Loading...
HomeMy WebLinkAboutMontross Weatherproofing Systems; 2002-09-20; FAC03-03City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager : Bob Richardson Date Issued: Auqust 16, 2002 (760) 434-2944 Request For Bid No. FAC 03-03 Mail To: CLOSING DATE: N/A City of Carlsbad Public Works - Facilities 405 Oak Avenue Carlsbad. CA 92008 desiREt, 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 Ruins structure at the Staaecoach Park Facilitv. Proiect shall include the removal and diSDOSal of existinq roof and the reolacement with new roofina materials. The City reauires that Tremco Inc. soecifications be followed on this oroiect. 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 Address of Contractor Name and Title of Person Authorized to sign contrz&ts,, MONTROSS WEATHERPROOFING SYSTEMS - Name SigMG 1 1521 Calle Valle David Montross Address Name City/State/Zip San Clemente. Ca. 92672 President Title 949/.169 - 7495 nr 76fl/5lfl -0161 August 28, 2002 Tele hone Fax 948/369-2499 or 760/510-8145 Date 1- 511 O/OO JOB QUOTATION I ITEM NO. 1 UNIT I QTY I DESCRiPTlON ~ ~~~ -1 1 I PRICE 1 10 Remove existing roof system and replace with 12,658. JOB specifications. new roofing materials while following Tremco Inc. I I I I I 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 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, 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 499050 - Compan /Business Name Contractor's License Number C-39 HIC, C-61, D-51 rized Sig ture Classification(s) David Montross 12/31/02 Printed Name and Title Expiration Date August 28, 2002 Date TAX IDENTIFICATION NUMBER ~ ~~~~ ~ ~ ~ ~ ~~~~ (Corporations) Federal Tax I.D.#: 33-0942006 OR (Individuals) Social Security #: 2- 5/10/00 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 contractor shall not be permitted to sublet or subcontract that portion of the work, except bid, the contractor shall be deemed to have agreed to perform such portion, and that the 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." Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor -3- 5/10/00 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 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 awee to comDlete work in accordance with directions and subject to inspection approval and acceptance by: 'Bob Richardson, Public Works Sumvisor. 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 jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from bidding on public contracts for a period of up to five years and that debarment by another participating in contract bidding. Signature: Print Name: David Montross -4- 5/10/00 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 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 for loss or damage caused by the sole or active negligence or willful misconduct of the City. The caused, resulting directly or indirectly from the nature of the work covered by the Contract, except 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 within 10 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: MONTROSS WEATHERPROOFING SYSTEMS (name of Contractor) ~~ By: David Montross-President (print name and title) By: (sign here) (print name and title) 1521 Calle Valle (address) San C1 emente, Ca. 92672 (cityktatekip) 949/369-2495 or 760/510-0161 (telephone no.) 949/369-2499 or 760/510-8145 (fax no.) CITY OF CARLSBAD a municipal corporation of the State of California By: Assistant City Manager (address) (telephone no.) ATTEST: (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 officerb) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY,,,,,,;& d&m Deputy City Attorney -6- 5/10/00 I Countyof On 08 -30 -0a before me, personally appeared IZuccoU DATE .- N E(S) OF SIGNER@) /k(personally known to me - OR - 0 proved to m$ on the basis of satisfactory evidence to be the perso# whose namemate subscribed to the within instrument and ac- knowledged to me tha@/- executed the same in &b&+beif authorized capacity@&), and that b@/twrfth+ signature& on the instrument the person&, or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, fi may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER B DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER 4v7 ..A 75, J’ m(S1 && TITLE OR TYPE Y”J OF DOCUMEN 0 PARTNER@) 0 LIMITED 0 AlTORNEY-IN-FACT NUMBER OF PAGES 0 TRUSTEE(S) 0 GUARDIANEONSERVATOR 0 OTHER: 08-/6 - LI& GENERAL 03 DATE OF DOCUMENT SIGNER IS REPRESENTING: ME OF pERsON(s1 OR ENmV(tEs1 w “& - MONK SIGNER(S) OTHER THAN NAMED ABOVE IONTROSS WEAT€IERPROOFING @ONTROSS WEATHERPKOOFING SYSTEMS. INC. August 6,2002 Mr. Greg clavier City of Carkbad 405 Oak Avenue Carlsbad, CA 92008 RE: Roof Replacement Various Loeations for the City of Carlsbad carlsbed, CA Dear Mr. Clavier, ?hank you for the oppommity to be of servia in your mfing needs. Montross Weatherpmofmg Srstems, Inc. is a full service WGatberproOfing and maintenance corporation. We have gained a reputation for quality and servicethatis~~~byothers.~in~~nowuseour innovativereroofingandmaintenmceprocaduns. Per your napest, Montross Weatkrpmofing Systems, Inc. has surveyed the roof at the above-m&oned locations. We arc pleascd to submit the following mmmendations for your considersbon. I would also like to mcntionthatwehavethebackgrouadanddxperiencetopa;fonnmf replacement on McKce House. Earlier this year, we completed the entire mf replacement restoration on the Rancho Buena Vista Adobe in the city of Vista Should you have any questions or comments r%ardky the enclosed, please kt froe to contactmeat (760) 51O-Ol61. Sicaely, Don Sandling Montmss Weathqmofq Systems, Inc. San Clementc, CA 92b?2 Toll Free M66"866-FW?X 1521 CalIe VaUe 747 N. Twh Oaks Valley, Suite 1 Spn "COS, CA 92069 ToU Free 1"M-LEAK 949-369-2495 F~x 949-369-2499 760-510-0161 FU 760-510-8145 www.rnontrossweathcrprooflng.com Scow of Work - Roof Rcpl.cemut ScoDe of Work -Roof Replacement 08/08/2002 11:41 FAX St0 560 2409 YoMaOSS WEATUERPBOOFING @I004 . Scow of Work - hf Replacemeat MONTROSS WEATBERPROOFING Following Individual Roof Specifications for each. I. MeCeeHo~ Shingle Roof Section $16,650.00 Flat Roof Section $2*100.00 IV. frolidpv Park Restrooms 1 iB: 2 Flat Roof Section $7,350.00 88/07/2822 21:57 19493697489 SEACORB INDusTRlAL mc. FRMCH Licenm t 791283 PAGE 81 FACSIMILE To: 0-g Clavier c Fax: (760) 720-9562 ?rap: Bob French Dates am02 Re: Roof Bid Pagea : 2, including thi6 . .I August 7,2002 WEATHER= PROOFING ~1w11S30 REROOF PROPOSAL Prepared for: CITY OF CARLSBAD For Mc Gee House, Stage Coach Rain, Heritage Halt and Holiday Park restrooms . Mc oa €IOU# ............................................................... .$zZJIo&im Stalp Cod Ruin ............................................................. 316.420"l hitqgcH.11 .................................................................. StS.tn.m Holiday Pdc Rezlnxmu, .................................................. .t 932.00 a 6lUG-88-2882 e9:56 ClPl CJ SNOW r. 949 858 2484 P. e4 3