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