HomeMy WebLinkAboutRoejack Roofing Inc; 1996-08-07; CS 96-1I)
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
FOR
LIBRARY REROOF
a
CONTRACT NO. CS96-1
0 H:\CNTQK)M.FM I I24
@
i ,\
ADDENDUM NO. 1
BIDPROJECT NO. LIBRARY RE-ROOFING, PROJECT NO. CS 96-1
Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project.
This addendum-receipt acknowledged-must be attached to your Proposal FoWBid wher
your bid is submitted. bJ&&x.L * RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
0
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Mitchell Roe, President
Roej ack Roofing Inc .
e
1200 Carlsbad Village Drive - Carlsbad, CA 92008-1 989 (61 9) 434-2803 FAX (61 9) 434-1
I. y'Lil JUmNbUN IKtWCO INC 619 276 SsGj7 P r.
I
City of Carlsbad
Addendum #i
Library Re-roofing project
e
1. Existing deck is metal, deck mplacement figures shouM be quoted as $
square foot to replace metal decking to match existing-
Mong windows, reuw exiSting metal counterflashing and instan aew 24 gage
galvanized mdaee moat& rouo?crfkPlsbIag st stucco waU
At perimeter raised edge detail, base ply and modifred base &Snhgs shall strip in
metal, Outer edge of mMurKd bsse rZashhg shall be nailed througb the gnivel stop and naffer, 6:' om cet&r, and 3 coarse& ~%li E.Z.S. wid E%zaiz& r&fs~&g
webbing. Ali exposed mastic must cure a miaimurn of 3 weeks, ad then be mated
with Polarcoat.
Base bid pdce shall include roof removal with the assmptibn that there are BO
asbestos containing roof materials. Please include tm extra cost per roof level for the
proper removal and disposal of asbestos contahhg rnll&e&tS if found Lo be peat.
Asbestos tear off and removal hours shall be restricted to the hours of 500 P.M to
1:OO A.M.
asbestos mmoval bid. An non asbestos materisk my be torn off duhg normal
per
2.
3.
4.
Please inelude any assodated costs with these work hours in the e working hours.
5. Loose laid rosin sheet may be deleted from system.
8
TABLE OF CONTENTS - Item rn
0 NOTICE INVITING BIDS ................................................. 1
CONTRACTOR’S PROPOSAL ............................................. f
BIDDER’S BOND TO ACCOMPANY PROPOSAL ............................... 1 (
DESIGNATION OF SUBCONTRACTORS .................................... if
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ........................ 1 f
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ................ 1;
BIDDER’S CERTIFICATE OF INSURANCE ................................... 1E
BIDDER’S STATEMENT OF DEBARMENT ................................... 1 S
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID .................................... 20
CONTRACT - PUBLIC WORKS ........................................... 21
LABOR AND MATERIALS BOND .......................................... 29
PERFORMANCEBOND.. ............................................... 31
REPRESENTATION AND CERTIFICATION 33
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION. ....................................... 34
RELEASEFORM ...................................................... 38
SPECIAL PROVISIONS
* ...................................
I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION ...................................... 40
II. SPECIAL PROVISIONS TO CONSTRUCTION SPECIFICATIONS ................. 51
i
H:\CNT960O&FM 1 /zo/at
@
*
I??
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS * Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 6th day of
June, 1996, at which time they will be opened and read, for performing the work as follows:
LIBRARY REROOF
CONTRACT NO. CS 96-1
The work shall be performed in strict conformity with the specifications as approved by the
City Council of the City of Carlsbad on file with the Community Services Department. The
specifications for the work include the Standard Specifications for Public Works Construction,
(SSPWC), 1994 Edition, and the latest supplement, hereinafter designated "SSPWC", as
issued by the Southern California Chapter of the American Public Works Association and as
amended by the special provisions sections of this contract. Reference is hereby made to the
specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owned businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and
contractors to utilize recycled and recyclable materials when available and where appropriate.
