within the scope of the project, is a material change, or will otherwise require more compensation to the Contractor, the selected Contractor must immediately notify the City of Poway, Director of Public Works, in writing of this belief. If the Director believes that the particular work is within the scope of the Contract as written, the selected Contractor will be ordered to and shall continue with the work as changed and at the cost stated for the work within the scope. The City may add new equipment to this Contract, as it desires. 28. Contract: The specifications [general and technical], the selected proposal, supporting data, and addenda shall become a part of the executed Contract. The City has no obligation to accept any omissions or exceptions. 29. Contract Renewal: The option to renew may be by mutual agreement between the City and the selected Contractor. Contract extensions are also subject to City Council appropriation of funds. Each renewal period (fiscal), the Contractor's costs shall be adjusted based on the annual change in the previous calendar year's Consumer Price Index for the San Diego area (All Urban Consumers CPI-U) or 5% whichever is less. The first adjustment would occur no earlier than July 1, 2018, and would be based on the change in the San Diego Region Consumer Price Index for 10 the previous calendar year. 30. Extra Work: All extra work is to be approved by the City representative before the work is performed. In no event will extra work be paid for without proper authorization. Work not identified in the Contract will be billed on a time and materials basis using the same standard hourly rate (which shall include labor, vehicle use, tools and equipment, overhead and profit). For the purpose of proposal evaluation, proposing Contractors shall enter on the Proposal Tables the hourly rates for the requested categories. 31. Failure to Deliver: In the event of failure of the selected Contractor to deliver services in accordance with the Contract terms and conditions, the City of Poway, after due oral or written notice, may procure the services from other sources and hold the Contractor responsible for any resulting additional purchase and administrative costs. This remedy may be in addition to any other remedies that the City of Poway may have. 32. Failure to Enforce: Failure by the City of Poway at any time to enforce the provisions of the Contract shall not be construed as a waiver of any such provision. Such failure to enforce shall not affect the validity of the Contract or any part thereof or the right of the City of Poway to enforce any provision at any time in accordance with its terms. 33. Force Majeure Clause: The parties to the Contract shall be excused from performance during the time and to the extent that they are prevented from obtaining, delivering or performing by accident, fire, strike, loss, shortage of public transportation facilities, walkout or commandeering of materials, products, or facilities by the government provided that the nonperformance is not due to the fault of neglect of the Contractor/supplier. In such cases, however, satisfactory evidence thereof must be presented. 34. Indemnification: The selected Contractor shall act as an independent Contractor, and will not be an agent or employee of the City. Contractor shall not represent or otherwise hold out itself or any of its subcontractors, sub-subcontractors, directors, officers, partners, employees, or agents to be an agent or employee of the City. City and its elected and appointed boards, officials, officers, agents, employees and volunteers (individually and collectively, "Indemnitees") shall have no liability to Applicant or any other person for, and Contractor shall indemnify, defend, protect and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses of whatever nature, including reasonable attorneys' fees and disbursements (collectively "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise occurring as a result of or allegedly caused by Contractor's use of the property/performance under this Contract. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which Applicant has agreed to indemnify Indemnitees as provided above, Applicant, upon notice from City, shall defend Indemnitees at Applicant's 11 expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The insurance required to be maintained by Applicant under Section II, item 20, shall ensure Applicant's obligations under this section, but the limits of such insurance shall not limit the liability of Applicant hereunder. The provisions of this section shall survive the expiration or earlier termination of this Agreement. The provisions of this section do not apply to Claims occurring as a result of this City's sole negligence or willful acts or omissions. The parties agree to cooperate fully in the resolution of any claims for such liability, loss or damage. 35. Liquidated Damages: Work Not Performed or Work Performed in an Unsatisfactory Manner - In the event the selected Contractor is prevented from completing the work as scheduled because of reasons other than emergency circumstances (which will be reviewed by the Director of Public Works to determine validity), the selected Contractor, in addition to not being paid for the unperformed work will be assessed damages in the amount of 100% of the value of the work not performed, according to the schedule of prices agreed upon. 36. Material Goods: The City will pay 10% above invoice for parts required to perform a repair required by the City. Contractor is to have three (3) quotes for parts valued over $200. Billing of stocked items shall be done after materials are used, verified by the City's Representative, and shall contain pertinent backup vendor invoicing documentation. 37. Specialized Services: The City will pay 10% above invoice for authorized, specialized services. Contractor is to have three (3) written quotes for services estimated to be more than $999. 38. Oral Statements: No oral statement of any person shall modify or otherwise affect the terms, conditions, or specifications stated in this Contract. All modifications to the Contract must be made in writing by the City of Poway. 39. Payment Terms: Unless otherwise indicated in the proposal form, payment terms will be net thirty (30) days. The City of Poway will pay the Contractor within thirty (30) days after the receipt of a correct invoice. 40. Right of Setoff: Whenever, under the Contract, any sum of money shall be recoverable from or payable by the selected Contractor to the City of Poway, the same amount may be deducted from any sum due to the Contractor under the Contract or under any other Contract between the Contractor and the City of Poway. The rights of the City are in addition and without prejudice to any other right the City may have to claim the amount of any loss or damage suffered by the City on account of acts or omissions of the Contractor. 41. Suspension or Termination Without Cause: The City may at any time, for any reason, with or without cause, suspend or terminate this agreement, or any portion 12 hereof, by serving upon the selected Contractor at least ten (10) working days prior written notice with cause or sixty (60) days without cause. If the City suspends or terminates a portion of this agreement, such suspension or termination shall not make void or invalidate the remainder of this agreement. In the event this agreement is terminated pursuant to this section, the City shall pay the Contractor for services rendered up to the time of termination. Upon termination of the agreement pursuant to this section, the Contractor shall submit the final invoice to the City within ten (10) working days of the last date of work performed 42. Wage Rate: Pursuant to the Labor Code of the State of California, or local laws applicable thereto, the City has ascertained that the Contractor shall be responsible for paying at least minimum wage as established by the State of California, Director of Industrial Relations (Labor Code section 1770). Under section 1774-1776, prevailing wages may be required for projects (i.e., individual and distinct assignments) over $1,000.00. The selected Contractor and all subcontractors are required to keep accurate payroll records. This Section specifies the content thereof, inspection and duplication procedures, and certain notices required of the Contractor pertaining to their location. [Remainder of Page Left Blank Intentionally] 13 SECTION III CONTRACTOR RESPONSIBILITIES 1. Duties of Contractor: During the term of this Agreement, the selected Contractor shall perform all work as described in the technical specifications and the following: a. Ensure that all Contractor employees are properly trained prior to start of Contract and each year thereafter, at such time as new hazards are introduced on the job, or when new employees are added to the roster. b. Conforming to all applicable laws including regulatory agency requirements such as Cal-OSHA, DOT, EPA Hazardous Materials, APCD, and CARB regulations, including Cal-OSHA's Hazard Communications Standard. c. Conforming to all other applicable Federal, State, and Local regulations. d. Providing uniforms for all employees and the washing (and decontamination as necessary) of uniforms. e. Developing personnel policies. 2. Contractor Personnel: The City of Poway shall, throughout the life of the Contract, have the right of reasonable rejection and approval of staff or subcontractors assigned to the work by the selected Contractor. If the City of Poway reasonably rejects staff or subcontractors, the selected Contractor must provide replacement staff or subcontractors satisfactory to the City of Poway. The day-to-day supervision and control of the selected Contractor's employees and subcontractors is the sole responsibility of the selected Contractor. 3. Company Representative / Local Office: The selected Contractor shall maintain a local office within the County of San Diego within 45 miles of the Poway boundry. The selected Contractor shall have a competent representative available during working hours that can make authoritative decisions and to discuss matters pertaining to the Contract. At all times during the term of this Contract, the Contractor shall provide the City with a twenty-four (24) hour/day, seven (7) days/week emergency phone number. An answering service is not acceptable, except when forwarding oral complaints (which shall be followed by written notice). Within two (2) hours after an emergency call is made requesting the Contractor to perform emergency services, the Contractor shall have a competent representative on site to commence the required service. A valid/active e-mail address that is monitored twenty-four (24) hours per day, seven (7) days per week shall be required to receive written notices and authorizations for emergency services. 