Loading...
HomeMy WebLinkAboutSergent Construction; 2009-11-17;Project Manager Kyle Lancaster (760) 434-2941 Mail To: Bonnie L. Elliott City of Carlsbad 799 Pine Avenue, Suite 200 Carlsbad, California 92008 Award will be made to the lowest responsive, responsible contractor based on total price. City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID Date Issued: Request For Bid No.: PKRC475 CLOSING DATE: October 30. 2009 Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until -1:00 p.m. on the day of Bid Please use typewriter or black ink. Envelope MUST include Request For Bid DESCRIPTION Labor, materials and equipment to complete the Beach Access Stair Handrail Repair and Repainting. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Kyle Lancaster Phone No. 760-434-2941 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 { ), 2 ( ), 3 { ), 4 { ), 5 ( ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Seraent Construction Name 11101 Lea Terrace Drive Address Santee. CA 92071 City/State/Zip 619-312-1105 Telephone 619-328-0704 Fax rvans@ sergentconstruction.com E-Mail Address -1-Revised 08/11/09 Name and Title of Person Authorized to sign contracts. Title 10- VI-0<? Name Date JOB QUOTATION ITEM NO. 1 UNIT LS QTY 1 DESCRIPTION Beach Access Stair Handrail Repair & Repainting as Quoted in Exhibit 'A' TOTAL PRICE $22,250 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Sergent Construction 868471 Company/Business Name ^ Autta5ri2ed Signatdr^ Printed Name antrfitle Contractor's License Number B Classification(s) 11/30/09 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 800233130 OR (Individuals) Social Security #: -2-Revised 08/11/09 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance wili; liis piovisiuns of the Subidiiny anil Subconlraciiny Fail Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE" PORTION OF WORK TO BE SUBCONTRACTED Item No. \ Description of Work Yu>t/vVX v<-\ J SUBCONTRACTOR* % of Total Contract 307* Business Name and Address &6<V ^006-U ?&;iA^^A' J License No., Classification & Expiration Date SOlV^M MBE Yes No X Total % Subcontracted: ' Indicate Minority Business Enterprise (MBE) of subcontractor. BEST COPY -3-Revised OB/11/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT Sergent Construction (PKRC475) (Less than $25,000} Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Kvle Lancaster (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Manager has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: -4- Revised 08/11/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage, in addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. California Regional Water Quality Control Board, San Diego Region A. Contractor shall not allow any discharges from the construction site, which may have an adverse effect on receiving waters of the United States. B. Contractor shall not allow any groundwater extraction water to be discharged from construction site except in full compliance with the General Waste Discharge Requirements for Ground Water Extraction and Similar Discharges from Construction and Remediation Projects (Order No. 96- 41) adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compliance requirements therein, including monitoring, testing, and reporting. -5- Revised 08/11/09 C. In the event of conflict between the Contract and Permit requirements, the most stringent shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all issuing agencies, and the Owner before project will be accepted and a Notice of Completion filed. D. Contractor shall, at his own expense, procure any additional permits, certificates, and licenses required of him by law for the execution of the work. He shall comply with all Federal, State and local laws, ordinances or rules and regulations relating to the performance of said work E. The Contractor shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the most current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference. F. The Contractor shall indicate in his submittals methods of compliance, equipment utilized to insure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the project manager, the Contractor is not in compliance with this provision CITY reserves the right to implement BMP's to the maximum extent practical, and deduct payment due or back charge the Contractor for implementation with a 15% markup for administration and overhead. -6- Revised 08/11/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within fjyeJS) calendar days after receipt of Notice to Proceed. Completion: I agree to complete work within twenty-five (25) working days after receipt of Notice to Proceed. CONTRACTOR: Sergent Construction CITY OF CARLSBAD a municipal corporation of the ^State of California: (name of Contractor) (print name and title) l\\DV D (address)ATTEST: (city/state/zip) f.il 3IX U06 (telephone no.) 6*1 LOI^RAIN City Clerk (fax no.) . s\ - (e-mail addreslj (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: Attorney Revised 08/11/09 EXHIIBITA: PKRC475 CONSTRUCTION 6«*enl Contractor Lie 1868471 Proposal Date: 10/21/09 Proposal Submitted to: Name: Michael Bliss/City of Carlsbad Address: 1166 Carlsbad Village Dr. City/State/Zip: Carlsbad, CA 92008 Telephone: 760-434-2985 Construction to begin: TBD Work to be performed at: Address: City/State/Zip: Construction completion date: TBD We hereby propose to furnish all materials and necessary equipment, and perform all labor necessary to complete the following scope of work: 5 Handrails - Lightly sand each handrail entirely. Grind off rusted areas and primer exposed metal with zero rust primer. Paint to match color as recommended by FSC Coatings. • Painting • Supervision OH&P $16,950.00 $3,400.00 $1,900.00 All material is guaranteed to be as specified, and the above work to be performed in accordance with the drawings and specifications submitted for above work and completed in a substantial workman like manner for the sum of $22,250.00. Qualifications: 1. Work to be done per Uniform Building Code. 2. Any additional work will be on a T&M basis. 3. Welding in one area at the bottom of handrail. -8-Revised 08/11/09 Exclusions: 1. Any work not specifically called out in bid. 2. Government or outside agency fees. You have the right to require the contractor to furnish you with a performance bond. You, the buyer, may cancel this transaction at any time prior to midnight of the third business day after the date of this transaction. Cancellation by the buyer after the right to rescind has passed shall be deemed a material breach of this agreement and entitles the contractor to damages. Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, and P.O. Box 26000, Sacramento, California 95826. TUK Tur i<: MOT A rnMTRrtfT TMK Rin-PRnPDSAI MAY ONLY BE ACCEPTED BY CONTRACTOR. NO CONTRACT IS FORMED UNTIL A SEPARATE WRITTEN CONSTRUCTION AGREEMENT IS EXECUTED. Respectfully Submitted, Sergent Construction License # 868471 11101 Lea Terrace Dr. Santee, CA 92071 (619)312-1105 sptance of Proposal Date: Owner Name:Owner Signature: Note: This proposal may be withdrawn by-u&jf not accepted within 30 days. If this Bid-Proposal is accepted, work will commence approximately on or about , and will be substantially completeo&pflrpximately days thereafter. -9-Revised 08/11/09