HomeMy WebLinkAboutBrandall Modular Corporation; 2005-03-16; Pine ParkAGREEMENT FOR PINE PARK MODULAR BUILDING SERVICES
BRANDALL MODULAR CORPORATION
THIS AGREEMENT is made and entered into as of the / b day of , 2005, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and BRANDALL MODULAR CORPORATION, a corporation,
("Contractor").
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 "A" (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 (I) year from the date ..- first above written. ?he City Manager may amend the Agreement to extend it for one (I)
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 NINETY-EIGHT THOUSAND TWO HUNDRED FIFTY-TWO dollars
($98,252.00). 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 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. INDEMNIFICATION
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.
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-:V'.
10.1 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 Liability. 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 (1) 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:
Name LARRY HARRIS SCOTT BRADSTREET
RECREATION DEPARTMENT PARK PLANNER Title VICE PRESIDENT
CITY OF CARLSBAD Address BRANDALL MODULAR CORP
1200 CARLSBAD VILLAGE DRIVE 19744 BEACH BLVD., #410 CARLSBAD CA 92008
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.
Contractor further warrants that neither Contractor, nor Contractor’s agents, employees,
City Attorney Approved Version #04.01.02
5
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
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.
6
City Attorney Approved Version #04.01.02
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
Ag reem en t .
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.
Ill
Ill
Ill
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
[print name/titIe) ATTEST:
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
Otherwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
By:
Deputy City Attdrney
City Attorney Approved Version #04.01.02
9
1-
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
Countyof
On ~0-w Z3! Mefore me,
Date
evidence
to be the person(s) whose name(s)+are
subscribed to the within instrument and
acknowledged to me that behhelthey executed
the same in +risfkdtheir authorized
capacity(ies), and that by &&erltheir
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 relying 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: AG ramam--
Signer(s) Other Than Named Above:
0 Guardian or Conservator
0 1999 National Notary Association. 9350 De Sot0 Ave., P.0. Box 2402. Chatsworth, CA 91313-2402. www.nationalnotaryorg 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
NORTHWEST QUADRANT COMMUNITY PARK
TEMPORARY MODULAR BUILDINGS
SPECIFICATIONS
The City of Carlsbad requests bids for a 24x60 modular of'fice building and an 8x28
restroom building using the following two options.
Option A - Purchase
Option B - Lease for a term of 36 months
Contractors wishing to bid on this service are required to submit bids for both options.
Bids to Include:
All new equipment
= Delivery and setup
= Block and leveling . 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
All required skirting, steps, and ramps
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.
Bid Evaluation Criteria
1) Adherence to specifications
2) Product quality
3) Price
4) Responsiveness to request for bid
5) Past experience with other clients
6) Past Carlsbad experience
TOTAL
25%
25%
20%
10%
10%
10%
100%
- City of Carlsbad
REQUEST FOR BID
August 27,2004
BID NO. 05-03 DATE DUE: SEPTEMBER 28,2004
11 :00 AM
FOR: PINE 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
Fax Number 71 4/374-2582
GUARANTEE OF GOOD FAITH REQUIRED:
$ NONE (FAILURE TO SUBMIT GUARANTEE
OF GOOD FAITH, WHEN REQUIRED, WILL
VOID THE BID. SEE ITEM 3, PAGE 2,
GENERAL PROVISIONS.
Firm BRANDALL MODULAR CORP
City, State, Zip HUNTINGTON BBACH, CA 92648
Auth. Signatu
Print Name LARH HARRIS
Title VICE PRESIDENT Date 9/28/04
Area CoddPhone 71 41374-2577
THE CITY OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY- AND WOMEN-OWNED BUSINESSES
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 0 Utility Billing (760) 602-2420 * @ P Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464
BIDDER'S COST OF SERVICE - PINE PARK
1
2
3
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:
Option A - Purchase 36 Month Lease
Option B -
1 unit 24 Ft. X 60 Ft. Modular Office per specifications.
Double-wide office. Including skirting, stairs and $5 8 9 4 7 $1 441 /mo
ramp.
1 unit 8 Ft. X 28 Ft. Restroom Building per
specifications. Including skirting, stairs and 19,773 483/mo
ramp.
Delivery, set-up, end of lease removal (if
applicable) including all labor and associated materials. 24 'x60 ' 9,556 12,056
(List additional costs, if any, below. ALL costs MUST be shown. Use extra sheets, if
necessary.))
Tax on taxable items: 3,660 149/mo
Total amount of Option A in numbers: $
Total amount of Option A in words:Ninety-eight thousand two hundred f if ty-two dollars
9 8 I 2 52
Cost portion of evaluation will be based on purchase price. Price(@ given above are firm for 90 days after
date of bid opening.