4. Invoices: The selected Contractor shall maintain written records of personnel and their work assignments. These shall include hours worked (time in/time out), facility assignment(s), and any work related accidents, etc. Where the Contractor is required to pay prevailing wages, certified payrolls for each employee shall be maintained by the Contractor as required by Labor Code section 1776. These records shall be made available to the City upon request and must be maintained for not less than ten (10) years. Each assignment will be invoiced separately. 14 Payment may be withheld until all adequate documentation is provided. 5. Productive Man-hours: The determination of the total daily productive man-hour requirements for the performance of all services herein is the sole responsibility of the Contractor. It is of the utmost importance that the Contractor utilizes skilled and productive manpower in order to satisfactorily furnish the required level of service specified in this solicitation. Failure on the part of the Contractor to utilize skilled and productive manpower may produce unsatisfactory results, which may cause the Director of Public Works to make adjustments to the Contractor's invoice(s) for unsatisfactory or omitted work. 6. Quality Control: The selected Contractor shall institute and maintain throughout the Contract period a properly documented quality control program designed to ensure that the services are provided at all times and in all respects in accordance with the Contract. The program shall include providing daily supervision and conducting frequent inspections of the Contractor's staff and ensuring that accurate records are maintained describing the disposition of all complaints. The records so created shall be open to inspection by the City of Poway and made available upon request. 7. Quantity and Quality of Materials or Services: All goods or services furnished must meet the specifications prescribed by the City. Materials shall be delivered on site in original unopened containers. Materials are subject to inspection. Materials, which do not meet specifications or equal the quality of the sample provided when applicable, shall be rejected. [Remainder of Page Left Blank Intentionally] 15 SECTION IV PURPOSE AND TECHNICAL SPECIFICATIONS 1. Purpose: The purpose of this contract is to provide comprehensive maintenance services for City-owned portable and stationary generators and transfer switchgear as set forth in the RFP and by contract. The City proposes to contract with a certified service agency that is proactive in their work standards and can meet the qualifications set forth in this proposal package. 2. Technical Specifications: The City of Poway currently maintains a variety of portable and stationary generators and transfer switchgear ranging from 20KW to 1200KW. The successful proposal by a qualified and certified service contractor will result in a contract with the City of Poway to perform maintenance service and repairs on City-owned portable and stationary generators and transfer switchgear. A list of City-owned portable and stationary generators and transfer switchgear is attached (Attachment A) for the proposing contractor's reference. The selected contractor will be responsible for the repair, maintenance, and service of portable and stationary generators and manual/automatic transfer switchgear. The selected contractor shall perform quarterly inspections/service, annual inspections/service, preventive maintenance (PM), annual load bank testing, annual fuel polishing, provide fueling services, perform annual transfer switchgear testing and service, and provide remote monitoring equipment and services. The City reserves the right to award the proposal in whole or in part to the selected contractor. The Contractor shall comply with applicable OSHA and Federal regulations under CFR 29; Section 1910.12 for proper training and by providing Material Safety Data Sheets proposed for use within ten (10) days of award of contract. 3. Personnel: Contractor will perform all work in a timely and workmanlike manner, using only qualified technicians with a minimum of 5 years of experience with equipment in the contract, and will adhere to all code standards of the City of Poway, EPA and any other state and federal requirements. Work described, as being performed daily shall be performed Monday through Friday between the hours of 7:00 a.m. to 4:30 p.m. unless otherwise authorized. a. The determination of the total daily productive man-hour requirements for the performance of all services herein is the sole responsibility of the successful Contractor. It is of the utmost importance that the Contractor utilizes skilled and productive manpower in order to satisfactorily furnish the required level of service specified in this solicitation. Failure on the part of the Contractor to utilize skilled and productive manpower may produce unsatisfactory results, which may cause the Director of Public Works to make adjustments to the Contractor's invoice(s) for unsatisfactory or omitted work. 16 4. Materials Mark-up: Contractor may charge a mark-up of 15% for materials purchased in completion of approved work, however an invoice showing the amount charged to the Contractor must accompany all invoices submitted by Contractor to City for remittance. 5. Method of Performing Work: a. Methods of Operation: The Contractor shall be responsible for the safety, adequacy, and efficiency of the Contractor's personnel, equipment and methods. The approval of the City of any plan or method of work proposed by Contractor shall not relieve the Contractor of any responsibility thereof, and such approval shall not be considered an assumption by the City of any kind of liability, and the Contractor shall have no claim under this contract on account of failure or inefficiency of any plan or method so approved. Such approval shall be considered and shall mean the City has no objection to the Contractor's use or adoption at the Contractor's own risk and responsibility, of the plan or method so proposed by the Contractor. b. Scheduling of Operations: Contractor shall perform this work at such time as to minimize disturbance or interference to residents, and pedestrian or vehicle circulation. Working hours shall be 7:00am to 4:30pm, Monday through Thursday, and 7:00am to 4:00pm alternating Fridays, excluding holidays. There shall be no work on the alternating Friday on which City Hall is closed. Deviation from these hours will not be permitted without the prior consent of the Director or designee. c. Holiday Operations: There shall be no work on weekends or holidays on which City Hall is closed. Deviation from these hours will not be permitted without the prior consent of the Director, except for emergencies involving immediate hazard to persons or property. d. Safety: All work performed under this Contract shall be performed in such manner as to provide maximum safety to the public and comply with all safety standards required by Cal-OSHA. The City reserves the right to issue restraint or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance of the work under this contract. 6. Cooperation and Coordination with other Contractors: The Contractor shall cooperate with all other contractors who may be performing work on behalf of the City and workers who may be employed by the City on any work in the vicinity of the work to be done under this contract. The Contractor's operation shall interfere to the least possible extent with the work of such contractors or workers. Any difference or conflict that may arise between the Contactor and other contractors, or between the Contractor and City workers, with respect to execution of their work, shall be adjusted and determined by the City. If the work of the Contractor is delayed because of any acts or omissions of any other contractor or contractors, the Contractor shall have no claim against the City on that account other than for an extension of time. 7. Hazardous Conditions: Contractor shall maintain all work sites free of hazards to persons and/or property resulting from his/her operation. Any hazardous conditions noted by the Contractor that is or is not a result of his/her operation shall immediately be reported to the City of Poway Public Works Department at (858) 668- 4751 and Bruce Nolan, Utility Systems Supervisor at (858) 668-4756. 17 8. Sound Control: Contractor shall comply with all local sound control and noise level rules, regulations and ordinances that apply to any work performed pursuant to this contract. Operations that generate excess noise, i.e., running any type of power equipment, would not be allowed before 8:00 a.m. so as not to disturb the residents of the area. Any internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a type of muffler recommended by the manufacturer of such equipment. No internal combustion engine shall be operated on the project without said muffler and spark arrestor. 9.. Unfavorable Maintenance Conditions: During inclement weather, or other unsuitable maintenance conditions, the Contractor shall confine operations to work that will not be adversely affected. No portion of the work shall be done under conditions that would adversely affect the quality or the efficiency of the work, unless by special means or precaution approved by the City, allowing the Contractor the ability to perform the work in a proper and satisfactory manner. 10. Protection of Existing Facilities and Structures: Contractor shall exercise due care in protecting from damage all existing facilities, equipment, structures and utilities both above surface and underground on the City's property. Any damage to City or private property deemed to be caused by the Contractor's neglect, shall be corrected or paid for by the Contractor at no cost to the City. This will include loss of plant material. If the City requests or directs the Contractor to perform work in a given area it will be the Contractor's responsibility to contact the various utility companies to verify and locate any underground systems or utility lines. Contractor shall take responsibility for exercising caution when working in these areas. If the Contractor damages utilities, he will be responsible for making the necessary repairs at his own expense. Contractor will notify the City within two (2) hours of any damage that occurs. The City contact is Bruce Nolan, Utility Systems Supervisor at (858) 668-4756. 