The City of Carlsbad may disquallfy a contractor or subcontractor from participating in
bidding when a contractor or subcontractor has been debarred by another jurisdiction in
California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing
Department. Each bid must be accompanied by securiiy in a form and amount required by
law. The bidder's security of the second and third next lowest responsive bidders may be
withheld until the Contract has been fully executed. The securii submitted by all other
unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the
Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 10263),
appropriate securiiies may be substituted for any obligation required by this notice or for any
monies withheld by the City to ensure performance under this Contract. Section 10263 of the
Public Contract Code requires monies or securities to be deposited with the City or a state or
federally chartered bank in California as the escrow agent. The escrow agent shall maintain
insurance to cover negligent acts and omissions of the agent in connection with the handling
of retentions under this section in an amount not less than $100,000 per contract.
e
H:\CNTgBOOd.FM 1 l29lW
@
a
2
The documents which must be completed, properly executed, and notarized are:
1. Contractor’s Proposal 8. Bidder’s Statement of Technical
2. Bidder’s Bond Ability and Experience
3. Non-Collusion Affidavit 9. Certificate of Insurance
4. Contract 10. Bidder’s Statement of Debarment
5. Designation of Subcontractors 11. Purchasing Department
6. Amount of Subcontractors’ Bid Representation and Certification 7. Bidder’s Statement of Financial 12. Escrow Agreement for Security
0
Responsibility Deposits (optional)
All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities
are approximate and serve solely as a basis for the comparison of bids. The Engineer’s
Estimate is $80,000.
No bid shall be accepted from a contractor who is not licensed in accordance with the
provisions of California state law. The contractor shall state their license number, expiration
date and classification in the proposal, under penalty of perjury. The following classifications
are acceptable for this contract: C39 in accordance with the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contract documents
in lieu of the usual 10% retention from each payment, these documents must be completed
and submitted with the signed contract. The escrow agreement may not be substituted at a
later date.
Sets of plans, special provisions, and Contract documents may be obtained at the
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue),
Carlsbad, California, for a non-refundable fee of $5.00 per set. If plans and specifications
are to be mailed, the cost for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids.
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
Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the
Labor Code, a current copy of applicable wage rates is on file in the Office of the City
Engineer. The 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 the execution of
the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of Section
1777.5 of the bbor Code and Section 4100 et seq. of the Public Contracts Code, “Subletting
and Subcontracting Fair Practices Act.” The City Engineer is the City’s “duly authorized
officer“ for the purposes of Section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall
apply to the Contract for work.
e
H:\CNToaooe.FM 1 /=/Oa
@ *
c
A mandatory pre-bid meeting and tour of the project site will be held on Wednesday,
May 22,1996 at 8:OO A.M.
All bids are to be computed on the basis of the given estimated quantities of work, as
indicated in this proposal, times the unit price as submitted by the bidder. In case of a
discrepancy between words and figures, the words shall prevail. In case of an error in the
extension of a unit price, the corrected extension shall be calculated and the bids will be
computed as indicated above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and
typed or written in with ink and must be initialed in ink by a person authorized to sign for the
Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection
of bid.
Bonds to secure faithful performance and warranty of the work and payment of laborers and
materials suppliers, in an amount equal to one hundred percent (100%) and fdty percent
(50%), respectively, of the Contract price will be required for work on this project. These
bonds shall be kept in full force and effect during the course of this project, and shall extend
in full force and effect and be retained by the City until they are released as stated in the
Special Provisions section of this contract. All bonds are to be placed with a surety
insurance carrier admitted and authorized to transact the business of insurance in California
and whose assets exceed their liabilities in an amount equal to or in excess of the amount of
the bond. The bonds are to contain the following documents:
0
1) An original, or a certified copy , of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to
do so.
2) A certified copy of the certificate of authorii of the insurer issued by the insurance commissioner.
e
If the bid is accepted, the City may require copies of the insurer's most recent annual
statement and quarterly statement filed with the Department of Insurance pursuant to Article
10 (commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance
Code, within 10 calendar days of the insurer's receipt of a request to submit the statements.
Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key
Rating Guide of at least A-:VI and (2) are admitted and authorized to transact the business of
insurance in the State of California by the Insurance Commissioner. Auto policies offered to
meet the specification of this contract must: (1) meet the conditions stated above for all
insurance companies and (2) cover anv 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 auto insurance certificate must state the coverage is for "any auto" and
cannot be limited in any manner.
