HomeMy WebLinkAboutWeatherproofing Technologies Inc; 2019-01-30; PSA19-710GSRECORDED REQUESTED BY
CITY OF CARLSBAD
AND WHEN RECORDED PLEASE
MAIL TO:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
DOC# 2019-0266788
111111111111 lllll 111111111111111 lllll lllll lllll 11111111111111111111111
Jul 05, 2019 11 :35 AM
OFFICIAL RECORDS
Ernest J. Dronenburg Jr
SAN DIEGO COUNTY RECORDER
FEES $0.00 (SB2 Atkins: $0.00)
PAGES 1
Space above this line for Recorder's use.
PARCEL NO: 204-100-06-00
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property hereinafter described.
2. The full names of the undersigned are City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008.
4. The nature of the title of the undersigned is: In fee.
5. A work or improvement on the property hereinafter described was completed on March 23, 2019.
6. The name of the contractor for such work or improvement is Weatherproofing Technologies, Inc.
7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego,
State of California, and is described as follows: Project No. PWL19-710GS, Project Name: Senior Center Roof
Repair-Skylight Over Art Room.
8. The street address of said property is 799 Pine Ave., Carlsbad, CA 92008, in the City of Carlsbad.
CITY OF CARLSBAD
\}{ -A~'--'-'--'---r'"+-------E.=:.-...;.lc...;.,._""--I..,..., k1<..1
~ Scott Cha · , City Manager
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the
City Manager of said City on -;Jvne ;/() , 20..11_, accepted the above described
work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on :f11ne, ~ '1 , 20 I 1, at Carlsbad, California.
CITYOFCAm~
-~~-~-~~---~-----1-k-· <.:_1':-_,,. C::,0-''\Jl.-L
BARBARA ENGLESON
City Clerk
Q:\Public Works\General Services\Agreements & Contracts\Weatherproofing Technologies\Senior Center Roof Repair-Skylight Over Art Room -PWL 19-
710GSINOCl2.NOC -Senior Center Roof Repair-Skylight Over Art Room -PWL 19-710GS.docx
CITY OF CARLSBAD
ACCEPTANCE OF PUBLIC IMPROVEMENTS
COMPLETION OF PUBLIC IMPROVEMENTS
Weatherproofing Technologies, Inc. has completed the contract work required for PWL 19-710GS
-Senior Center Roof Repair-Skylight Over Art Room. City forces have inspected the work and
found it to be satisfactory. The work consisted of:
IMPROVEMENTS
Roof I Skylight Repair $4,250
VALUE
CERTIFICATION OF COMPLETION OF IMPROVEMENTS
C John ~~l~~~anager Date '
CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS
The construction of the above described contract is deemed complete and hereby accepted. The
City Clerk is hereby authorized to record the Notice of Completion and release the bonds in
accordance with State Law and City Ordinances.
The City of Carlsbad is hereby directed to commence maintaining the above described
improvements.
Date
APPROVED AS TO FORM:
CELIA BREWER, City Attorney
By e .e ~ Deputy C h;fut-o-i=ney
Q:\Pubhc Works\General Services\Agreements & Contracts\Weatherproofing Technologies\Senior Center Roof Repair-Skylight Over Art Room -PWL 19-710GS\NOCl3 API -
Senior Center Roof Repair-Skylight Over Art Room -PWL 19-710GS.docx
Project: PWL 19-710GS, Senior Center Roof Repair-Skylight Over Art Room
Change Order No. 01
CONTRACT CHANGE ORDER NO. 01
PROJECT: Senior Center Roof Repair -Skylight Over Art Room
CONTRACT NO. PWL 19-710GS
ACCOUNT NO. 001-5310-7550
CONTRACTOR: Weatherproofing Technologies, Inc.
ADDRESS: 3735 Green Rd.
Beachwood, OH 44122
P.O. NO. P136945
The Contractor is directed to make the following changes as described herein. Changes
shall include all labor, materials, equipment, contract time extension, and all other goods and
services required to implement this change. Payment stated on this change order includes
all charges, direct or indirect, arising out of this additional work including charges for field
overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of
efficiency, extended equipment costs and overtime premium costs and is expressly agreed
between the City and the Contractor to be the complete and final costs hereof. The
requirements of the specifications, where pertinent and not in conflict with this change order,
shall apply to these changes.
Pursuant to the Standard Specifications for Public Works Construction, perform the
following:
Item 1 : Contractor to provide all tools, materials and labor necessary to remove tile in valley
area which is leaking, inspect / replace valley metal and underlayment if present,
and advise City if any wood damage is present which would require replacement.
Contractor to install new peel and stick underlayment and properly reinstall tile.
Contractor to replace missing rake tile.
Total cost not to exceed ................................................................ $2,650.00
TOTAL INCREASE TO CONTRACT COST .................................................... $2,650.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY 10 WORKING DAYS AS A RESULT OF THIS CHANGE ORDER.
