Loading...
HomeMy WebLinkAboutBrandall Modular Corporation; 2005-03-16; Aviara ParkAGREEMENT FOR AVIARA PARK MODULAR BUILDING SERVICES BRANDALL MODULAR CORPORATION REEMENT is made and entered into as of the /b -& day of , 20&7 by and between the CITY OF CARLSBAD, a municipal corporation, ('City"), and BRANDALL MODULAR CORPORATION, a corporation, ("Contractor") . RECITALS A. City requires the professional services of a modular building contractor that is experienced in the construction, provision and installation of modular buildings. B. Contractor has the necessary experience in providing professional services and advice related to the construction, provision and installation of modular buildings. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "AI (including the Contractor's proposal), which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. - TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year periods or parts thereof at no additional compensation. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. Time is of the essence for each and every provision of this Agreement. TIME IS OF THE ESSENCE BRANDALL MODULAR CORP 1 City Attorney Approved Version #04.01.02 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be FIFTY-NINE THOUSAND FIVE HUNDRED SEVENTY-FOUR dollars ($59,574.00). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A' (including the Contractor's proposal). 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 2 City Attorney Approved Version #04.01.02 9. Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. IN DE M N I FIC AT10 N The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than ''A-Y. IO. 1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liabilitv. Workers' Compensation limits as required by the California Labor Code and Employer's Liability 3 City Attorney Approved Version #04.01.02 limits of $1,000,000 per accident for bodily injury. Workers’ Compensation and Employer’s Liability insurance will not be required if Contractor has no employees and provides, to City’s satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City’s execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make 4 City Attorney Approved Version #04.01.02 transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (I) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: For Contractor: SCOlT BRADSTREET Name LARRY HARRIS Title VICE PRESIDENT PARK PLANNER RECREATION DEPARTMENT CITY OF CARLSBAD Address BRANDALL MODULAR CORP 1200 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 19744 BEACH BLVD., #410 HUNTINGTON BEACH, CA 92648 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor’s duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City’s Conflict of Interest Code is required of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor’s affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor’s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. City Attorney Approved Version #04.01.02 5 Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor 6 City Attorney Approved Version #04.01.02 has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea, the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 7 City Attorney Approved Version #04.01.02 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version #04.01.02 8 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. BRANDALL MODULAR CITY OF CARLSBAD, a municipal &P,. 2 - L/r=fH,/d-/ (Ip r i n t n a m e/t i t I e) (e-mail address) (sign here) ATTEST: **By: -. / If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Othekise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: " I Deputy City Attbrney City Attorney Approved Version #04.01.02 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Name@) of Signer(s) rsonally known to me to be the person(s) whose name(s) Mare subscribed to the within instrument and acknowledged to me that bdsketthey executed the same in hislherltheir authorized capacity(ies), and that by 4Mhmltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Though the information below is not required by law, it may prove valuable to persons re/ying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Signer(s) Other Than Named Above: 0 Capacity(ies) Claimed by Signer 0 Guardian or Conservator Signer Is Representing: 0 1999 National Notary Association . 