Workers' compensation insurance required under this contract must be offered by a
company meeting the above standards with the exception that the Best's rating condition is
H:\CNT96006.FM 1 l2Qloa
@ 0
4
waived. The City does accept policies issued by the State Compensation Fund meeting the
requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any
additional cost of said insurance shall be included in the bid price,
The award of the contract by the City Council is contingent upon the Contractor submitting
the required bonds and insurance, as described in the contract, within twenty days. If the
Contractor fails to comply with these requirements, the City may award the contract to the
second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City
of Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution
NO. 96-136 , adopted on the 23RD day of APRIL , 1996 .
0
aa/;a 074 /9?G &kfd!&P@F
Datd 'I Aletha L Rautenkranz, City Clerk
e
H:\CNTQ8006.FM 1 Izoloa
@ e
ROEJACK ROOFING, INC.
1 107 PETREE STREET
EL CAJON, CALIFORNIA 92020-2407 m (61 9) 440-5600 FAX (61 9) 440-8802
LIC. 375265
I y {::) ,:,I %:: i::;"y' 1'4 [:E ~:
(2, '1" "i" I',i :j f:;: i I "i" i.-l 1:::. 1 .-I j:::. .,./ "j' (::; j...J j
0
:*
\ 5
CITY OF CARLSBAD
CONTRACT NO. CS95-6
CONTRACTOR’S PROPOSAL
0
Crty Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish
all labor, materials, equipment, transportation, and services required to do all the work to
complete Contract No. CS95-6 in accordance with the Plans and Specifications of the City
of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the
following unit prices for each item complete, to wit:
Approximate
Item Quantrty Unit
e No. Description and Unit Price - Total
1
1. Provide all labor,
material and equipment 0 to reroof north roof. $ 15,354.00
2. Provide all labor,
material and equipment
to reroof center roof. $ 21,453.00
3. Provide all labor,
material and equipment
reroof south roof. $ 36,166.00
Total amount of bid in words: Seventy two thousand nine hundred seventy three dollz
Total amount of bid in numbers: $
QUOTE UNIT PRICES FOR THE FOLLOWING: 1Not included in Base Bid)
72 , 973 00
Per sq. metre Per sq. ft.
Deck replacement $ --- $ 12.60
Deck repair $ --- $ 18.00
0 H:\CNTfMOO&FM Il2Q!oe
@
J- 6
Roof Removal $ 10.013.00
Additional insulation replacement $ --- $ 0.62/sq. ft. I
Per metre Per linear ft. '0 I
Coping replacement $ --- $ 5.82
I Wood blocking replacement $ --- $ 3.40
Installation of new drains (no service connection) - per drain
Installation of new drains (with service connection) - per drain
$ 300.00
$ 750.00
Drain repair - per drain $ 150.00
Unit removal - per unit
Additional costs of project as a result of the
presence of asbestos containing roofing materials
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). One (1)
proposal.
The Undersigned has checked carefully all of the above figures and understands that the Crty will
not be responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of defautt in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the C
Council of the City of CARLS BAD, the City may administratively authorize award of the contract t
the second or third lowest bidder and the bid securii of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penatty of perjury, that the undersigned is licensed to dc
business or act in the capacity of a contractor within the State of California, validly licensed under
license number 375265 , classification c-39 which expires on
, and that this statement is true and correct and has the legal effect of e
affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered nonresponsive and shall be rejected by the
City. 9 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be
invalidated by the failure of the bidder to be licensed in accordance with California law. However,
at the time the contract is awarded, the contractor shall be properly licensed. Public Contract
Code § 201 04.
The Undersigned bidder hereby represents as follows:
$ 100.00
$5 9 658 - 00 /total
hadhave been received and is/are included in this
0
05-31-97
1, That no Council member, officer agent, or employee of the Clty of Carlsbad is personally
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunde
that no representation, oral or in writing, of the City Council, its officers, agents, or
Q H:\CNTWOO&FM iiroim
@
I-
I
I
1
l
employees has inducted him/her to enter into this Contract, excepting only those contair
in this form of Contract and the papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporation making a 1
for the same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is
Cashier’s Check) for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires e\
employer to be insured against liability for workers’ compensation or to undertake self-insurance
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contr
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relatk
Contract and agrees to comply with its provisions.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
Bid Bond (Cash, Certified Check, Bond o
I is complete.