11. Repairs: All damages or alterations to City property resulting from the performance of work under these specifications during the term of contract shall be repaired or replaced immediately and in kind, to the satisfaction of the Director of Public Works and at no cost to the City. Repairs or replacements not completed to the satisfaction of the Director shall be deducted from the contract payment to cover costs. 12. Litter Control: All debris generated by Contractor in the performance of work required in these specifications shall be removed from the site and properly disposed of by Contractor. Should Contractor not be able to self-haul, Contractor must contact the City's exclusive franchise hauler (presently EDCO Waste and Recycling Services) for services. The Contractor shall not enter into a contract with any hauler other than the City's franchise hauler. Hazardous materials (e.g., chemicals, oils, other fuels,) used in the performance of work required in these specifications shall not be placed in any gutter or storm drain system, but must be collected and disposed of according to Federal or State laws, and/or County or City of Poway ordinances. 18 13. Project Inspections: The City will periodically inspect each project location for compliance with these specifications. 14. Other/Miscellaneous: a. The City will enter into a contract with the selected contractor to perform general and manufacturer mandated maintenance or repairs on the City's inventory of portable and stationary diesel generators and transfer switchgear. b. The contractor shall be licensed by the State of California and have the ability and experience to service all makes and models of generator electrical components and diesel engines. c. The cost proposal shall consist of a quote for the dollar amount per generator for quarterly inspections, annual inspections, preventive maintenance service to include parts and materials (contractor shall provide manufacturer, part number, and cost), annual load bank testing, annual fuel polishing, transfer switchgear inspection, remote monitoring equipment installation and monitoring, and service as needed. The proposal shall also include a dollar amount per hour for regular labor hours, and a quote for the dollar amount per hour for overtime labor hours. The City will pay up to 15% above invoice for parts required to perform repairs; do not include the cost of materials and parts in this proposal except where specified. The quote shall include related costs such as disposal fees, travel time, and all related incidental costs. d. Contractor shall complete the maintenance service within 15 business days from the date of the manufacturer's recommended maintenance time frame. Oil changes will be performed once each calendar year where required for APCD compliance. e. Contractor shall provide City with a copy of the contractor's maintenance work order record, including the record of oil change showing appropriate filters and materials used. f. The contractor shall be responsible for the proper transport and disposal of all hazardous and non-hazardous fluids and materials resulting from maintenance performed. Contractor shall provide manifest to the City as proof of removal and proper disposal. g. At all times during the term of this contract, contractor shall have current insurance policies, licenses and permits as required in the contract. h. Contractor shall conform to all applicable Cal-OSHA, DOT, EPA, APCD, and GARB regulations and all other applicable federal, state, and local regulations. 19 MAINTENANCE SERVICE GENERAL REQUIREMENTS 1. The contractor is to provide all necessary labor, materials, equipment, and supervision to perform the work. 2. Contractor's technicians performing maintenance or repairs will be required to check in with the Fleet Maintenance Supervisor or the Utility Systems Supervisor or their designee prior to and upon completion of service. Payment for service will require a signed field worksheet. 3. The contractor is to provide for continuous protection of the City of Poway's equipment, property, and personnel from the work performed. The contractor shall be responsible for protection of the work until finished work has been accepted. 4. All work shall be subject to the approval of the Director of Public Works or Director's representative, and any work in need of correction because of improper preparation or workmanship shall be corrected by the contractor to the satisfaction of and at no cost to the City of Poway. 5. The areas are to be left clean and in as good a condition at the end of the job. The contractor shall remedy all damage caused by this work to the satisfaction of and no cost to the City of Poway. MECHANICAL REPAIRS/REPLACEMENTS 1. Repairs made to equipment will be logged on the inside of the equipment panel adjacent to the wiring diagram. Repairs will be dated and the defective components will be returned to the Fleet Maintenance Supervisor or the Utility Systems Supervisor or their designee. 2. Costs for non-emergency repairs for equipment will be submitted in advance via a written quote to the Public Works representative. 3. Technician(s) will respond by telephone to all service calls on a 24-hour, 7-days-a-week basis within 30 minutes of call-out. 4. On-site response time will be within two (2) hours of an emergency call-out, unless notified by the Utility Systems Supervisor or the Duty Responder or the Water Treatment Plant Duty Operator. Failure to respond within the two-hour window may cause a deduction of $100 for every hour or part of an hour that the contractor's technician is non-responsive. 5. The technician is to check-in and checkout with the Fleet Maintenance Supervisor or Utility Systems Supervisor or their designee. In the event of an emergency call-out, the technician is to check-in and checkout with the Duty Responder or the Water Treatment Plant Duty Operator. REPAIR PARTS AND REPLACEMENT EQUIPMENT/WARRANTIES 1. The contractor will supply all repair and replacement parts, to be billed separately as an additional item on an invoice to the City of Poway. The cost of parts shall be contractor's cost plus 15% markup, subject to approval by the City's Public Works representative. 2. Parts replaced under warranty shall be provided through the contractor, and the contractor is responsible to assure all parts covered under warranty are procured as such on behalf of the City of Poway. The Fleet Maintenance Supervisor or Utility Systems Supervisor or their designee shall intervene should the manufacturer not honor said warranty. 20 3. Parts and labor shall be considered under contractor's warranty for a minimum of 90 (ninety) days after any repairs have been completed. The contractor shall represent the City of Poway for all other manufacturer warranties as stipulated in the above paragraph. HAZARDOUS WASTE DISPOSAL The contractor shall be responsible for handling, removing from site and disposing of all hazardous materials product or byproduct of maintenance or repair, in compliance with all state, federal, and local regulations. Hazardous Waste Hauler Permit: Waste shall be hauled by a licensed hazardous waste hauler and disposed of at an approved landfill. The contractor shall furnish evidence of a current hazardous waste hauler permit. Permit(s) shall be available to City staff anytime throughout the duration of the contract. The contractor shall be responsible for providing this document for any subcontractor. The contractor shall be responsible for the EPA Uniform Hazardous Waste Manifest to track waste from generator(s) location(s) to the site of its disposition. MAINTENANCE AND CALL-OUT REPORTS The contractor shall provide a Preventive Maintenance Report (PMR) for each piece of equipment being serviced under the provisions of these contract specifications. The report will consist of the following: ✓ Service Technician's name. ✓ Date of service, including generator run time, start and shut down time when engine is operating in compliance with the APCD. ✓ The technician's signed checklist indicating all items inspected, tested, replaced, or serviced in accordance with the provisions of these contract specifications. ✓ A list of all deficiencies found, recommended repairs, and replacements needed. ✓ A statement on the signature line of the checklist to attest the items checked off were completed. The contractor shall provide a Repair Call-Out Report (RCOR) for each service call performed, with the exception of preventive maintenance services. The report will include, at a minimum, the following information: ✓ Date and time of service call ✓ Time and method of call-out notice ✓ Complaint that initiated the call-out ✓ Cause for fault condition ✓ Action taken to restore service, items repaired or replaced including the reason, and service time incurred ✓ Other items as may be determined by the Contractor or requested by the City. 21 INVOICING The contractor shall submit a separate invoice for each preventive maintenance or repair call-out service, and each invoice shall include at a minimum: 1. Labor and contract cost — all costs broken down and billed separately by line item as per contract agreement unit pricing. 