9350 De Solo Ave.. P.O. Box 24M. Chatworth, CA 91313-2402. w.nationalnotary.org Prod NO 5907 Reorder Call Toll-Free 1-800-876-6827 EXHIBIT “A” SCOPE OF SERVICES AND CONTRACTOR’S PROPOSAL City Attorney Approved Version #04.01.02 10 ..-. _..._ ---.- -- GENERAL- TEMPORARY MODULAR SUILDHG qUlLDlN0 COHlRACTOR SPECIFICATIONS The City of Carlsbad requests bids for a 24x44 modular office building using the following three options. Option A - Purchase Option B - Lease for a term of 36 months with an option to extend Option C - Lease - Purchase Contractors wishing to bid on this service are required to submit bids for all three options. Bids to Include: 8 m 8 rn 8 8 m All new equipment Delivery and setup I Block and leveling All required skirting, steps, and ramps All associated labor Air conditioning Rubber roofing Moisture resistant exterior walls Mini blinds on all windows Warrantee for life of lease or one year for sale Colors and finishes to be selected by City . If the contractor is unable to provide any of these items listed, the City has the right to reject the contractor and negotiate with the second best bid contractor. LP Innerseal siding & skirting T-bar ceilings @ 8' with fluorescent lights Vfnfl-ctad gypsum board interior wall flnisWFUll height FRP in Restrooms VCT flooring throughout Standard 46%39" aluminum sliding windows RE-1 exterior doors Hollow-core interior doors in Timely frames (solid-core in Restrooms) Passage hardware in interior doors, privacy in Restrooms Telephonddata boxes with conduit to ceiling-4 at Aviara Park, 10 @ Pine Park - City of Carlsbad REQUEST FOR BID August 27,2004 BID NO. 05-02 DATE DUE: SEPTEMBER 28,2004 11 :00 AM FOR: AVIARA PARK MODULAR BUILDINGS, CONSTRUCTION, DELIVERY AND SET UP The City of Carlsbad is requesting bids for the construction, delivery and set up of temporary modular buildings per the attached specifications and conditions. Your bid must be submitted on the attached forms. Additional documentation may be added if desired. Please review the entire bid package before submitting your bid. Incomplete submissions may be rejected as non-responsive. Our goal is to have the successful contractor providing services as soon as possible after award. The contractor classification required for this job is either "A" or "C-47". Prevailing wages must be paid to workers. In accordance with the Carlsbad Municipal Code, awards shall be based on a best value evaluation. Criteria used for the evaluation will include: cost, responsiveness to specifications, references, ability to provide services, past experiences with the City of Carlsbad and unspecified value-added offerings by the bidder. See attached documentation for details. The lowest bidder may not receive the award. Bidders must submit both a purchase price and a lease price. The cost portion of the evaluation will be based on the purchase price even if the City decides to lease. Whether the equipment is leased or purchased, we will expect the successful bidder to execute a contract. Sample contracts are attached which includes the terms and conditions that are part of your bid. The final contract will include this request for bid and the successful bidder's response and may include negotiable changes. Please do not execute the contract at this time. Lease terms required by your organization must be submitted with your bid. They will be evaluated with as part of your bid. If the bidder submits either purchase or lease terms that are in conflict with the City terms and conditions, or are otherwise unacceptable to the City, the bid may be rejected. The City reserves the right to reject any or all bids or any part of the bid, to waive minor defects or technicalities, or