I
, to the general prevailing rate of wages for each craft or type of worker needed to execute the
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
(Street and Number)
City and State
0
(4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be made b
a general partner)
(3) Place of Business
City and State
(Street and Number)
(4) Zip Code Telephone No.
0 H:\CNTWOO&FM waim
@
I'
I -* I
1
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted Roejack Roofing Inc -
_^-- I
(2) / 6+- Signature
-- Mitchell. Roe, President
Title
I
I
I Impress Corporate Sea!
(3) Incorporated under the laws of the State of
(4) Place of Business 1107 Petree Street
California
(Street and Number)
City and State El Cajon CA 92020
(5) ZipCode 92020 Telephone No. (61 9) 440-5600
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACH
0
List below names of president, vice president, secretary and assistant secretary, if a corporation;
partnership, list names of all general partners, and managing partners:
Mitchell Roe, President
Richard Roe, Vice President
Pattie Agbunag, Sec/Tres.
0 H:\CNTQ8000.FM mim
@
' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
Countyof Sari Diego
On June 6, 1996 before me, Michelle M. Adams, Notary Public ,
personally appeared Mitchell Roe
@I personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) idare subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted,
executed the instrument.
Date Name and Title of Officer (e g , "Jane Doe, Notary Public')
, Name@) of Signer@)
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of ~~~~m~~t: City of Carlsbad Contractor ' S Proposal
Four (4) Document Date: June 6, 1996 Number of Pages:
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer@)
Signer's Name: Mitchelle Roe
0 Individual 0 Individual @ Corporate Officer
Title(s): Pres id en t Title@):
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
0 Corporate Officer
0 Guardian or Conservator Cl Guardian or Conservator
Signer Is Representing: Signer Is Representing:
Roej ack Roof ingInc.
8 1994 National Notary Association 8236 Remmet Ave , PO Box 7184 - Canoga Par%, CA 91309-7184 Prod No 5907 Reorder Call Toll-Free 1-800-8
-
INSURANCE COMPANY OF THE WEST
Ulf) OK PROPOSAL BOND
KNOW ALL MEN SY THESE PRESENTS.
Thatwe, Roejack Roofing, Inc.
(hereinafter called the principal), and INSURANCE COMPANY OF THE WEST, a corporation organized and doing bus
and by virtue of the laws of the State of California, and duly licensed for the purpose oi making, guaranteeing or becoming
upon bands or undertakings required or authorized by the laws of :he State of
as Surety, are held and firmly bound unto City of Carlsbad (hereinafter callad
California
in the just and full sum of Ten Percent of bid amount
OlhS (s 10% of bid 1 lawful money of the United States of America, ‘or rhe payment of which, well and .o made, we hereby bind ourselves and our and each ai our successors and assigns, iointly and severally, firmly by these presents.
THE CONOITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden prrncipal as aforesaid, is aoout
and submit io the obiigee a bid or proposal datea June 6,1996 for
Library ReRoof ing Pro j eet
in accordance with the plans and speciiications filed in the office of :he obligee and under the notice inviting 7roposals rher3i::
NOW, THEREFORE, if the bid or proposal of said principai shall be accepted, and the cuntract for such wark he award
principal thereupon by the said ooligee, and said principal shail enter into a contracf and bond far the completion of saii
required by law, then this obligation to be null and void, otherwise ro be and remain in full force and effect.
IN WITNESS WHEREOF, said principal and said Surety have caused these presents TO be duly signed and sealed :his 5th
day of June ,19 96
e
ICW CAL 120
e
Insurance mpany of the LVest @c
HOME OFFICE. SAN OIEGO. CAilfCRNlA
POWER OF ATTORNEY 0
KNOW ALL MEN BY THESE PRESENTS. That INSllRANCE COMPANY OF THE WEST, a California Corooration. does hereby appc
KERRY E. PETERSON
its true and lawful Attorney(s)-in-Fact. with lull Dower and authority, to execute. on benalf of the Comoany, fidelity and surety bonds. under
and other contracts of suretyshio of a similar nature
This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following flesolution adooted by th
of Directors on the 22nd aay of November, 1994. which said Resoiutlon has not been amended or rescinded and of whicn the foliow
true copy:
"RESOLVED. that the Chairman of the Board. the President, an Executive Vice President or a Senior Vice President of the Cc
and eacn of them. is hereby authorized to execute Powers of Anorney qualifying the attorney named in the given Power of Attorney to
on behalf of the Comoany. tidslity and surety bonds. undertakings. or other contracts of suretyship of a similar nature. and to attacn
the seal or the Comoany; provided however. that the absence of the seal shall not affect the validity of the instrument.
