HomeMy WebLinkAboutMontross Weatherproofing Systems Inc; 2002-12-06; FAC 03-04City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager : Bob Richardson Date Issued: Awust 27.2002
(760) 434-2944 Request For Bid No. FAC 03-04
Mail To: CLOSING DATE: N/A
Public Works - Facilities
City of Carlsbad
405 Oak Avenue
Carlsbad. CA 92008 -
Please use typewriter or black ink.
Envelope MUST include Request For Bid
NO. FAC 03-03.
DESCRIPTION
Labor, materials and equipment to: Re-roof the Maqee House located at the Maaee Park, 258
Beech Avenue. Proiect shall include the removal and disposal of existinq roof materials and the
replacement with new roofinq materials. The cih/ requires that Tremco Inc. specifications be
followed on this proiect.~~ NO job walk-through scheduled. Contractors to arrange site visit by contacting.
Project Manager: Bob Richardson
Phone No. 1760) 434-2944
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 Title of Person Authorized to sign
Name and Address of Contractor
Yontross Weatherproofinq Systems, Inc.
Name SigM
747 N Twin Oaks Va1le.y Rd, #I
Address
San Marcos, CA. 92069
CitylStatelZip
Name
David A. Montross
Title
President
760/510-0161 October 10. 7003
Telephone Date 760/510-8145
Fax
1- 5/10/00
JOB QUOTATION
Quote Lump Sum, including all applicable taxes. Award is by total price.
opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days afler
to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the
Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right
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, materialslsupplies and past
performance. The determination of the City as to the Contractor’s ability to perform the contract
shall be conclusive.
SUBMITTED BY:
Montross Weatherproofing Systems, Inc. 499050
Contractor’s License Number
C39, C61, D51, HIC
Classification(s)
David A. Montross-President 12/31/02
Printed Name and Title Expiration Date
October 10, 2002
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33-0942006
OR
(Individuals) Social Security #:
-2- 5110100
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
writing as a public record of the Awarding Authority, setting forth the facts constituting
in cases of the public emergency or necessity, and then only after a finding, reduced in
the emergency or necessity in accordance with the provisions of the Subletting and
Subcontracting Fair 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 WOR SUBCONTRACTOR'
Total % Subcontracted: Zero (0)
* indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 511 0100
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad
or type of worker needed to execute the contract.
Ordinances governing labor, including paying the general prevailing rate of wages for each craft
Guarantee:
directions and subject to inspection approval and acceptance by: Bob Richardson. Public Works
I guarantee all labor and materials furnished and agree to complete work in accordance with
SuDervisor.
Wage Rates:
The general prevailing rate of wages for each crafl or type of worker needed to execute the
contract shall be those as determined by the Director of Industrial Relations pursuant to Sections
current copy of the applicable wage rates in on file in the Office of the City Engineer. The
1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a
contractor to whom the contract is awarded shall not pay less than the said specified prevailing
rates of wages to all workers employed by him or her in execution of the contract.
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 disquaHe Contractorpr subcontractor from
participating in contract bidding.
Signature: <
Print Name: David A. Montross-President
-4- 5/10100
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
certificates shall indicate coverage during the period of the contract and must be furnished to the
Insurance indicating coverage in a form approved by the California Insurance Commission. 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
whether scheduled or non-scheduled. The automobile insurance certificate must state the
performance of the contract, used onsite or offsite. whether owned, non-owned or hired, and
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
with the performance of the Contract or work; or from any failure or alleged failure of Contractor to
liability of every kind, nature and description, directly or indirectly arising from or in connection
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.
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 work within15 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within =working days after receipt of Notice to
Proceed.
-5- 511 0100
CONTRACTOR: corporation of the State of California
CITY OF CARLSBAD a municipal
Montross Weatherproofing Systems, Inc.
David A. Montross-President
t name an$ title)
By:
(sign here)
\a00
(address)
Anne Quinones-Vice President
(print name and title)
747 N Tw in Oaks Valley Rd, #1
(address)
ATEST:
Snn Mnrrgl, Ca. 93069 (city/state/zip)
760/510-0161
(telephone no.) City Clerk
760/510-8145 I>*b.o''
(fax no.)
(Proper notarial acknowledgment of execution by Contractor must be attached.
treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant
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
-6- 511 0100
@ONTROSS
WEATHERPROOFING SYSTEMS, INC.
August 6,2002
Mr. Greg Clavier
City of Carlsbad 405 Oak Avenue
Cd~bad, CA 92008
RE: Roof Repkcemem
Various Locations for the City of Carlsbad
Carlsbed, CA
Dear Mr. Clavier,
Thank you for the opportunity to be of senn'a in yopu roofing needs.
M- Weatherproofing Systems, Inc. is a fidl service wcathcrpofhg
and mamtemmce corporation. We have gained a reputation for quality and
servi~thatisMmatc~byothers.Manyintheindustry~owuseour
innovative reMofing and maint.emmce proceduns.
Per your request, Montross Weathqnuofing Systcms, Inc. has sumeyed the
roof at the above-mehtioned lacations. We arc plcascd to submit the
following recommendations for your consideration. I would also like to
mention that we have the background and axperience to pdcn'm roof
replacement on McKee House. Earlier this year, we completed the entire
roof replacement restoration on the Rancho Bum Vista Adobe in the city of
Vista.
Should you have any questions or comments regwding the enclosed, please
feel free to contact me at (760) 5 10-01 6 1.
sicmly,
Don Sandling
Montross Weathaproofing Systems, Inc.
1521 Calk VaUe 747 N. Twin Oaks Valley, Suite 1
949-369-2495 Fax 949-369-2499
%IS Clemente, CA 92672
760-510-0161 FU 760-510-8145
Spn Mmos, CA 92069
Toll Free 1-866ROOFWRK Toll Fm 1-866"LEAK
www:rnontmssweathcrptooflng.co~
scow of Work - Reof Replacement
scorn of work - Roof Replacement
RespatslUy submitted by.
CALIFORNIA WEA~ROOFING
3
August 7,2002
CALIFORNIA
WEATHER-
PROOFING
~WnlsSO
RE-ROOF PROPOSAL
Prepared for:
CITY OF CARCSBAD
For
Me Gee House, Stage Coach Ruin, Heritage Hall and
Holiday Park restrooms
Mc Orr nouv ............................................................... .s22JaMm
Stage coclcb Ruin ............................................................. S16.420.00
HerjtagcHall .................................................................. SI5.195.00
Holiday Park Rdmoou .................................................. .f 9,525.00
2
Name IMONTROSS WEATHERPROOFING SYSTEMS, .. INC. " .. . I Account # 121 4294
1:- Current ..... due $0.00 ".
.. ~ . ~ ." "i .".. _.-. -.
License Attributes 1 Contacts1 Account Notes 1; Appr&ls 1; Additional Fieldsl! Transaction Hist41 Linked Files1 . .. . . __ . . x_, ,, ".-...."---.I""-- l___.""~
.
Contact code Contact Telephone SSN Contractor 8
C1 - Corp. Officer -J IMONTROSS DAVID , 1[?6O]510-0161 . . , -, .. . . ^-_I \ __ . ... . .I ..... ---.---...."2
[A - Annual ,. " . . ._ _.
Location code
10 - Code not available .. .,.. __" ". .. ..
Business type Business subtype
0 - Code not available A IOS - Outside City ..
SElN Parcel st
1466-5524-7 j !