to solicit new bids on the same project or a modified project. Please read the insurance requirements and general provisions carefully, they are part of your bid. No "guarantee of good faith" will be required for this bid. specifications to Kevin Davis, Purchasing Department, at 760-602-2466. Please direct questions about the bid FaxNumber 71 4/374-2582 Firm BRANDALL MODULAR CORP 19744 BEACH BLVD., #410 Address City, State, Zip Auth. Signature HUNTINGTON BEACH, CA 92648 GUARANTEE OF GOOD FAITH REQUIRED: Print Name LARRY HARRIS $ NONE (FAILURE TO SUBMIT GUARANTEE OF GOOD FAITH, WHEN REQUIRED, WILL Title VICE PRESIDENT Date 9/28/04 VOID THE BID. SEE ITEM 3, PAGE 2, GENERAL PROVISIONS. Area CoddPhone 71 4/374-2577 THE CITY OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY- AND WOMEN-OWNED BUSINESSES 1635 Faraday Avenue - Carlsbad, CA 92008-7314 (760) 602-2430 - FAX (760) 602-8553 www.ci.carlsbad.ca.us - Business License (760) 602-2495 - Utility Billing (760) 602-2420 @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 13 BIDDER’S COST OF SERVICE - AVIARA PARK The undersigned declares he/she has carefully examined the locations of the work, read the Notice Inviting Bids, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete this project in accordance with the specifications of the City of Carlsbad, and the General Provisions and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: $1 .oo Purchase Price at lease-end Tax on taxable items: I Imo 119/m6 Total amount of Option A in numbers: $ 5 9 I 5 7 4 Total amount of Option A in words: Fifty-nine thousand five hundred seventy-four dollars Cost portion of evaluation will be based on purchase price. Price@) given above are firm for 90 days after date of bid opening. has/have been received and idare included in this Addendum(a) No(s). 1, 2 bid. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned also agrees that in case of default in executing the required Contract with the necessary and insurance polices within twenty (20) days from the date of award of agreement by the City, the City may administratively authorize the award of the contract to the second or third best-value bidder. LARRY HARRIS VICE PRESIDENT Title GENERAL- BUILDING - c‘ A 19744 BEACH BLVD. NO. 41 0 HUNTINGTON BEACH, CA. 92648 (714) 374-2577 FAX: (714) 374-2582 brandallcorp.com (800) 794-8308 LIC. # 622321 Brandall Modular Corp. I Shea Page 1 of 3 Category Sub-Category Description Quantity UOM 6-2 24x44 OFFICE BUILDING - AVIARA PARK FRAME TRAILER AXLE HITCH MlSC JOIST INSULATION DECKING COVERING FLOOR COVE BASE COVE BASE ACCESSORIES STUDS STUDS INSUlATION INSULATION SIDING SIDING SIDING CXWERlNO COVERING STUDS lNSUL4TlON COVERING JOIST DECK" COVERING COVERING INSULATION CEILING WALL - EXTERIOR WALL - INTERIOR ROOF BEAM BEAM STUDS BALLOON WALL CHS BSMT 12x44 12" I-BEAM OIR 8' O\C QUAD AXLE W/ ALL WB DETACHABLE HITCH TAIL LIGHTS JOIST 2xa 16" O/C 12 WIDE R-11 UNFACED 5/8" T&G PLYWOO0 118" STANDARD V.C.T. Notes: (throughout) 4" VINYL BASE Nates: (remainder) 6" VINYL BASE Notes: (restrooms) .04D PAPER BOTTOM BOARD END WALL 2X4X8 SIDE WALL 2X4X8 END WALL R-il UNFACED SIDE WALL R-I 1 UNFACED END WALL 7/16" SMART PANEL SIDE WALL 7/16" SMART PANEL BARRICADE WMP END WALL 1M" VCG SIDE WALL 112" VCG 2X4X8 INTERIOR WALL NONE-PROVIDED 1/2" VCG JOIST 2x6 WOOD 24" OK 12 WIDE 1/2" SHEATHING .045 BLACK EPDM PENS DECK R-19 UNFACED 2x4 T-GRID CEILING Notes: (8' nominal) 20# 44' STEEL CLEARSPAN BEAM 4x4 WOOD POST 2x4 BALLOON WALL x 3' 2.0000 EA 136.0000 EA 1.058.0000 EA 1,056.ODOo SF 4,0000 EA B R CORP 19744 BEACH BLVD. NO. 41 0 HUNTINGTON BEACH, CA. 92648 (714) 374-2577 FAX: (714) 374-2582 (800) 794-8308 LIC. # 622321 brandallcorp.com Brandall Modular Gorp, Quo- n Sheel; * Page 2 of 3 Quantity UOM Category Sub-category Descriptlon 1. INSULATION R-1 I WFT BALLOON WALL X 3' SIDING EXTERIOR DOOR LOCKSET LOCKSET ACCESSORIES ACCESSORIES DOOR OOOR JAM6 LOCKSET LOCKSET HORIZ. SLIDER DOOR EXT. INTERIOR OOOR WINDOW HORIZ. SLIDER MINIBLINDS TRIM