Addendum(a) No(s). 1
bid.
--___ hadhave been received and islare included in this
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
Signature J
OPENED, WiTNESSED AND RECORDED:
/I
DATE S@NATURE
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. 41 0
HUNTINGTON BEACH, CA. 92648
(714) 374-2577 FAX: (714) 374-2582
(800) 794-8308 LIC. # 622321
brandallcorp.com
.
BRANDALLMODULAR COW
REFERENCES
Customer: Sunrise Colonv
PalmDesert,CA
Contact Bob Perryman
Description: Offices
Value: $660K
Customer:
Contact:
Descriptio~x
Value:
Customer
Contact
Description:
Value:
Customer:
Contact
Description
Value:
Customer:
Contact
' Description
Value:
Ate Homes
Corolq CA
Phil williams
sales offices $5WK
Year Completed: 2003
Telephone: 7601772-7227
Square Ft: 13,000
Year Completed: 2003
Fax: 760/772-7288
Telephone: 909/271-5846
Square Ft: 7,900
Fax: 909/271-5860
State Of Calif& DeDt Of General Services Year Completed: 2002
Turning Point Academy
Camp San Luis Obispo, Building 872
San Luis Obispo, CA 93406
JohnHeim Telephone: 916/3754070 Phil Morphis / Clarence Monk
Administration Building and School Camp
$2.2.mil SquareFt 16,000
Fax: 916/375-4091
UCLA
1060 Veteran Ave. Box 951365 LOS Angela, CA 90095-1365
Michael Grant-Martin
Modular Classroom Building
$1.7mil
NeWD0I-t -Mesa USD
East Bluff Elementaty school
2985-E Bear Street
Costa Mesa, CA 92626 Phil Brimin
Modernization
$2.7mil
Year Completed: 2002
Telephone: 310/206-1531
Square Ft 26,000
Fa 310/206-8392
Year Completed: 2000
Telephone: 7 141424-7545
Square Ft: 35,000
Fa 714/424-7503
GENERAL BUILDING CONTRACTOR MODULAR BUILDINGS SITE IMPROVEMENTS
Customer:
Contact:
Description: Value:
Customer:
COIltilCt
Description:
Value:
Customer:
Contact
Description: Value:
Customer:
Contact
Descriptior~ Value:
CLlStomer:
Contact
Desuiptio~ Value:
Customer:
Contact
’ Descriptio~ Value:
Jet Propulsion Laboratory
4800 Oak Grove Drive
Pasadena, CA 91109
Steve Benson
Offices
$70K
Orange Countv Sanitation
10844 EUis Ave.
Fountain Valley, CA 92708
Brian Bingman offices
$200K
Cal-State Poly - Pomona
3801 W. Temple Ave.
Pomona, CA 91768
Majorie Fennell
Offices $30K
NorthropGnunman
3520 East Ave. “M”, Palmdale 93550
Jim Barnett OffiCeS $1.M
LacklandAFB
Year Completed: ZOO0
Telephode: 818/354-8872
Square Ft 17,500
Fax: 818/393-6164
Year Completed: 2000
Telephone: 714/593-7307
Square Ft 2,000
Year Completed: 1999
Telephone 90918694884
Square Ft: 4,000
Year Completed: 1999
Telephone 661/272-6408 Fax: 661/272-6300
Square Ft 12,OOO
Year Completed: 1999
Lackland AFB Ann- San Antonio, TX
Liz Perez Telephone 210/671-1723
$M Square Ft 17,000
OffiCeS Fax: 210/671-3179
Washinan Mutual Year Completed: 1999 2112 Main st.
Huntington Beach, CA 92648
Lori Boone Telephone: 8 18/775-7206
Lease of Bank
$2ooK Square Ft: 3,000
BIDDER'S STATEMENT OF ABILITY TO PROVIDE SERVfCES - PINE PARK
The bidder is requlred to make a statement of how servlces wlll be provided. Include, If appllcable: Time
period between award and start of service, number of personnel to be used providing services,
experience of personnel, numbers and type of equipment to be used, how quickly urgent, but unplanned
servlces, can be provided, warranties and any other inforrnatlon requested in this document or that you
can offer that wlll help us determine your ability to provided 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...I WEEK
4. STATE HCD APPR~VALS...~ WEEKS
5. LOCAL PERMITS, BY OTHERS.. .1 WEEK .
6. MANUFACTURE...I TO 6 WEEKS
7. SITE INSTALLATION. . .Z WEEKS-
PLEASE SEE THE ATTACHED FLOOR PE#N(S) AND SPECIFICATIONS,
8 PAGES.
EilwDulUOOOWICOFIP 10744m~NQ410 HUNTINQI#I-m= OENERALUOWUR
NORTHWEST QUADWT COMMUNITY PARK - fi~ bg~ BUILMN@
a
TEMPORARY MODULAR BUILDIN&
SPECIFICATIONS
The City of Carlsbad requests bids for a 24x60 modular office building and an 8x28
restroom building using the following two options.