FURTHE3 RESOLVED. tnat the signatures of such officers and the seal of the Company. and the signatures of any witness
signatures and seal of any notary, and tne signatures of any officers certifying the validity of the Power of Anornay. may be affixed by fac
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused these presents to be signed by its duly authorized of
this 28th day of March 1995 0 ; ,+ovow6o +%
J%C*, ,*e
c~(somtb
INSURANCE COMPANY OF THE WEST
0 # - STATE OF CALIFORNIA ss.
COUNTY OF SAN DIEGO / John L Hannurn. Senior Vice President
March 28th, 1995 On this Betore me personally appeared John L Hannum. Senior Vice President of lNSU
COMPANY OF THE WEST. personally known to me to be the inoividual and officer wno executed the within instrument, and acknov
to me that he executed the same in his official capacity and that by his signature on the instrument the corporation on behalf of w
acted. executed the instrument.
WITNESS my hand and official seal.
COMhf. NORMA #52W PORTER 2 &h?R& Ddh * 2 "A. e.- - * SAN OlEGO COUMY Notary Pubk
w CUtUR. ewes JAN 14.19% CERTIFICATE:
I, E. Harned Davis. Vice President of INSURANCE COMPANY OF THE WEST. do hereby cenrfy that the origtnaf POWER OF AnC
of which the foregoing IS a true copy. IS still in full force and effect. and that this ceniftcate may be signed by facsimile under the a
of the above quoted resolution.
IN WITNESS WHEREOF. I have subscribed my name as Vice President, on this 5th day of June
'9 96. 0 hrwouc
INSURANCE COMPANY OF THE WEST 0 5 *Golm""ra t,
*,I \*z FW&i@f d*//
E. named Oavis, Vice President
ICW 37
+
CAL1FORNIA ALL-PURPOSE ACKNOWLEDGMENT
State oi California
Counry oi Sari Diego
e
On June 5, 1996
7 3 personsily known to me - OR - L! Groved to me on ihe basis of sansiac:ory svrden
io be rhe oerson(s) wnosz name(s) 1s1a
suoscribed ;o ihe wirhrn ~nsmnenr and 3
4nowiedged to me that nemejthey ,~xecxi
!he same in nts/her/iheir aurhorlzr
capacity(ies), and that oy his/her/thc
signaturefs) on the insrrument ihe person(:
or the enttty upon behalf of which tl
person(s) acted, executed the instrumer
WITNESS my hand and oiiiaal seal.
_LuLhL aiLr-(Jd&gadL b J
I-
SkadWRE S 9WTASiY e
;hougn me cat2 ce!ow IS i1oi reauireu 3y law st may grove valuaffle io oefsons relying on me cocznent ana csurd 3ra-J rzuauleflr reantc3menr or thrs ;Om.
CAPACITY CLAIMED 8Y SIGNER OESC3iPTION OF ATTACHED DOCUMEN-
TITLE OR NPE GF OCCUMENT ma
a ATTORNEY-IN-FACT NUMBE3 OF FAG25
E GUARDIAN/CoNSi%VArcR
OAX Of SCC'JMGWT
SIGNER IS RRF1ESEWING:
~OF~ScReVmyIlEn Insurance Company of the West SIGN&q(S) OW3? TrAN NAME3 .MOVE a
ICJ G? LL6
BID SECURITY FORM
(Check to Accompany Bid)
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CIT
CARLSBAD, in the sum of
a
dollars
($'e
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this chec.
become the property of the City provided this proposal shall be accepted by the City through i
of its legally constituted contracting authorities and the undersigned shall fail to execute a con1
and furnish the required Performance, Warranty and Payment Bonds and proof of insurance
coverage within the stipulated time; otherwise, the check shall be returned to the undersigned.
proceeds of this check shall also become the property of the Crty if the undersigned shall with1
his bid within the period of fifteen (15) days after the date set for the opening thereof, unless
otherwise required by law, and notwithstanding the award of the contract to another bidder.