2. A signed copy of the technician's PMR or the RCOR associated with the work. SERVICE REQUIREMENTS —SCOPE OF WORK I. Quarterly Visual and Operational Inspection and Maintenance Performed every 250 hours of operation or every 3 months, whichever comes first. Contractor shall refer to manufacturer's recommendations. Visual and Operational Inspection and Maintenance service includes, but is not limited to, the following: ➢ Inspect enclosure for obstructions or debris ➢ Inspect enclosure for corrosion or openings ➢ Check all belts for proper tension and alignment; check for signs of age/wear ➢ Check engine supports and connections ➢ Check engine block heater(s) and associated plumbing for proper operation ➢ Check engine gauges for proper operation and readings; check panel lights ➢ Check engine governor system and linkage (if equipped) for binding and proper operation ➢ Check batteries for proper electrolyte levels and specific gravity ➢ Load test each battery ➢ Check battery charger for proper operation ➢ Check electrical connections and wiring for abrasion or chaffing ➢ Check generator voltage and frequency output ➢ Check for abnormal vibration or noises ➢ Check air cleaner element and manifolds ➢ Check engine for oil, fuel, or coolant leaks; tighten all bolts as necessary ➢ Inspect above-ground diesel fuel tanks and lines for defects ➢ Check all fluid levels and top off as necessary (fuel not included) ➢ Check radiator externally for debris, leaks, or corrosion ➢ Test coolant for proper mixture with a coolant test strip; check radiator cap for proper seal ➢ Check and tighten cooling system hoses and clamps ➢ Check and tighten all electrical connections ➢ Clean starting batteries ➢ Visually inspect automatic transfer switches ➢ Check switchgear panel lights and displays ➢ Inspect fuel vessels for leaks or defects; inspect fuel lines for cracks and wear ➢ Record lube oil level ➢ Record coolant level ➢ Record fuel level ➢ Simulate commercial power failure AS REQUESTED BY STAFF ONLY ➢ Record start time ➢ Record engine and generator gauge readings • Check circuit breaker or transfer switch operation 22 > Record total run time Contractor shall submit a written report of any deficiencies noted during each inspection. Contractor shall submit a completed check-off list with all items checked and signed by technician within one week of inspection. The checklist shall include all items listed for each inspection. II. Annual Preventive Maintenance (PM Service) Performed every 250 hours or every 12 months, whichever comes first. Contractor shall refer to manufacturer's recommendations. Lubrication and Maintenance service includes, but is not limited to, the following: > Start engine and check lubricating oil level and pressure, coolant level, condition, and temperature > Take lube oil sample for laboratory analysis > Take fuel sample for laboratory analysis > Take coolant sample for laboratory analysis > Change engine lubricating oil and oil filters > Change engine fuel filter > Clean engine primary fuel filter > Change air cleaner element or clean as needed > Lubricate fan drive pulleys > All other maintenance recommended by the manufacturer on an annual basis Contractor shall submit a written report of any deficiencies noted during each inspection. Results of the oil, fuel, and coolant sample tests will be provided, along with recommendations when appropriate. Contractor shall submit a completed check-off list with all items checked and signed by technician within one week of inspection. The checklist shall include all items listed for each inspection. Ill. Annual Load Bank Testing Service performed annually. Contractor shall refer to manufacturer's recommendations. Annual Load Bank Testing includes, but is not limited to, the following: > Simulated power failure with specified load requirements provided with a load bank which includes run time both start and stop > Elapsed time from start to assuming load will be recorded, plus voltage fluctuation and governor response > All operating gauges will be read and recorded to prevent thermal overload > Use a handheld, infrared, thermal imagining monitor to prevent buss/breaker thermal overload > A written report indicating results of the test > Run time and load bank testing must adhere to the following or as directed: • 25% 30 minutes • 50% 30 minutes • 75% 30 minutes • 100% 30 minutes • total 2 hours 23 Contractor shall submit a written report of any deficiencies noted during each inspection, along with recommendations when appropriate. Contractor shall submit a completed check- off list with all items checked and signed by technician within one week of inspection. The checklist shall include all items listed for each inspection. IV. Annual Fuel Polishing Service performed annually. Contractor shall refer to manufacturer's recommendations. Annual Fuel Polishing includes, but is not limited to, the following: ➢ Diesel fuel will be circulated through an adequate polisher, three times the capacity of the supply tank. ➢ Treatment chemicals shall be added as necessary to control microbial contamination. Contractor shall submit a written report of any deficiencies noted during each inspection, along with recommendations when appropriate. Contractor shall submit a completed check- off list with all items checked and signed by technician within one week of inspection. Checklist shall include all items listed for each service. V. Annual Manual/Automatic Transfer Switchgear Service Service performed annually. Contractor shall refer to manufacturer's recommendations. Power Outages: Where a facility will be affected by a power outage during the service work, the work will be scheduled after business hours. Annual Manual/Automatic Transfer Switchgear Service includes, but is not limited to, the following: ➢ Maintenance programs for transfer switches include checking of connections. ➢ Inspection or testing for evidence of overheating and excessive contact erosion. ➢ Removal of dust and dirt, and replacement of contacts when required. ➢ The maintenance procedure and frequency shall follow those recommended by the manufacturer. VI. Fuel Top-Off Service (As Requested by City Only) Service consists of refueling or top-off of a diesel fuel storage/main tank or day tank. Fuel Top-Off Service includes the following: ➢ Time and materials visit to refuel or top-off generator(s)' diesel fuel storage/main tank or day tank. ➢ Diesel fuel delivered is treated with a diesel fuel stabilizer. ➢ Fuel delivered is CARB-approved diesel fuel. ➢ The cost of the fuel is based on the contractor's current charge rate at the time of the request for this service plus 15% markup. 24 SECTION V - DOCUMENTS TO BE EXECUTED BY THE PROPOSER [Remainder of Page Left Blank Intentionally] 25 PROPOSAL FORMS To the City of Poway, herein called the "City" for PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE to be provided to said City: Pursuant to and in compliance with the Request for Proposals (RFP) and in accordance with the Specifications contained herein, the undersigned proposing contractor, having become familiarized with the terms of the contract, plans, specifications, and addenda, hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, all in strict conformity with the plans and specifications and other contract documents, including all addenda for the sums set for the sites listed herein; It is understood and agreed that the contract amount includes all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies between numbers of the bid amount and the words stating the amount, the words shall govern over numbers: IN COMPLIANCE with the Notice, Specifications, and special provisions hereinbefore stipulated, the undersigned, with full comprehension thereof, hereby proposes to perform the entire work for the prices set forth below upon which award of Contract is made; Work not identified in the contract will be billed on a time and materials basis using the same standard hourly rate (which shall include labor, vehicle use, tools and equipment, overhead and profit) on the proposal table. Bidder: Bay City Equipment Industries Inc- DBA Bay City Electric Works Signature: Print Name: Jeff Allan Date: May, 31 2016 26 71 PROPOSAL TABLE STANDARD HOURLY REPAIR RATES REGULAR WORK HOURS OVERTIME HOURS One (1) Service Technician and One (1) Vehicle $ 125.00 $150.00 PROPOSAL AMOUNTS IN WORDS: Regular Work Hours: One (1) Technician and One (1) Vehicle: One Hundred Twenty Five Dollars and Zero Cents Overtime Hours: One (1) Technician and One (1) Vehicle: One Hundred Fifty Dollars and Zero Cents Proposing Contractor's Company Name:Bay City Equipment Industries Inc-DBA Bay City Electric Works Proposing Contractor's Signature; Date: May, 31 2016 Notice of acceptance or requests for additional information should be addressed to proposing contractor at the email address stated below. Business Name/Proposing Contractor (Please print all information): Requests for additional information, notice of award and Contracts will be addressed to proposing Contractor with the provided information below. Please note all Contract documents will be handled through the email address listed here. Business Name/Proposing Contractor Please Print: Bay City Equipment Industries Inc-DBA Bay City Electric Works Authorized Agent or Officer: .IaffAllan Title: Service Sales FxerUtive Address: 13525 nanielsnn Street,Pnway r:a 42064 Service Address: 13625 Danielson Street..Powav Ca 92064 Telephone No: 619-938-8200 Fax No: 819-938-8216 Email: jallan @bcew.com City of Poway Business Certificate No.: BC-014280 Expiration Date: 5/71/7018 27 QUARTERLY VISUAL & OPERATIONAL MAINTENANCE/INSPECTION - LUMP SUM Line Quarterly Visual and Operational Inspection and Maintenance Item Equipment ID Transfer Switch Model LUMP SUM SERVICE PER GENERATOR I TRANSFER SWITCH (no hourly rates) 755,WTP,14521 Lake Poway Rd 1 Portable 250kw NA $420.00 756,WTP,14521 Lake Poway Rd 2 Portable 25okw NA f 420.00 757,WTP,14521 Lake Poway Rd 3 Portable 250kw NA f 420.00 758,WTP,14521 Lake Poway Rd 4 Portable 250kw NA '.,,,$420.00 759,WTP,14521 Lake Poway Rd f_ ___—�__--I 5 Portable 350kw NA f 4`20.00 6 761, WTP,14521 Portable akewoway Rd --_NA $420.00 760,WTP,14521 Lake Poway Rd 7 Portable 80kw NA f 420.00 762,14218 1/2 High Valley Rd, GeZenith Entelll-switch $420.00 Stationary 450kw 250 9 663,WTP,14521 Lake Poway Rd GeZ 4 enith Entelli-switch S,t Stationary,300kw 20.00 706,Old Coach LS-1 GE Spectra/Order 0 10 17710 Old Coach Rd 17752468 400 amp $420.00 Stationary 85kw 705,PS-1 f 11 14445 Lake Poway Rd Spectrum 5-564243-0070$4`20.00 Stationary 20kw 750,16561 Martincoft 12 Portable Water Pump $420.00 #lAi1u�,n�il 563,Fire Station 3 Detroit Diesel SCP-ACVA. 13 14322 Pomerado Rd deeds $420.00 Stationary 200kw 564,PCPA Detroit Dksel MPV 14 15498 Espola Rd G2655 5420.00 Stationary 55kw 566,Fire Station 2 Spectrum RLS-168643- 15 16914 Westling Ct 0RL 420.00 Stationary 26kw 662 City Hall Kohler Model KBT- 16 13325 Civic Center Dr AM $420.00 yy,q-10005 Stationary 810kw 741,Sheriffs Station 17 13100 Bowron Rd Zenith ZBTS $420.00 Stationary 300kw 18 763A,14415 Lake Poway Rd, ; 420.00 Portable 30kw ,t t9 14415 Lake Poway Rd A E003000030400N10F No $`x20.00 _ Stationary 100kw 753: Eaton Cutter Hammer w 20 PS-5,14090 Northcrest Ln ATC-300,600 Amp $420.00 Stationary 350kw 754: Eaton Cutter Hammer 21 LS-3,12910 Camino del Valle ATC-300,400 Amp '420.00 Stationary 175kw Transfer Switch Russelectric Model 22 Public Works Administration RMTDMAN-2254E NA 14467 Lake Poway Rd Transfer Switch - ------ 23 Public Works Operation Russeleetrle Model NA 14445 Lake Poway Rd RMTDMAN-4004E i TOTAL THIS PROPOSAL SHEET $8,820.00 Watt Thousand EIoht Hundred Twenty Dollars and Zero Cents NOTE:The City reserves the right to award the proposal In whole or in part to the selected contractor. Business Name/Proposing Contractor(please print): Bay City Equipment Industries Inc-DBA Bay City Electric Works Authorized Agent or Officer. Jeff Allan Title: Service Sales Fxecutive 28 N N A N A I- N N. p O o. O C C O C 0 0 <Y V o cc N co N N. 6~'. 