Option A - Purchase
Option B - Lease for a tern of 36 months
Contractors wishing to bid on this service are required to submit bids for both options.
Bids to Include: . All new equipment . Delivery and setup
Block and leveling . All required skirting, steps, and ramps
All associated labor
Airconditioning . Rubberroofing . Moisture resistant exterior walls . Mini blinds on all windows . Warrantee for life of lease or one year for sale
If the contractor is unable to provide any of these items listed, theCity has the right to
reject the contractor and negotiate with the second best bid contractor.
LP Innerseal siding dk skirting
T-bar ceilings @ 8’ with fluorescent lights
Vfnyklad gypsum board interlor wall hish/fill height FRP in Restrooms
VCT flooring throughout
Standard 46”~39~ aluminum sliding wfndows
RLC-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
f If
f 6
a
Ir ! z 0
>
- 2
Lu -1 Lu
I
a
19744 BEACH BLVD. NO. 410
HUNTINGTON BEACH, CA. 92648
(71 4) 374-2577 FAX: (71 4) 374-2582
(800) 794-8308 LIC. # 622321
brandallcorp.com
Quote S Pecifleatlon Shea * Page 1 of 3
Quantity UOM - Category Sub-category Description
B-2 24x60 OFFICE BUILDING - PINE PARK
FRAME
TRAILER
AXLE
HITCH
MISC
JOIST
INSULATION
DECKING
COVERING
FLOOR
COVE BASE
COVE BASE
ACCESSOM ES
STUDS
STUDS
INSUIATION
INSULATION
SIDING
SJDlNG
SIDING
COVERING
COVER1 NO
STUDS
INSULATION
COVERING
JOIST
DECKING
COVERING
COVERING
INSULATION
CEILING
WALL - EXTERIOR
WALL - INTERIOR
ROOF
BEAM
BEAM
STUDS
BALLOON WALL
CHS BSMT 12x60 I ow 1-aw O/R 8' o/c
QUAD AXLE W/ ALL WB
OETACHABLE HITCH
TAIL LIGHTS
JOIST 2x8 16" O/C 12 WIDE
R-11 UNFACED
5/8* T&G PLYWOOD
1/8" STANDARD V.C.T.
Notes: (Throughout)
4" VINYL BASE
Notes: (remainder)
6" VINYL BASE
Notes; (restrooms)
,040 PAPER BOTTOM BOAR0
END WALL 2X4X8
SIDE WALL 2X4X8
END WALL R-11 UNFAC€D
SIDE WALL R-1 I UNFACECI
END WALL 7/16" SMART PANEL
SIDE WALL 7/16'' SMART PANEL
BARRICADE WRAP
END WALL 112" VCG
SIDE WALL 112" VCG
2X4X8 INTERIOR WALL
NONE-PROVIDED
ID" VCG
JOIST 2x8 WOOD 24" O/C 12 WIDE
112" SHEATHING
,045 BLACK EPDM
DENS DECK
R-19 UNFACED
2x4 1-GRID CEILING
Notes: (8' nominal)
20# 60' STEEL CLEARSFAN BEAM
4x4 WOOD POST
2x4 BALLOON WALL X 3'
2.0000 EA
168.0000 EA
1,440.0000 EA
1,440.0000 SF
4.0000 EA
B 19744 BEACH BLVD. NO. 410
HUNTINGTON BEACH, CA. 92648
(71 4) 374-2577 FAX: (71 4) 374-2582
(800) 794-8308 LIC. # 622321 brandalicorp.com
Brandall Modufar Cop
SqecifiCgtion e Page 2 of 3
Category Sub-Categoty Description Quantity UOM
INSULATION R-1 1 KMFT BALLOON WALL X 3'
SIDING
EXTERIOR DOOR
LOCKSET
LOCKSET
ACCESSORIES
ACCESSORIES
DOOR
DOOR
DOOR EXT.