Project: PWL 19-71 0GS, Senior Center Roof Repair -Skylight Over Art Room
Change Order No. 01
RECOMMENDED BY: APPROVED BY:
~NIC
✓S-\1
(DATE)
APPROVED AS TO FORM:
~.1 '{/I')
J
(DATE)
DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR
(DATE)
PWL19-710GS
Senior Center Roof Repair -
Skylight Over Art Room - 1 - City Attorney Approved 2/29/2016
CITY OF CARLSBAD
PUBLIC WORKS LETTER OF AGREEMENT
Senior Center Roof Repair - Skylight Over Art Room
This letter will serve as an agreement between Weatherproofing Technologies, Inc., a Delaware corporation
(Contractor) and the City of Carlsbad (City). The Contractor will provide all equipment, material and labor
necessary to repair a roof leak, per Exhibit “A” and City specifications, for a sum not to exceed four thousand
two hundred fifty dollars ($4,250). This work is to be completed within sixty (60) working days after issuance
of a Purchase Order.
ADDITIONAL REQUIREMENTS
1. City of Carlsbad Business License
2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its agents, officers, officials, employees, and volunteers 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 this Contract or work; or from any failure or alleged failure of the
contractor to comply with any applicable law, rules or regulations including those relating to safety and
health; except for loss or damage which was caused solely by the active negligence of the City; and
from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by this Contract, unless the loss or damage
was caused solely by the active negligence of the City. The expenses of defense include all costs and
expenses, including attorney’s fees for litigation, arbitration, or other dispute resolution method.
3. Contractor shall furnish policies of general liability insurance, automobile liability insurance and a
combined policy of workers compensation and Employers’ Liability in an insurable amount of not less
than one million dollars ($1,000,000) each, unless a lower amount is approved by the Risk Manager or
the City Manager. Said policies shall name the City of Carlsbad as an additional insured. The full limits
available to the named insured shall also be available and applicable to the City as an additional
insured. Insurance is to be placed with California admitted insurers that have a current Best’s Key
Rating of not less than “A-:VII”,; OR with a surplus line insurer on the State of California’s List of
Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least
“A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners
(NAIC) latest quarterly listings report. Proof of all such insurance shall be given by filing certificates of
insurance with contracting department prior to the signing of the contract by the City.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues,
Ordinances and Regulations, including Workers Compensation laws (Division 4 California Labor Code)
and the “Immigration Reform and Control Act of 1986” (8USC, Sections 1101 through 1525), to include
but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and
consultants that are included in this Contract.
5. The Contractor may be subject to civil penalties for the filing of false claims as set forth in the California
False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections
3.32.025, et seq. __________ init __________ init
6. The Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of
Carlsbad to disqualify the Contractor from participating in contract bidding. _______ init _______ init
7. 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.
DocuSign Envelope ID: B5F5CC3B-B48A-44B8-A3E5-4F3905C6467F
PWL19-710GS
Senior Center Roof Repair -
Skylight Over Art Room - 2 - City Attorney Approved 2/29/2016
8. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract,
shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773
and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a
current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not
pay less than the said specified prevailing rates of wages to all workers employed by him or her in the
execution of the work covered by this Letter of Agreement. Contractor and any subcontractors shall
comply with Section 1776 of the California Labor Code, which generally requires keeping accurate
payroll records, verifying and certifying payroll records, and making them available for inspection.
Contractor shall require any subcontractors to comply with Section 1776.
9. City Contact: Brian Bacardi, 760-434-2944
Contractor Contact: Sten Johnson, 858-531-5197
CONTRACTOR
Weatherproofing Technologies, Inc., a
Delaware corporation
CITY OF CARLSBAD, a municipal corporation of
the State of California
3735 Green Rd.
Beachwood, OH 44122
P: 858-531-5197
F: 858-488-3529
sajohnson@tremcoinc.com
By: By:
(sign here)
Paul Hoogenboom / President
Paz Gomez, Public Works Director
as authorized by the City Manager
(print name/title)
By: Dated:
(sign here)
Michael Drumm, VP, CFO & Treasurer
(print name/title)
(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:
CELIA A. BREWER, City Attorney
BY:
Deputy City Attorney
DocuSign Envelope ID: B5F5CC3B-B48A-44B8-A3E5-4F3905C6467F
January 30, 2019
PWL19-710GS
Senior Center Roof Repair –
Skylight Over Art Room - 3 - City Attorney Approved 9/27/16
EXHIBIT A
Senior Center Roof Repair - Skylight Over Art Room
Contractor to provide all materials, tools and labor necessary to inspect and make repairs of roof near and
above the Art Room in the Senior Center Facility located at 799 Pine Avenue, Carlsbad, CA 92008. Scope
of Work for the repair includes:
- Removing the roof tile around the skylight.
- Inspection of the skylight, and provide unit for replacement if needed.
- Replacing the underlayment and flashings to the skylight as needed.
- Properly reinstall roof tile.
*Notes
Appropriate fall protection as established by CAL OSHA guidelines shall be used at all times. All labor
wages to be paid at prevailing wage rates.
SCOPE OF WORK AND FEE
*Includes taxes, fees, expenses and all other costs.
Bid
Item
DESCRIPTION PRICE
1 Provide all labor, equipment and materials necessary to
repair roof leak near skylight above Art Room.
$2,850
2 Provide replacement skylight if needed. $1,400
TOTAL NOT TO EXCEED* $4,250
DocuSign Envelope ID: B5F5CC3B-B48A-44B8-A3E5-4F3905C6467F