6� M co M O C r N • 'u 2 .:Q 0 00 o O O 0 0o O O C 3.1-G 0 O C 0 0 , 0 O � N p d O o 0 , . 0� 7 d h , N N N N u-, m N w u a n .. a n i E e+m am<_ O O ,f(1105 w O p 0 O O o 4 0 0' o O o 0 0 p O 0 O O O O O p p p 0 O O 0 0' 0 0 0 0 ' 0 0 0 0 :° p °o °° 0 0 r° d °- o p - 0 0.- O C 0 0— O O =,E w 0 m N 0 - y 0 00 y 0 m N O m N o of w O m N o • j O OC• . O co a O CC N O •n 0 oo U m - a n s ; « s § - 4 ; N .1 § N 7 e N o N a _ . a _ N a " 1 ; N n v a 8 S. a 8 v 8 o 8 m 8 v S u ; 8 8 a o m a 8 3 n 8 8 a 8 8 n o 3 e. 8 • 'F. ..y?i.5 m ''y z ¢ zz $ zz ¢ zz ¢ zzg zz¢ z -< zz ¢ zza zz5.EZz<QZZ¢ z E z d Z m Z . z U .- z « .. z g 2 . . z .z z Z H . z » a z A z " a _ _ a ._ s a s a a a m a g t. . t. .g *a a` a d E. a d $ a .n a` a a n` n a a a n `a a` a` n- a a m` a a N ` rtc ' V 'Q O M CO CO 84 "2, a.a M a.D �'? d co. a. N 2 I- p.0 •N p.0 co N , Q Q d o_ N• Zoc ZM NZ0m Z NZ HZoNZ NZn yZ ZZzZ ZM N MZQZ I •.. n N .. w n .n �,.� n Z z m Y g' F o z g' z E °= .. v 8 a E .. ., m E n .. m :a a a` E. a a` E. a n` a a n` `a E l 'a E 3 a G / a a a` a a n a a` a a a` a a ,m nr P N: 3':8?: m 0 !?i a Z 7 N m'V Lci �o Z N a N w i, N N a N m N .. `a N N a M N M m CO m a N t ° e t -2g t 2 e a E m t m _ g a a a 8 s 'n`1 t m' n ,,g ia a a` a a` n a a s n a n n $ a a s a' a s n m n n a s i n a` 9• 1 Tv, N u7 d N N co N • • N y .n 4 N I.Z. N N m N ca D-.4 ! ! ! �O ., r m V. <- a 0 0 m O,V N m , m a O O V O V M i r 0 m 2 N ` NN 2 n 0 d' 2 N.. ,6 c u a '7 m q a n u t o c c- N d a z .'4 a a m Z •' a Z .'_' Z m ry Z m n Z m Z d n �➢ a a L a R 9 a i' 9 R a 9 R d 8 a` p 9 d a 9 R a s a E m a Wa pp . O' N N t0 cap N N N m N 7 N N oi a ". m•N N m N 7 a V N is... . N O N m N O O N 0 Z .^- Z T Z Z ,- N Z,- a Z ''I' a . m Z .- a Z ONi z p Z V Z m O Y N N 1.0 co u E E a d ' a ° b r " 9 '" N ".'. E m a - n a a d n m u " g z m m z f a _ z a z a a a s a a` a a n n a a a n` d -a a `a n a a s n s a` a a a s Ka? m V N co m r- a-' N 6 r f0 o n N O r a � n a ro a m. a n N o i_, L N N .. @ . (0 10 CO .Ni O co <o CO 6 N N a N L O O O@ N r L N Z co Z{� CO Z CO Z h m Z'a » Z fO d' Z ti N Z v Nm Z `° Y N Y r Z Y M r .. .. O .. m (o e o .. O m io : co c° °> o N .. co N M o si I .k.-. � °i `m z m z, n z z ',n a s a a s a a` `a � a `a a s � a s a a s a a n n a - a I a I a n a ; n ¢ rc K K K K K 39 K a°O 1 a°.5 t.5 a°.5 1; 8 t a E4 3"� :'.1 ii �r3 .5'A m.mQi sm a3', mg .. _H .-a ri o$n 5 5. Fa Na Na N1 yY ,A' 'ns 3, u9°_v cs FS: n ii n .. n n m :31' n m e m m n N m r 03 CO m CO co 2 V V N - CO 0 t,. w w w w w w w w. _ ;4:44°.:.,.-‘4-- v c `°w. o O O O . (O °ate O LO O 0 LO o O ' 2 0 O (V O Ci N cO 6 : w,t 00-g cri J V N N w w N N V Ir's... ` w w w w w ,4 w -` 0 N N E 4 „, ...^ 0 a yy" 7 m v .. L a o< c .76L”m ' W=3a 0 0 0 0 0 0 0 O ` L, j y E a O O O O O O O O O O O O O O O O � V m , O O O 0 O O O O 0 o 00 O o.] 0 O `.2 D O aD 0 8' ' it E w m w m w 0 O m w OD w 0 D7 w �O w D w O"'y� d Q . N-. _ 0 6 U co w _ w co w N w w w a u _ o _ c _ o u o _ a O °U S 0 a O U a O U a O U u O U O U u O 0 u O w , a p To N cp -4 = C a - r- S2 i I. f, 12 CO m ° a Q Q < a ¢ ¢ a ¢ g ¢ c ¢ < a a u Z Q Z Z ¢ Z Z Q Z Z Q Z Z ¢ Z Z Q Z Z Q Z Z a Z I ▪ Z z Z Z Z Z Z Z •r m m S m y:, t n• a a` m a a` a a a m a a` m` a a m a a` a` a d a` a a °"-fie W gyp.-•s v C A O R "Rm vyR� F N Tu Y W N O N m N O N ( r N 0 N _ . a N O ^ x Z Q Z Z Q Z Z Q Z oi (O Z m - Z O N Z N Z Q co yI LL 1 Z n o Z w Z w N g M $ m fO u M "f ^4 a a aaa ama aaa ama aaa aa a r U ao o `^ a) O o d m N CO Z O cr0 Z 0 C'. L c0 I. o_ O. r a ° a r '"�` U 8 13 O to O .M- O M y Y m O c0 0 (` 50 01 03 't ri W 01 .LL n.. ; >. Y M Y r w Y2 r H Z N Z o Z m Z o ` CO a o M w 9 N c N o M ''' n M w p M w p M `-B" 'm. co a` a a` a` a a s a a` a a a` a` a a` p a a p a a a a a Aft ' m O 4 O C v O q m m W 4 4 z o ii Cl) L. 0 0I N d N N d N N N : 4 N •L d N .5 N d O z O a • .. O O O O M O O M O O O O d. M O O M O O (gr.? O O r "tr,, d ii • Lo LO r N N b o '.,w Ld w w ` - LO w 'tom '-, E $ 8 8 f. :7 ,4 _ - OD CO N lO N N LO d 0 0 c0 r c0 O) c0 O O 01 'w y .a.r C O M 6 O o0 4 Ys- cr0 Y O N N s- co (0a, N Z co m co m N N '`. Y r Z a Z 03 Z M `*' V o w o M w 9 (� w 9 N w a r w a w D w 9 r t ya�r . C T $ a I: a` a a` pa a a` a a a` a` a a` a` a a` a` a a` a a a .,+`.� „, 4 a CO 0 a 6 C .0 ..;, Ytee. co uQ• 4) W Z r O 0 01 Ps! N 01 r r C' i nil! - C Z 0 r O i. O • Z 00 a M O7 r a M r `.", (6 y 4) O ,_ N 0 rc N co u a r Y M M O Y N s--- • N v Z fO Z Z M � r E Q '^ a N w N N v N CO CO CO n a a` v` a a` a` a a m a a a` a a m a a` a a a m 0 , - C C ) X 2 0 y w E V$2• Nm r0r .1-r gam mar 2r Wi , yQamOa Q O fA • awl ° 0 oil m� all' ly 0= v�y a a) P''41 A gem Ziu° cto 2 =: t3 o p 2-92°9 Z 'm y U N Fi N mN Ft-�N '10,2 a I N pm ,a ~3m~acr t) 10 Q LL 4 m z s a) am a' a F a t 11! c O F t 11 A'°d 0 �i a) El n n r z CO < F ANNUAL SERVICE FOR FUEL POLISHING, LOAD TESTING AND TRANSFER SWITCH SERVICE Line Transfer Transfer Switch Annual Fuel Polishing Annual Load Bank Testing Annual Transfer Switch Service ANNUAL SERVICES TOTAL Item Unit Number Switch Model LUMP SUM SERVICE LUMP SUM SERVICE LUMP SUM SERVICE FUEL POLISHING+LOAD BANK+ (no hourly rates) (no hourly rates) (no hourly rates) TRANSFER SWITCH 755,Wr Portable Lake Poway Rd ✓/! $ v 1 "° ���' 203.00 $550.00 run .. $753 00 /$203.00 $ 756.WTP,14521 Lake Poway Rd y 2 Po mble zsokw " i ✓T r e 550.00 NJA 5 753.00 3 757,Wr Portable Lake Poway Rd No �� , $203.00 $550.00 f* $753.00 Js�rorarr�il�lr'�J�'� `%' 4y %o, 758,WTP,14521 Lake Poway Rd ✓ f 4 Portable zsokw No 6 ���$203.00 $550.00 > ,. 75300 759,WTP,14521 Lake Poway R d 5 Portable 350kw No yl ��gi4 $203.00 $550.00 rat# :N r�$753.00 761,WIPPortable eke oway Rd fai'�>1/j�' 6 "° jj✓1 !9 $203.00 $435.00 ValiallOSEEPUer $638.00 7 760,WrP,14521 Lake Poway Rd No ,�s �y/✓''m s 203.00 $435.00 F's 638.00 Portable 80kw q � 762,High Velley Pump Station GE Zenhh 2 O°Oi- 203.00 $650.00 8 1421812 High Valley Rd Stationary Yes swheh 250 $ 853.00 450kw _-. 9 663,Wi 14521 Lake Poway Rd Yes GE Zenith Entelli- $203.00 $650.00 $300.00 $1,153.00 Stationary 300kw switch 250 706,Old Coach LS-1 GE Spectra/Order 10 17710 Old Coach Rd Yen a 1n52468400 $203.00 $435.00 $250.00 $888.00 Stationary 65kw amp 705,PS-1 Spectrum 11 14445 Lake Poway Rd vas 564243-0070 $203.00 $400.00 $250.00 $853.00 Stationary 20kw 750,Portable Water % "��////✓� %///�' 12 Portable water Pump No $203.00 $N/A n vg 7,�� 1, $ 203.00 563,Fire Station 3 Detroit Diesel SCP 13 14322 Pomerado Rd Yes ACVA-0600S $203.00 $550.00 $300.00 $1,053.00 Stationary 200kw 564,PCPA Diesel MPV 14 15498 Espola Rd Yes Detroit G:21% $203.00 $435.00 $250.00 $888.00 Stationary 55kw 566 Fire Station 2 spectrum RLS- 15 16914 Westing Ct Yes 16864a-01oo s 203.00 S 435.00 $250.00 $888.00 Stationary 26kw 662 City Hall AMWA-10 Kohler Male)KBT- 16 13325 Civic Center Dr Yes ,0s $203.00 $1,100.00 $300.00 $1,603.00 Stationary 810kw 741,Sheriffs Station Cutler Hammer 17 13100 Bowron Rd Yes spe65 $203.00 $650.00 $300.00 $1,153.00 Stationary 300kw 18 a41s Lake oway Rd No $203.00 $400.00 /%�/rr / $603.00 Portable 30kw ry/�,i�� ^� , g / iiii if/''�i.. iii' .✓' ASCO Series 300 19 Fleet Maintenance Yes cat No $203.00 $435.00 $250.00 Lake Poway Rd E003D00030400N1 250.00 $888.00 Stationary 100kw OF 20 PS-5,14090 Northcrest Ln Yes Eaton Cutler $ Stationary 350kw Hammer ATC300 203.00 $650.00 $300.00 $1,153.00 21 LS-3,12910 Camino del Valle Yes Eaton caller $203.00 $550.00 $300.00 s Stationary 175kw Hammer ATC300 $1,053.00 Russelectdo j1'�i, /� rlJr /,il .rir�' ;fir Public Works Administration i 22 / 14467 Lake Poway Rd Yes Male)RMTDMAN- % y�0 /� / /� /1 ��/ S 300.00 $300.00 l l iii r 1 �/ f Transfer Switch Russelectrle tr ggiagai ilik fir / �r sS 23 Public Works Operators Yes Model RMTDMAN- � ✓/ ��n sit �l�" `%st;, f$300.00 $300.00 14445 Lake Poway Rd 4004E �'�/v/ � 7 % 4l f TOTAL THIS PROPOSAL SHEET S 18,873.00 Eighteen Thousand Eight Hundred Seventy Three Dollars and Zero Cents NOTE:The City reserves the right to award the proposal In whole or In part to the selected contractor. Business Name/Proposing Contractor(please print): Bay City Equipment Industries Inc-DBA Bay City Electric Works Authorized Agent or Officer. Jeff Allan Title: Service Sales Executive 31 RFPPnposaLamue Fuel-Load Teswor st PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE QUALIFICATIONS Company Information: Please provide the following information: 1. Legal Name: Bay City Equipment Industries Inc-DBA Bay City Electric Works 2. Legal Address: 13625 Danielson Street,Poway CA 92064 3. Year Company was Incorporated: 2007 4. Company Main Phone Number: (619)938-8200 5. Fax Number: (619)938-8216 6. E-Mail Address: jallan@bcew.com 7. Web Site: UWWV BCFW COM 8. Owner and Title: Rodney Lee/President&COO 9. Operations Manager: Ed King 10. Attach Company Organizational Chart: Attached Business Status: check more than one if Applicable: Incorporated: X Sole Owner: Partnership: M/WBE: Traded: Others: Sales Information: 1. Company total dollar sales for 2015($41 Million) 2. Has your company ever filed for bankruptcy? Yes: No: X If yes explain in detail the reason why, filing date and current status: Management Information: (Provide attachments if spaces provided is insufficient) 1. Enclose the resume of your proposed Superintendent and other key Personnel: Attached is the resume of our field service superintendent Steve Holabird and our other key personnel 2. Total number of employees in San Diego? 56 Employees 3. Describe your company quality assurance program and provide resume of your proposed quality assurance agent. BCEW performs in house quality assurance visits that are performed by the superintendent&account manager. 4. Describe in detail what training you currently have in house or under Contract for your employees We provide tailgate safety meetings every 10 business days that cover Industry specific topics as well as OSHA topics.We provide annual certifications for Arc Flash and CPR/First Aid Our technicians participate in technicial training through EGSA Kohler Power GE Zenith&John Deere 5. Describe in detail your safety program (Attach any supporting documentation) Attached is BCEW Environmental Health&Safety Policy&table of contents of our Injury&Illness Prevention Program. The complete IIPP can be provided if necessary. 