TRIM TRIM TRIM PANEL WIRE RECEPTACLE RECEPTACLE RECEPTACLE SWITCH SWITCH LIGHT INTERIOR LIGHT EXTERIOR ACCESSORIES EXlERlOR TRlM INTERIOR TRIM ELECTRICAL PLUMBING FIXTURES FIXTURES HWH ACCESSORIES ACCESSORIES ACCESSORIES SMART PANEL BALLOON WALL X 4' 3068 RLCI DOOR SCHLAGE PASSAGE LOCKSET SCHLAGE SGL. CYL. DEADBOLT 40" DRIP CAP STORM CHAIN 3068 PREFINISHED - HOLLOW CORE 3068 PREFINISHED - SOU0 CORE TIMELY 4" JAMB SCHLAGE PASSAGE LOCKSET SCHLAGE PRIVACY LOCKSET 2030 HS S/UB OBSCURED GLASS 46x39 HS SIBIB 1" HORIZONTAL ALUMINUM MINI-BLIND Notes: (restmorn) 4" LP INNERSEAL TRfM 8" LP INNERSEAL TRIM VINYL TRIM INSIDE CORNER VINYL TRIM OUTSIDE CORNER 2.0000 EA 2.0000 EA 2.0000 Ea 2.0000 EA 2,0000 EA 4.0000 EA 1.0000 EA 5.0000 EA 4.0000 EA 1.0006 EA i.0000 EA 6.0000 EA 125 AMP W/ MAIN BREAKER 2.0000 EA ROMEX RACEWAY DUPLEX RECEPTACLE - ROMEX 18.0000 EA GFCl RECEPTACLE FOR ROMEX 2.0000 EA WEATHER PROOF GFCl RECEPT 1.0000 EA 3 WAY WALL SWITCH 2.0006 f?A SINGLE POLE SWITCH FOR ROME% 7.0000 EA 4' FQUR TUBE IAYlN TROFFER 12.0000 EA HARRIS #300 EXTERIOR LIGHT 2.0000 EA 2x4 J-BOX 4.0000 EA NObS; (314" conduit stubbed to ceiling for future phonddsta use. 1- on office doar wall and the others on side wall near front cctunter) HANDICAP WATER CLOSET HANDICAP LAVATORY 6 GALLON ELECTRIC WATER HEATER 2X6X8 PLUMBING WALL CEILING HEIGHT FRP 8ClARD FAN-LIGHT COMBO i.ooao EA 1,0000 EA 1.0000 EA 1.0000 EA 19744 BEACH BLVD. NO. 410 HUNTINGTON BEACH, CA. 92648 (714) 374-2577 FAX: (714) 374-2582 (800) 794-8308 LIC. # 622321 brandal1corp.com Brandall Modular Cow. n SW Page 3 of 3 Quantity UOM Category Sub-Category Description - ACCESSORIES GRABBARS SET 1.0000 EA ACCESSORIES HANDICAP R.R. SIGN 1.0000 EA 1.0000 EA SOAP DISPENSER (LIQUID) 1,0000 EA ACCESSORIES 18"X36" MIRROR ACCESSORIES PLUMBING DROP ACCESSORIES ACCESSORIES T.P. HOLDER SINGLE ROU 1.0000 EA ACCESSORIES PLUMBING STUB FOR KITCHEN SINK 1.0000 EA Notes: (for meeting room) MECHANICAL A/C WALL MT DUCT DUCT PLENUM RETURN AIR PLENUM WALL MlSC SHIPPING WALL ACCESSORIES CLOSE-UP STATE APP 2 1/2 TON AIC - 10 Kw HEAT STRIP FIBERGLASS FLEX RETURN AIR DUCT FIBERGLASS FLEX SUPPLY AIR DUCT 2.0000 EA MlSC OTHER STATE OF CALIFORNIA APPROVALS BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge hidher responsibility, experience and skill. An attachment can be used. Name and Phone No. of Person Name and Address B R CORP 19744 BEACH BLVD. NO. 410 HUNTINGTON BEACH, CA. 92648 (714) 374-2577 FAX: (714) 374-2582 (800) 794-8308 LIC. # 622321 brandalIcorp.com Customer: Conw Description: ValUe: Contact: Description: ValUe: contact Description: Value: Customer contact: Description Value: Customer: Contact ’ Descriptiorx Value: . Sunrise Colonv PalmDesert,CA Bob Penyman Offices $660K BRANDALLMODULAR COW REFERENCES Pdte Homes corona, CA Phil williams sales offices $530K Year Completed: 2003 Telephone: 7601772-7227 Square Ft 13,000 Year Completed: 2003 Telephone: 909/271-5846 Square Ft 7,900 F~x: 760/772-7288 Fa 909/271-5860 State Of California. Dept Of General Services Year Completed: 2002 Turning Point Academy Camp San Luis Obispo, Building 872 San Luis Obispo, CA 93406 JohnHeim Telephone: 916/375 -4070 Phil Morphis / Clarence Morris Administration Building and School Camp $2.2mil SquareFt 16,000 Fax: 916/375-4091 UCLA 1060 Veteran Ave. Box 951365 LOS AngeleS, CA 90095-1365 MiChaelGrant-Martin Modular Classroom Building $1.7mil NewDort -Mesa USD East Bluff Elementary School costa Mesa, CA 92626 Phil Brittain Modemization $2.7mil 2985-E BW Street Year Completed: 2002 Tdephone: 3 10/u)6 -1531 Square Ft 26,000 F~x: 310/206-8392 Year Completed: 2000 Telephone: 7141424 -7545 Fax: 714/424-7503 Square Ft 35,000 GENERAL BUILDING CONTRACTOR MODULAR BUILDINGS SITE IMPROVEMENTS Customer: Contact: Description: Value: Customer: contact Description: Value: Customer: contact Description: Value: Customer: Contact ’ Description: Value: CUStomer: Contact: Description: Value: Customer Contact ’ Description: Vdlk Jet Propulsion Laboratmy 4800 Oak Grove Drive