INTERIOR DOOR
JAMB
LOCKSET
LOCKSET
HORIZ. SLIDER
MINIBLINDS
TRIM
TRIM
TRIM
TRIM
PANEL
WIRE
RECEPTACLE
RECEFTACLE
RECEPTACLE
SWITCH
SWITCH
LIGHT tNTERIOR
LIGHT EXTERIOR
ACCESSORIES
WINDOW
EXTERIOR TRIM
INTERIOR TRIM
ELECTRICAL
PLUMBING
FI%TURES
FIXTURES
HWM
ACCESSORIES
ACCESSORIES
ACCESSORIES
ACCESSORIES
ACCESSORIES
SMART PANEL BALLOON WALL X 4'
3068 RLCl DOOR
SCHLAGE PASSAGE LOCKSET
SCHLAGE SGL. CYL. DEADBOLT
40" DRIP CAP
STORM CHAIN
3068 PREFINISHED - HOLLOW CORE
3068 PREFINISHED - SOLID CORE
Nota: (restrooms)
TIMELY 4" JAMB
SCHLAGE PASSAGE LOCKSET
SCHLAGE PRIVACY LOCKSET
48x39 HS S/W6
1" HORIZONTAL ALUMINUM MINI-BLIND
4" LP INNERSEAL TRIM
8" LP INNERSEAL TRIM
VINYLTRIM INSIDE CORNER
VINYL TRiM OUTSIDE CORNER
125 AMP W/ MAIN BREAKEF?
ROMM RACEWAY
GFCI RECEPTACLE FOR ROMEX
WEATHER PROOF GFCI RECEPT
3 WAY WALL SWITCH
SINGLE POLE SWITCH fOR ROMEX
4' FOUR TUBE LAYIN TROFFER
HARRIS #300 EXTERIOR LlGW
DUPLEX RECEPTACLE - ROMEX
2x4 J-BOX
Notes: 3/4" conduit stubbed to ceiling)
HANDICAP WATER CLOSET
HANDICAP LAVATORY
EMAX HWH
2X6XB PLUMBING WALL
FAN-LIGHT COMBO
CEILING HElGHT FRP BOARD
GRABBARS SET
HANDICAP R.R. SIGN
2,0000 EA
2.0000 EA
2.0000 EA
2.0000 EA
2.0000 EA
4.0000 EA
2.0000 EA
6.0000 EA
4.0000 EA
2.0000 EA
7.0000 EA
2.0000 EA
20.0000 EA
2.0000 EA
1.0000 EA
2.0000 EA
8.0000 EA
2.0000 EA
18.0000 EA '
io.oaoo EA
2.0000 EA
2.0000 €A
1.0000 EA
2.0000 EA
2.0000 EA
2.0000 EA
B R CORP
tJmnaail Moauiar Gorp.
Quote Sneci flea-
Category Sub-category Description
ACCESSORIES 18x36' MIRROR
ACCESSOR1 ES
ACCESSORIES
ACCESSORIES
PJC WALL MT
DUCT
OUCT
PLENUM
MlSC
ACCESSORIES
STATE APP
M ECHANl CAL
M1SC
OTHER
PLUMBING DROP
SOAP DISPENSER (LIQUID)
T.P. HOLDER SINGLE ROLL
3 TON A/C - 10 KW HEAT STRIP
FIBERGLASS FLEX RETURN AIR DUCT
FIBERGLASS FLEX SUPPLY AIR DUCT
RETURN AIR PLENUM WALL
SHIPPING WALL
CLOSE-UP
STATE OF CALIFORNIA APPROVALS
19744 BEACH BLVD. NO. 410
HUNTINGTON BEACH, CA. 92648
(714) 374-2577 FAX: (714) 374-2582
(800) 794-8308 LIC. # 622321
brandallcorp.com
Page 3 of 3
Quantity UOM
2.0000 EA
2.0000 EA
2.0000 EA
2.0000 EA
8 R CORP
Qwte#h289
Project Name:,Pine
19744 BEACH BLVD. NO. 41 0
HUNTINGTON BEACH, CA. 92648
(714) 374-2577 FAX: (714) 374-2582
(800) 794-8308 * LIC. # 622321
brandal1corp.com
.- -.si - . I Park - I&,&oorn Trailer --
.:‘. ... _.
Notes:
I I I I J . Nofi3s:
..
Notes:
I II I I J Notes:
BIDDER’S STATEMENT OF UNSPECIFIED 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 any. If none, please state
“none”. Attachments may be used.
NONE
September 21,2004
SE2 ,? 'p i0A i'
ADDENDUM NO. I
RE: PINE PARK MODULAR BUILDINGS CONSTRUCTION, DELIVERY & SETUP,
Bid No. 05-03
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum-receipt acknowledged--must be attached to your bid when your bid is
submitted .
Buyer
KD:dli
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Bid66r's Sicpdure"
f 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
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
PINE PARK MODULAR BUILDINGS CONSTRUCTION, DELIVERY AND SET-UP,
BID NO. 05-03
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:
0 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. Replace the cost of service sheet in the bid package you have with the following cost of
service sheet.
4. 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 rewired 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.