32 6. Has your company ever been terminated on a Contract for unsatisfactory performance? Yes: No: x If yes, describe in detail: 7. Does your company have 24 hours emergency services? Yes x No 8. Provide your financial reference with contact and phone number UMB Bank POC: Kyle A. McMillian (602) 912-6730 Experience: 1. Is your company presently providing PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE for any major accounts similar to the scope of this RFP? Yes x No 2. Is your company presently providing PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE for any major accounts located in the County of San Diego similar to scope of this RFP? Yes x No I certify that all the above information is correct to the best of my knowledge: Signed Date: �/3i �,G [Remainder of Page Left Blank Intentionally] 33 STATEMENT OF FINANCIAL RESPONSIBILITY, TECHNICAL ABILITY AND EXPERIENCE The proposing Contractor is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed within the past two years and give references that will enable the City to judge responsibility, experience, skill, and business training. The proposing Contractor, undersigned, submits herewith a statement of (his/her) financial organization to verify the undersigned's order of responsibility and authority as well as sufficiency of staff to perform required work. The undersigned submits below a statement of the work of similar character to that included in the proposed Contract, which he has successfully performed. At a minimum, this document should include: • The names of the company and/or individual(s) who will be assigned to fulfill Contractual obligations. • All subcontractors, with qualification summaries of all individuals. • Similar past work performed by the firm/individual making this proposal. President- Mark Loftin /Vice President-Chuck Loftin/COO- Rodney Lee Service Manager- Ed King Lead Service Coordinator-Aubrey Bloom/Service Coordinator-Ashley Martin Service Sales Executive/Account Manager-Jeff Allan Level 3 Technicians- Steve Holabird /Steve Waltman/ Richard Dickerson Level 2 Technicians-Jon Schwenk, Ricky Bradd. Ramon Hernandez. Mark Nelson. Bill Huts Level 1 Technicians- Matt Kuhl, Dave Moore, Martin Brunner, Kurt Mead Signed: Date:: /31/16 34 INFORMATION REQUIRED OF PROPOSING CONTRACTOR The following information is required to be supplied by the bidder. Additional sheets may be attached if necessary. 1. Address: 13625 Danielson Street, Poway Ca 92064 2. Telephone: 619-938-8200 3. Type of Firm (select one): ❑Individual ❑Partnership El Corporation 4. Number of years as a PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE Contractor 84 Years 5. List at least five (5) PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE references: Reference Contract Type of Business Start & Finish Name/Address/Phone Amount (Government, Dates of Private, etc.) Contract City of Oceanside 300 N Coast Hwy Oceanside,CA 92054 $58,356.00 Government 2008 to Current (760)435-4500 Per Year Padre Dam Municipal Water District 9300 Fanita Pkwy Santee,CA 92071 $15,446.00 Utilities 2008 to Current (619)448-3111 Per Year Helix Water District 7811 University Ave La Mesa,CA 91942 $45,200.00 (619)466-0585 Per Year Utilities 2007 to Current City of Vista 1165 E.Taylor Street Vista,CA 92084 $14,700.00 (760)639-6177 Per Year Public Works 2010 to Current Viejas Casino $40,960.00 Private 2011 to Current Per Year 35 6. List of Subcontractors: The following information relative to the Subcontractors and suppliers proposed to be used must be furnished to the City as part of this proposal. If all work is to be done without Subcontractors, write "none" here: None Name under which Class/License Address of Office or Shop Type of Work Subcontractor is Number and Telephone No. Subcontractor Will Licensed Do 7. Suppliers Name of Supplier Address & Telephone No. Type of Material N7650 CTH LS,Kohler WI 53044 Kohler Power Systems (800)544-2444 Oil Filters,Fuel Filters,Air Filters, Kohler Generator&Engine Parts 7440 Convoy Court,San Diego CA 92111 Napa Auto Parts (858)279-8473 Oil Filters,Fuel Filters,Air Filters, Coolant 10930 Willow Ct,San Diego CA 92127 Oil Filters,Fuel Filters,Air Filters Hawthorne CAT (858)503-6619 CAT Generator&Engine Parts • 9270 Dowdy Drive,San Diego CA 92126 15/40 Engine Oil, Flyers Energy LLC (858)566-0830 Ultra Low Sulfur Diesel Fuel [Remainder of Page Left Blank Intentionally] 36 STATEMENT OF AVAILABLE EQUIPMENT The proposing contractor is required to list all necessary equipment that will be used to complete the work as specified in the Scope of Work. The proposing contractor shall state below the mobile, industrial, construction, and other equipment that the proposer has or will have available to perform the work under this contract. The City of Poway reserves the right to reject any Request for Proposal when, in its opinion, the proposer has not demonstrated they will be properly equipped to perform the work in an efficient, effective manner for the duration of the contract period. In instances where the required equipment is not currently owned, the proposer shall explain how the equipment will be made available prior to commencement of the work. Equipment Description: Service Vehicle Fleet Owned x Rented Other (explain below) If owned, quantity available 22 Service Vehicles Year/Make/Model,2ea 2015&2ea 2013 Chevy Silverado 3500HD Trucks/2ea 2015 2ea 2013&lea 2007 Chevy Silverado 2500HD Trucks lea 2000,lea 2009&lea 2014 Ford F550 Trucks/lea 2010&lea 2013 Express Vans/4ea 2013,2ea 2012&2ea 2011 Ford F350 Trucks Explanation for other Equipment Description: Resistive Load Banks Quantity Available: 0-100kW 27 Owned Rented Other (explain) Year/Make/Model Cannon 15ea x 100KW,2ea 60KW,3ea x 30KW/Avtron 7ea x 100KW Explanation 101-500kW 5 Owned Rented Other (explain) Year/Make/Model Avtron lea x 500KW/Loadtec lea x 355KW/Simplex lea x 400KW, lea x 180KW&lea x 515KW Explanation 501-800kW 1 Owned Rented Other (explain) Year/Make/Model Avtron lea x 750KW Explanation 37 801-1 MW 5 Owned X Rented Other (explain) Year/Make/Model Load Tech 3ea x 1500KW& lea x 1055KW/Crestchic lea x 2.6 Meg Explanation Equipment Description: Diesel Fuel Delivery Vehicles Metered x Certified x (yes or no) Owned X Rented Other (explain) If owned, quantity available 2ea Year/Make/Model lea 2000 Ford F550 & lea 2009 Ford F550 Explanation Equipment Description: Fuel Polishers Owned X Rented Other (explain) If owned, quantity available 2ea 50 GPM (gallons per minute) lea 50 GPM lea 150 GPM Year/Make/Model Explanation Equipment Description: Temporary Power Owned x Rented Other (explain) If owned, quantity available 49 Units Year/Make/Model 1rKw-1OOKw(22 Units) 125KW-500KW(19 Units)500KW-2000KW(8 Units) Explanation Also have 8ea Automatic Transfer Switches, and lea 4160/12,460 Transformer 38 Equipment Description: Tempower Cable Owned X Rented Other (explain) If owned, quantity (feet) available 37,750 Feet Year/Make/Model Explanation Cable comes in 100 Foot, 75 Foot, 50 Foot and 25 Foot Lengths [Remainder of Page Left Blank Intentionally] 39 • NON-COLLUSION AFFIDAVIT To the City Council, City of Poway, California: The undersigned in submitting a proposal for performing the following work by Contract, being duly sworn, deposes and says: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive proposing in connection with such Contract, for: PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE Business Name: Bay City Equipment Industries Inc-DBA Bay City Electric Works Business Address: 13625 Danielson Street Poway Ca 92064 Signature of Proposer: Place of Residen e: La Mesa CA Subscribed and sworn before me this 02 day okJ `t._ , 2016. jekfLitt jt6( Notary Public in and for the County of 1EANE rir. T,' c . *t'w COMM. 112124044 i Notary Public•California �.n U ,State of California 9 Sr,:, County -6 ,;uq Mc ,, is AucZ20,2019 My commission expires )U . .02Uxi (This affidavit shall be executed by the successful Proposer in accordance with instructions in the Federal Requirements, but Proposer may execute the affidavit on this page at the time of submitting proposal.) 40 SECTION VI - DOCUMENTS TO BE EXECUTED BY THE SUCCESSFUL PROPOSER [Remainder of Page Left Blank Intentionally] 41 CONTRACT PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE This Contract, made and concluded this day of , 20 , by and between the CITY OF POWAY, a general law city and municipal corporation (the "City"), and a California [corporation, limited liability company, general partnership, sole proprietorship, dba], hereinafter referred to as "the Contractor." ARTICLE I. That for and in consideration of payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the bonds attached hereto, if any, Contractor agrees with City at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the Specifications (attached hereto, at Section 3) necessary to construct and complete in good, workmanlike and substantial manner, all to the satisfaction of the City of Poway, in accordance with the Special Provisions for this project as set forth herein. ARTICLE II. Said Contractor agrees to receive and accept as full compensation for furnishing all materials and doing all the work contemplated and embraced in the Contract an amount equal to the sum of the totals for the items of work. The total for each item of work shall be calculated by determining the actual quantity of each item of work and multiplying that actual quantity by the unit price proposal by the Contractor for that item of work. Contractor further agrees to be responsible and hold City harmless from all loss or damage arising out of the nature of work aforesaid, or from the acts of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by City. Contractor agrees to be responsible and hold City harmless from all risks of every description and under the control of Contractor pursuant to the terms of the Contract, and connected with Contractor's performance of this Contract. The Contractor is responsible for all expenses incurred by or in consequence of the suspension or discontinuance of work, and/or faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Specifications and requirements of the City. ARTICLE III. The City hereby agrees and promises the Contractor to employ, and does hereby employ, said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices stated, and hereby Contracts to pay the same at the time, in the manner, and upon the conditions above set forth. Said parties for themselves, to their heirs, executors, administrators, successors and assigns, do hereby agree to full performance of the Covenants herein contained. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of proposal conflicting herewith. ARTICLE V. Contractor shall defend and otherwise hold City harmless from any and all claims, complaints, causes of action, of any nature whatsoever, arising from Contractors 42 performance of the Contract. In performance of this Provision, Contractor shall name City as additional insured on a policy of general liability as required per Section II, item 20. The Covenant contained herein applies to all sums paid as a result of the above claims, including court costs and reasonable attorney fees whether or not the matter results in judgment. ARTICLE VI. Pursuant to Public Contract Code Section 22300, provisions for substitution of securities for performance retentions will be allowed. ARTICLE VII. EACH AND EVERY COVENANT, CONDITION AND PROMISE contained in the Specifications, General Provisions and Special Provisions for said project are herein incorporated by reference as if fully set forth herein and constitute a material part of the consideration to the City in entering into this Contract with Contractor. (All Items in the Contract will be the same as in the Proposal.) IN WITNESS WHEREOF, the parties to those present have hereunto set their names in the year and date first above written. Contractor: Signature Title: Signature Title: City Manager of the City of Poway: ATTEST: City Clerk: APPROVED AS TO FORM: City Attorney: 43 GUARANTY To the City of Poway, City Council, for: PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE The undersigned guarantees the work included in this project(s). Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the Plans and Specifications, due to any of the above causes, all within the number of months the site is to be maintained after date on which this Contract is accepted by the City, or the date of recordation of Notice of Completion, whichever is the later, the undersigned agrees to reimburse the City upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or upon demand by the City, to replace any such material and to repair said work completely without cost to the City so that said work will function successfully as originally contemplated. The City shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the City. If the undersigned shall fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all cost and expenses, including attorney's fees, reasonably incurred by reason of the said failure or refusal. Contractor Date **TO BE SUBMITTED WITH EXECUTED CONTRACT** 44 WORKERS' COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works Contract has been awarded shall sign the following certificate and shall submit same to the City of Poway prior to performing any work on the Contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract." Contractor By: Title Date Section 3700 of the State Labor Code reads in part as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of Industrial Relations a certificate of consent to self- insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees." **TO BE SUBMITTED WITH EXECUTED CONTRACT** 45 ..................... it r iv d D m v cp o � m�O (D ° m < O o CD M CO 5 r m m 3 m cc, c.) , m cnE c c ` o m"y g : i Cn Cn o - ty 0 (rD - v chi n n m• o- ?� 0 0 7 CD m C O CO cQ 0 -. O Iya m = o 0 0 0 E m QO v v a ;r CD D r o C7 M CD Oi O op Ii. v0 co a m c.c. CCCD-0 CD O •o n cn cn m a '" ° o 0 I- 0 C o co ■ -.1 r . -n 5. 0) n I n C / 3 N O c C./) (�D I- r vo 0 I• m D �• � o 011; co a) Q0 cnr. m v r � o CD w v ? Ili . CO rill lin _ cn 711:1P v o 0 v O 0 CD m o z :a !t' ELECTR WORKS Manqemnt Inf 13625 Danielson Street Poway, CA 92064 619-938-8200 KOHLER POWER SYSTEMS @.. ELECT'' WORKS Technician Qualification Letter Steve Holabird To whom it may concern, This letter is written to give a formal letter of qualification and experience for a Bay City Electric Works technician. The information provided below is for Steve Holabird, Generator Service Technician Master Level and Bay City's San Diego Field Service Foreman Steve Holabird has 12 years of Generator service, repair and diagnosing experience in the civilian sector and over 5 years in the military sector with the US Navy nuclear specialist. He has worked for Bay City Electric Works for 4 years and has served Bay City as a Level 3 skilled technician, lead technician, troubleshooting specialist and start-up consultant and engineering consultant specific to generators and related equipment. And now as the San Diego Field Service Foreman. As a Master technician, Steve has the capabilities to perform any type of service or repair to a generator unit and has the ability to diagnose and repair on an expert level on Automatic Transfer Switches, communication devices, switchgear, electrical circuit development and troubleshooting, multiple manufacturer engineering tactics with generators, and technical training to consumer, engineers and colleagues. The following certifications have been acquired by Steve Holabird: -Kohler Automatic Transfer Switch Certification -Kohler Generators and Controls Certification -Kohler Switchgear Certification -Kohler Modbus and Communications Certification -Zenith Controls and Communication Advanced Certification -EGSA Journeyman Certification Steve Holabird has expert experience in the following areas: -Preventative Maintenance service on generators, fire pumps, and ATS -Trouble shooting and diagnosing on all types of generators including ATS units -New generator start up procedures and ATS start ups -Load banking and testing up to 2700kw, reactive and resistive -Wiring diagrams and schematics 13625 Danielson Street Poway, CA 92064 LE„ ELECT-.0 WORKS -Electrical System distribution -Generator Theory and Electrical Theory -Fuel System development and Theory on Generators -Training and Start up procedures -APCD/AQMD Rules and Regulations -Wireless monitoring and Modbus configurations -Paralleling and Switchgear -Elevator and generator electrical circuit troubleshooting and development -Generator program creation and evaluation -Generator training and lesson plan development Any further questions please contact EJ Ochoa at eochoa @bcew.com 13625 Danielson Street Poway, CA 92064 `" 6:�' 11117c B:';5 : ELECT WORKS I I Technician Qualification Letter Steven Waltman To whom it may concern, This letter is written to give a formal letter of qualification and experience for a Bay City Electric Works technician. The information provided below is for Steven Waltman, Generator Service Technician Level III. Steve Waltman has 30 years of Generator service, repair and diagnosing experience in the civilian sector with multiple companies with all types of power generation type of equipment. He has worked for Bay City Electric Works for 1 year and has provided Bay City integral expertise in the following areas of the power industry business: technician, training, troubleshooting specialist and start-up consultant and engineering consultant specific to generators and related equipment. As a Level 3 Technician, Steven has the capabilities to perform any type of service or repair to a generator unit and has the ability to diagnose and repair on an expert level on Automatic Transfer Switches, communication devices, switchgear, electrical circuit development and troubleshooting, and multiple manufacturer engineering tactics with generators. The following certifications have been acquired by Steven Waltman: -Kohler Automatic Transfer Switch Certification -Kohler Generators and Controls Certification -Generac Certified Steven Waltman has expert experience in the following areas: -Preventative Maintenance service on generators, fire pumps, and ATS -Trouble shooting and diagnosing on all types of generators including ATS units -New generator start up procedures and ATS start ups -Load banking and testing up to 2700kw, reactive and resistive -Wiring diagrams and schematics -Electrical System distribution -Generator Theory and Electrical Theory -Fuel System development and Theory on Generators -Training and Start up procedures -Wireless monitoring and Modbus configurations -Paralleling and Switchgear -Elevator and generator electrical circuit troubleshooting and development Any further questions please contact EJ Ochoa at eochoa @bcew.com 13625 Danielson Street Poway, CA 92064 LE Dt 7.3y + ;` z }' ELECTRC. WORKS Technician Qualification Letter Richard Dickinson To whom it may concern, This letter is written to give a formal letter of qualification and experience for a Bay City Electric Works technician. The information provided below is for Richard Dickinson, Generator Service Technician Master Level and Bay City's Technical Training Manager. Richard Dickinson has 35 years of Generator service, repair and diagnosing experience in the civilian sector and over 5 years in the military sector with the US Navy. He has worked for Bay City Electric Works for 25 years and has served Bay City in every role relating to field related work including technician, training manager, troubleshooting specialist and start-up consultant and engineering consultant specific to generators and related equipment. As a Master technician, Richard has the capabilities to perform any type of service or repair to a generator unit and has the ability to diagnose and repair on an expert level on Automatic Transfer Switches, communication devices, switchgear, electrical circuit development and troubleshooting, multiple manufacturer engineering tactics with generators, and technical training to consumer, engineers and colleagues. The following certifications have been acquired by Richard Dickinson: -Kohler Automatic Transfer Switch Certification -Kohler Generators and Controls Certification -Kohler Switchgear Certification -Kohler Modbus and Communications Certification -Zenith Controls and Communication Advanced Certification -Kohler Certified Factory Trainer -EGSA Journeyman Certified Richard Dickinson has expert experience in the following areas: -Preventative Maintenance service on generators, fire pumps, and ATS -Trouble shooting and diagnosing on all types of generators including ATS units -New generator start up procedures and ATS start ups -Load banking and testing up to 2700kw, reactive and resistive -Wiring diagrams and schematics 13625 Danielson Street Poway, CA 92064 KOHLER. 