Pasadena, CA 91109 Steve Benson offices $700K Orange Comty Sanitation 10844 Ellis Ave. Fountain Valley, CA 92708 Brian Bingman OffiCeS $200K Cal-State Poly - Pomona 3801 W. Temple Ave. Pomona, CA 91768 Majorie Fennell OffiCeS $300K Notthro_Grumman 3520 East Ave. “M”, Palmdale 93550 JimBarnett OffiCeS $1.2mil LacklandAFB Year Completed: 2000 Telephoxie: 8 18/354-8872 Square Ft: 17,500 F~x: 8181393-6164 Year Completed: 2000 Telephone: 714/593-7307 Square Ft: 2,000 Year Completed: 1999 Telephone: 909/869-4884 Square Ft: 4,000 Year Completed: 1999 Telephone: 661/272-6408 Square Ft: 12,000 Fa 661/272-6300 Year Comdeted: 1999 A Lacklandmh~sanAntoni0,Tx Liz Perez Telephone: 210/671-1723 $Imil Square Ft: 17,000 offices Fa 210/671-3179 Washinen Mutual Year Completed: 1999 2112 Main St. Huntington Beach, CA 92648 Lori Boone Telephone: 818/775-7206 Lease of Bank $200K Square Ft: 3,000 BIDDER'S STATEMENT OF ABILITY TO PROVIDE SERVtCES - AVIARA PARK The bidder Is required to make a statement of how services will be provided. Include, If applfcable: Time period between award and start of service, number of personnel to be used providing services, experlence of personnel, numbers and type of equipment to be used, how quickly urgent, but unplanned servlces, can be provided, warranties and any other information requested in this document or that you can offer that will help us determine your ability to prodded contracted goods and services. Attachments may be used. BRANDALL MODULAR CORP IS A WOMAN-OWNED BUSINESS ENTERPRISE, A LICENSED MODULAR BUILDING MANUFACTURER AND DEALER AND GENERAL CONTRACTOR FOUNDED IN 1989. WE HAVE SUCCESSFULLY INSTALLED MODULAR BUILDING PROJECTS NATION-WIDE. WE UTILIZE THE INDUSTRY'S BEST AND MOST EXPERIENCED AND PROFESSIONAL SUBCONTRACTORS FOR ALL PHASES OF THE WORK. SCHEDULE OF EVENTS: 1. RECEIPT OF CONTRACT. 2. ENGINEERING... 3 WEEKS 3. CLIENT APPROVALS...l WEEK 4. STATE HCD APPR~VALS,..~ WEEKS 5. LOCAL PERMITS, BY OTHERS...l WEEK 6. MANUFACTURE. . -4 TO 6 WEEKS 7 . SITE INSTALLATION. . . 1 WEEK PLEASE SEE THE ATTACHED FLOOR PE#N(S) AND SPECIFICATIONS, 5 PAGES. BIDDER’S STATEMENT OF UNSPECtFIED VALUE-ADDED OFFERINGS List items or services you are offering in addition to those in the attached specifications or scope of work offered as part of your bid and included in your bid pricing, if anv. If none, please state “none”. Attachments may be used. NONE - City of Carlsbad September 8, 2004 ADDENDUM NO. 1 RE: AVIARA PARK MODULAR BUILDINGS CONSTRUCTION, DELIVERY & SET UP Please include this addendum in the Notice to BidderdRequest for Bids you have for the above project. The time for the pre-bid meeting for this project is 1O:OO AM on September 15, 2004. The meeting time was omitted from the original bid documents. This addendum-receipt acknowledged-must be attached to your bid when your bid is subm’itted. Buyer Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 BRAND LL MODULAR CORP 1635 Faraday Avenue - Carlsbad, CA 92008-7314 - (760) 602-2430 FAX (760) 602-8553 www.ci.carlsbad.ca.us Business License (760) 602-2495 - Utility Billing (760) 602-2420 @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 23 x - ,City of Carlsbad September 21,2004 I I. $- ];)I 3 ADDENDUM NO. 2 RE: AVIARA PARK MODULAR BUILDINGS CONSTRUCTION, DELIVERY & SETUP, Bid No. 05-02 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum--receipt acknowledged-must be attached to your bid when your bid is submitted. w0 KEVIN DAVIS Buyer KD:dli Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 4 Bldfjets sitjnature ~~ ~ ~~ ~~ ~ 1635 Faraday Avenue - Carlsbad, CA 92008-731 4 (760) 602-2430 - FAX (760) 602-8553 www.ci.carlsbad.ca.us - Business License (760) 602-2495 - Utility Billing (760) 602-2420 @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 zv September 20,2004 RE: AVIARA PARWPINE PARK MODULAR BUILDINGS The following are updated answers to contractor questions: If there is a problem with constructing interior walls or any other non- standard portion of work, it