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