14 .47 ELECT' C WORKS 5, -Electrical System distribution -Generator Theory and Electrical Theory -Fuel System development and Theory on Generators -Training and Start up procedures -APCD/AQMD Rules and Regulations -Wireless monitoring and Modbus configurations -Paralleling and Switchgear -Elevator and generator electrical circuit troubleshooting and development -Generator program creation and evaluation -Generator training and lesson plan development Any further questions please contact EJ Ochoa at eochoa @bcew.com 13625 Danielson Street Poway, CA 92064 KOHLER. 8:0 II ` t J. n� .e , 'is ) ELECT°.C WORKS Technician Qualification Letter Jesse Mingo To whom it may concern, This letter is written to give a formal letter of qualification and experience for a Bay City Electric Works technician. The information provided below is for Jesse Mingo, Generator Service Technician Level Ill. Jesse Mingo has 19 years of Generator service, repair and diagnosing experience in the civilian sector. He has worked for Bay City Electric Works for 7 years and has progressively moved from a level 1 technician to a level 3 technician. As a level III technician, Jesse has the capabilities to perform any type of service or repair to a generator unit and has the ability to diagnose and repair on an expert level on Automatic Transfer Switches, communication devices and switchgear. The following certifications have been acquired by Jesse Mingo: - GE Zenith Controls Factory Service Certification -Kohler Automatic Transfer Switch Certification -Kohler Generators and Controls Certification -NFPA 70E certified technician -EGSA Journeyman Certified Jesse Mingo has expert experience in the following areas: -Preventative Maintenance service on generators, fire pumps, and ATS -Trouble shooting and diagnosing on all types of generators including ATS units -New generator start up procedures and ATS start ups -Load banking and testing up to 2500kw -Wiring diagrams and schematics -Electrical System distribution -In frame overhaul -Rigging -APCD/AQMD Rules and Regulations -Project Management -IC Engine maintenance and Repair Any further questions please contact EJ Ochoa at eochoa @bcew.com 13625 Danielson Street Poway, CA 92064 KOHLER. CIT ELECTFA WORKS Occupational Health & Safety Manual Bay City Electric Works Environmental Health & Safety Policy: Bay City Electric Works is committed to providing a safe,healthful,and clean working environment for its employees. Bay City will also ensure its products and services are safe, and its commitment and record in protecting the natural environment are unmatched.Bay City Electric Works,Inc.will strive to comply with all safety and health standards and expects the full cooperation of its employees.Environmental,health and safety performance is valued along with all other business considerations. Our objectives: o Eliminate all employee injuries by making the workplace free from hazards and unsafe actions. o Conserve natural resources in the design, use and disposal of products and delivery of services. O Establish safety and environmental protection standards that both comply with local laws and go beyond, when necessary, to achieve the goals of this policy. O Hold operating managers accountable for safety and environmental performance and for providing leadership and required resources. O Require all employees to comply with these standards. By quantifying safety and environmental goals, periodically measuring and reporting progress, and responding to the suggestions and needs of others will Bay City advance its efforts.By sharing best practices and making safety and environmental considerations priorities in new product development will Bay City be able to promote these ideals with employees, customers, contractors, and the community. Regulators, and other external environmental,health and safety customers,will be dealt with honestly and openly. Bay City Electric Works will strive to meet all of its commitments, perform well on audits, and provide excellent customer satisfaction. Chief Operating Officer September 2015 Bay City Electric Works Injury and Illness Prevention Program 'a t*: 11 Pel E-7. WORKS Occupational Health &Safety Manual Sections of the Injury and Illness Prevention Program: Section 1 Internal Emergency Contacts Section 5 Injury/Illness Investigations and Recordkeeping Section 6 Hazardous Materials Communication Plan (HCP) Section 7 Heat Illness Prevention Plan Section 8 First Aid Plan Section 9 Emergency Action Plan and Evacuation Procedure Section 10 Spill Prevention Control and Countermeasure Plan Section 11 Electrical Safety Program Section 12 Lock-Out and Tag-Out Program Section 13 Forklift Safety Program Section 14 Hand and Portable Tool Safety Program Section 15 Contractor Safety Program Section 16 Ergonomics &Lifting Program Section 17 Lifting and Rigging Program Section 18 Confined Space Program Section 19 Fall Protection Program Section 20 Fire Prevention Program Section 21 Fleet and Drivers Safety Section 22 Hearing Conservation Program Section 23 Ladder Safety Program Section 24 Personal Protective Equipment Program Section 25 Respiratory Protection Program This Injury and Illness Prevention Program is hereby approved by: Jerry Royal Date Safety Officer EJ Ochoa Date Date Date Bay City Electric Works Injury and Illness Prevention Program I ELECT—:, C WORKS dden ¢• urn 13625 Danielson Street Poway, CA 92064 619-938-8200 K O H L E R POWER SYSTEMS • / STEVE VAUS,Mayor CITY O F P AWAY OF P JIM CUNNINGHAM,Deputy Mayor G��� OW`g3' DAVE GROSCH,Councilmember , BARRY LEONARD,Councilmember r '`�- JOHN MULLIN,Councilmember �F � C Y IN THE GNU ADDENDUM NO. 1 PORTABLE AND STATIONARY GENERATORS AND TRANSFER SWITCHGEAR MAINTENANCE SERVICE RFP No. 16-017 May 30, 2016 TO ALL PROSPECTIVE BIDDERS: The following changes are made to the Specifications: 1) Pagel, first paragraph: Notice is hereby given that the City of Poway, California will accept sealed proposals at the Public Works Administration Office, 14467 Lake Poway Road, Poway, California 92064, until 2:00 p.m. on . Tuesday, June 7, 2016. 2) Please replace page 29 and 30 with the revised page 29-30. If you submitted a bid, please contact Bruce Nolan at bnolanapoway.orq to confirm if you want the bid pulled in order to revise it. All bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by signing in the space provided and submitting the signed Addendum with the bid. Date: , /76 Troy Bankston, Director of Public Works Receipt acknowledged by: 574 i 6 es Signature/Company Name Date City Hall Located at 13325 Civic Center Drive Mailing Address: P.O. Box 789, Poway, California 92074-0789 www.poway.org A S'I'EVE VAUS,Mayor c!SP( 01 F 1 °WAY OF P JIM CUNNING'[AM,Deputy Mayor C> DAVE GROSCI I,Councilmcmber BARRY LEONARD,Councilmcmber 16.4:_a JOHN MULLIN,Councilmcmber Sfi M...w„w , c7r nv The cw Request for Information • Portable and Stationary Generators and Transfer Switchgear Maintenance Services RFP No. 16-017 May 27, 2016 TO ALL PROSPECTIVE BIDDERS: A request was made to supply a list of names and model numbers of the equipment listed within the proposal tables. A table listing the equipment is attached as a reference. Pam Gravel Sr. Management Analyst 858 668-4702 S/2') /i6 City Hall Located at 13325 Civic Center Drive / Mailing Address: P.O. Box 789, Poway, California 92074-0789 .. www.poway.org CITY OF POWAY RFI FOR RFP 16-017 EQUIPMENT LIST CITY OF POWAY- LIST OF PORTABLE AND STATIONARY GENERATORS AND Location Line Legend:WTP=Water Stationary or Voltage Voltage Engine Number Treatment Maul Address kW Tier Rating 9 ngine Serial Item Portable g {Single or Output Engine Model Number LS=Lift Station Multi) PS=Pump Station 1 755 WTp Rd 21 Lake Poway Portable 250 Tier 3 Single 480 Caterpillar C-9 S9102029 2 756 WTp 1R4d521 Lake Poway Portable 250 Tier 3 Single 480 Caterpillar C-9 S9102030 3 757 WTp Rd 21 Lake Poway Portable 250 Tier 3 Single 480 Caterpillar C-9 S9102031 4 758 WTp Rd 21 Lake Poway Portable 250 Tier 3 Single 480 Caterpillar C-9 S9102033 5 759 WTp 14521 Lake Poway Portable 350 Tier 3 Single 480 Caterpillar C-15 S9102032 6 760 WTp 14521 Lake Poway Portable 80 Tier 3 Single 208 Caterpillar D80-6 ESM00586 Rd C4.4 7 761 WTP 14521 Lake Poway Portable 80 Tier 3 Single 480 Caterpillar D80-6 ESM00578 Rd C4.4 8 762 PS-6 high valley Rd 21 Lake Poway Stationary 350 Tier 3 Single 480 Caterpillar C-15 9 663 WTp 1R4d521 Lake Poway Stationary 300 Tier 2 Single 480 Caterpillar 3406B 4RG00747 10 706 Old Coach LS-1 17710 Old Coach Rd Stationary 85 Tier 1 Single 480 CummiG668T5.9 G990944840 11 705 PS-1 14445 Lake Poway Stationary 20 N/A Single 240 Spectrum 20DS60 371013 12 750 Martincoit Old pump station site Portable N/A Tier 3 N/A NA Caterpillar C-15 JRE07921 13 563 Fire Station 3 14322 Pomerado Stationary 200 Tier 2 Single 190/600 John Deere RG6081A162760 Road 6081AF001J 14 564 PCPA 15498 Espola Rd Stationary 55 Tier 2 Multi 120/240 John Deere PE4045T415956 404TF270E 15 566 Fire Station 2 16914 Wesling Court Stationary 26 Tier 2 Single 208 John Deere T04045D894472 4045DF150D/158 662 City Hall 13325 Civic Center Stationary 810 Tier2 Multi 139/240 Detroit Diesel 16V- 16 5362002695 Drive 2000 R1637K35 17 741 Sheriffs Station 13100 Bowron Rd Stationary 300 N/A Multi 139/240 Kohler 300ROZD 132476 18 763A MQ Wisperwatt 14415 Lake Poway Portable 40 N/A Multi 480/240/1 40SSKV Rd 20 19 562 Vehicle Maintenance 14415 Lake Poway Stationary 100 Tier 3 Single N/A Caterpillar C4.4 Rd D100 20 753 PS-5 14090 Northcrest Ln Stationary 350 Tier 3 Single 480 Caterpillar c-15 21 754 LS-3 12910 Camino del Stationary 175 Tier 3 Single 480 CaterpillarC6.6 Valle D175 22 N/A Public Work Admin 14467 Lake Poway NA NA NA NA NA NA NA Transfer Switch Rd 23 NA Operations Transfer 14445 Lake Poway NA NA NA NA NA NA NA Swtch Rd City of Poway Business Certificate Page 1 of 1 CITY OF POWAY BUSINESS CERTIFICATE •N TRAN FERABLE P• TIN •N PI Usti PLA E BAY CITY EQUIPMENT:INDUST ES INC, DBA B Business Cert# BC-014280 NAICS-DESCRIPTION 221 1 ELECT POWER GENERATION Date Issued 4/11/2016 BUSINESS LOC3T1 13625 DANIELSON ST Expiration Date 5/21/2018 WAY 4Y::: gt ?. The person, firm, or corporation named herein is granted this certificate to conduct if the business, trade, or profession described. f r Issuance of this certificate does not I 1 constitute an endorsement by the City of 1 n`Pf ,, Pdway Owner Firm or RODNEY LEE t. Corp Name ,Business Name BAY CITY EQUIPMENT I USTJ2:, pis"M City Mailing Address POW DANIELSON,CA 92 64 ST 9 l -V ,, fZ�}�V#+� 'a � ,°:. art>' rGfc, - , �(6'/ �f City and State POWAY,CA 92064 ti �? wr.. i ISSUING OFFICER � "., "` - - 13325 CIVIC CENTER DRNf- �POWAY,CA 92054-5755 ' Print Certificate https://business.poway.org/buslic/BusApp_Certificate.aspx?link_no=BC-014280 4/12/2016