needs to be identified and quantified in the bid. Work not included in the bid must be noted. The counters and office furniture shown on the drawing are not in the scope of work. The bathroom is to receive the toilet and sink as shown in the drawing. Provide a stub for the meeting room sink. The interior connection between the two modulars is to be seamless, with continuous vinyl composition tile flooring. Window sizes are to be per the elevations and per industry standard. The access ramp will be installed on grade. The City will provide hardscape up to the bottom of the ramp. HVAC, lighting, plumbing, and electrical are included in the bid. These need to conform to code. Only one electrical panel is required. All outside utility boxes and ac units should be located on the storage room side of the building. Provisions for IT are to be as follows: (2) data lines and (2) phone lines, one of each for the front desk and the office. The contract includes installation of empty wall boxes with conduits to the attic space. The contract does not include fire sprinklers or security bardsystems. Site will be graded and compacted with a maximum slope of 1 YO. All site work on the utilities will be done by others. The ramp at the main entry door is to have a switchback configuration. Interior doors will be included. Interior doors will be hollow-core wood in timely frames, solid-core in restroom. Interior doors will have passage hardware, privacy hardware in restroom. ALL of the above will also apply for Pine Park except IT requirements will allow for an additional connection to an adjacent modular and the access ramps will be construction per plan. Scott Bradstreet, Park Planner AVIARA PARK MODULAR BUILDINGS CONSTRUCTION, DELIVERY & SET-UP, BID NO. 05-02 ADDITIONAL INFORMATiON FOR ADDENDUM NO. 1 1. California contractor classification “B is added as an acceptable qualification. 2. Regarding the sample agreements attached to the bid package: If the purchase option is exercised, an agreement will be signed to cover the purchase, and all associated services. If a lease .option is exercised we anticipate that an agreement for the lease of the equipment will be needed in addition to an agreement for the associated services 3. Consider the “option to extend“ the 36 month lease to be on a month-to-month basis. 4. Replace the cost of service sheet in the bid package you have with the following cost of service sheet. 5. This RFB and the RFB for the Aviara Park Modulars are separate bids and bidder‘s submissions are to reflect this. Items included in one bid shall not be considered as submitted as part of the other. ADDITIONAL BIDDER QUESTIONS 1. The City‘s RFB invites the bidder to submit lease terms with the proposal. Would you prefer that Bidder attach copies of its lease and sale agreements or, in the alternative, should bidder submit with the proposal an addendum to the City’s Contract that incorporates just those terms not covered by the City’s contract? Answer: A bidder’s lease and sales agreements would probably not be executed by the City. However, some to the language from the bidder’s agreement may be included in the City’s agreement. The RFB states that “Lease terms required by your organization must be submitted with your bid” (emphasis added). Since the RFB also states that terms in conflict with City terms, or otherwise unacceptable, may be cause for bid rejection, it is in the best interest of a bidder to minimize the number of terms and conditions submitted with a bid. The City will assume that any submitted terms will be required by the bidder. 2. Bidder is a dealer of mobile and modular buildings and as such subcontracts all phases of work. Is this acceptable? Answer: This is acceptable. See paragraph 7, “Subcontracting”, in the sample agreements for applicable conditions. 3. Will the City require a performance bond? Since there is a cost associated with same, Bidder needs to clarify in advance of bid. Answer: A performance bond will not be required.