e
BIDDER
*Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shl
be executed--the sum of this bond shall be not Jess than ten percent (10%) of the total amount of the bid,
H:\CNTQ0000,FM 1 i2Qm
@ m
BIDDER’S BOND TO ACCOMPANY PROPOSAL
0 KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Principal, and I as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows
for which (must be at least ten percent (10%) of the bid amount)
payment, well and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the abov
bounden Principal for:
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter intc
execute a Contract including required bonds and insurance policies within twenty (20) days fro
date of award of Contract by the Crty Council of the City of Carlsbad, being duly notified of sai
award, then this obligation shall become null and void; otherwise, it shall be and remain in full
and effect, and the amount specified herein shall be forfeited to the said City.
...a
....
.... 0 ....
....
....
....
....
....
....
....
....
....
....
H:\CNTWOO&FM 1 i2oioe
@ *
In the event Principal executed this bond as an individual, it is agreed that the death of Princip
shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this Executed by SURETY this
day of 1 day of 1
19-. 19 .
*
PRINCIPAL: SURETY:
(name of Principal) (name of Surety)
By:
(sign here) (address of Surety)
(print name here) (telephone number of Surety)
By:
(Title and Organization of Signatory) (signature of Attorney-in-Fact)
By:
(sign here) (printed name of Attorney-in-Fact)
(print name here) (Attach corporate resolution showing
current power of attorney.)
a
(title and organization of signatory)
(Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If (
one officer signs, the corporation must attach a resolution certified by the secretary or assistanl
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
JANE MOBALDI
Deputy City Attorney
H:\CNT06008.FM 1 lroloe
@ *
GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR & AMOUNT 0
SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATORS & AMOUNT
OWNER OPERATOR WORK" FORMS
REFERENCES Prior to preparation of the following Subcontractor and Owner Operator
disclosure forms Bidders are urged to review the definitions in Section 1-
SSPWC especially, "Bid," "Bidder,' "Contract," "Contractor,' "Contract P rici
"Contract Unit Price," "Engineer," "Subcontractof and "Work" and the
definitions in Section 1-2 of the Special Provisions especially "Own
Organization" and "Owner Operator/Lessee." Bidders are further urged to
review the following sections of the Special Provisions 2-3.1 "General," 2-:
'Subcontractor Items of Work," 2-3.4 "Owner Operators" and 2-3.5 "Penan
and Remedies."
Bidders are cautioned that failure to provide complete and correct informc
may result in rejection of the bid as non-responsive. Bids that propose
performance of more than 50 percent of the work by other than the
Contractor's own organization will be rejected as non-responsive.
Bidders shall use separate disclosure forms for each Subcontractor or Ov
Operator (O+O)/Lease of manpower and equipment that is proposed to t
used to complete the Work.
All items of information must be completely filled out.
Where the bid item will be installed by more than one Subcontractor or o\
Operator/Lessee the percentage of the bid item installed by the Subcontre
or Owner Operator/Lessee being listed in the line of the form must be entc
under the column "O/O of Item by Sub" or 'O/O of Item by O+O" as applica
If a Subcontractor or Owner Operator/Lessee installs or constructs any PO
of a bid item the entire amount of the Contract Unit Price shall be mukiplie
by the Quantity of the bid item that the Subcontractor or Owner
Operator/Lessee installed.
Suppliers of materials from sources outside the limits of work are not
subcontractors. The value of materials and transport for materials from
sources outside the limits of work, as shown on the plans, shall be assign1
to the Contractor or to the Subcontractor, as the case may be, installing tt
The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) she
be entered in the "Bid Item No.' column.
When a Subcontractor has a Carlsbad business license the number must t
entered on the form. If the Subcontractor does not have a valid business
license enter 'NONE" in the appropriate space.
Bidders shall make any additional copies of the disclosure forms as may b
necessary to provide the required information. The number of additional fo
pages shall be entered on the first form page of each type so duplicated.
H:\CNTQeOO&FM 1129196
0
CAUTIONS
INSTRUCTIONS
e
@ 4B
Bidder may, at its option, combine bid items on a single row in the chad
the disclosure forms. If using this option the Bidder must indicate the bic
numbers to which the information in the row pertains. This option may n
used where the subcontractor or owner operator is constructing or insta
less than 100 percent of a bid item. The percentages and dollar amounl
be the sums of the bid items listed in that row.
When the Bidder proposes using a subcontractor or owner operator/less
construct or install less than 100 percent of a bid item the Bidder must a
an explanation sheet to the designation of subcontractor or designation
owner operator/lessee forms as applicable. The explanation sheet must (
apprise the Agency of the specific tasks, materials and/or equipment thai
proposed to be so supplied.
0
e
H:\CNT06006.FM 1 /29/96
@ e
DESIGNATIQN OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID
The Bidder R4UST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must bl
submitted 8s a part of the Bidder's sealed bid. Failure to provide complete and correct inform
;nay resuit in wjectbn 01 ithe bid as non-responsive.
\-it+ i3ictb~r eertifiss that i5: has used the sub-bib of the foliowing listed subcontractors in prepa
tftiv bid tor the Work and that the listed subcontractors will be used to perform the portions 01
"?JLzrSr as dasigmled in the kt in accordance w%la applicable provisions of the specifications ai
Section 41 GO eY seq, sf the Public Contracts Code- "Subletting and Subcontracting Fair Pract
Azi." The Bidder further certifies that no additional subcontractor will be allowed to perform an
partion of the Work and that no changes in the subcontractors listed work will be made excel:
the prior approval of the Agency.
f.:ull Company Name:-
*
CT 6r E Environmental Services
3491 Kurtz Street
Street
Complete Address:
San Diego CA 92110
city State Zip
Telephone Number plus Area Code: (619) 222-0544
Caigornia state Contractors License NO. & Classification:
Cw!s!md Business Idconse No.: None
N/*
0
1P
Pasl@- 1 of _I_ 2 pages of this form
W:\C;cr$&w&.FM 1/29/98 e
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies ob this form may be attached if required. This form must I
submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct inforr
may result in rejection of the bid as non-responsive.
The Bidder certifies that it hac; used the sub-bid of the following listed subcontractors in prep
this bid for the Work and that the listed subcontractors will be used to perform the portions c
Work as designated in the list in accordance with applicable provisions of the specifications 4
Section 4100 et seq. of the Public Contracts Code- "Subletting and Subcontracting Fair Prac
Act." The Bidder further certifies that no additional subcontractor will be allowed to perform a
portion of the Work and that no changes in the subcontractors listed work will be made exce the prior approval of the Agency.
*
Full Company Name: Pacific Disposal
199 1/2 Mace Street
Chula Vista CA 91911
Complete Address:
Street
crty State Zip
(619) 221-8060 Telephone Number plus Area Code:
California State Contractors License NO. & Classification: N/* r
Carlsbad Business License No.: None 0
. c __...
Page 2 of 2 pages of this form
e H:\CNTM.FM 1 l2QW
DESIGNATION OF OWNER OPERATORS & AMOUNT OF OWNER OPERATOR WORK
The Bidder MUST complete each information field on this form for each owner operator/or less€
(O+O) that it proposes to use to perform any portion of the Work, in an amount in excess of 0.:
percent of the Prime Contractor’s bid. Additional copies of this form may be attached if requirec
This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete ai
correct information may result in rejection of the bid as non-responsive. Except for the individua
listed below the Bidder certifies that no owner operator/lessee will be allowed to perform any PC
of the Work. The Bidder further certifies that no changes in the owner operator listed work will t
made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner
Operator/Lessee. See section 1-2 of the Special Provisions for definition of Owner Operator/Les
Full Owner Operator/Lessee Name:
Complete Address:
0
Street
city State Zip
Telephone Number plus Area Code:
OWNER OPERATOR WORK ITEMS
0
I
-
Page 1 of 1 pages of this form
a H:\CNmOM.FM 112slQ8
I @
I I
I-
I
I
t
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate cover marked “CONFIDENTIAL.”
latest annual review submitted under separate cover marked
“Confidential”.
(.
I
1
I I
I
I 1
t
’e
* H:\CNTQ6OOO.FM 1 /2Qm
@
I-
I BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
The Bidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone numbers, whicl
will enable the City to judge his/her responsibility, experience and skill. An attachment can be u
1.
j
Name and Address I
I
1
I
1
I.
I
I
I I
-
@ H:\CNT98OO&FM 1 /2ploe
@
ROEJACK ROOFING, INC.
11 07 PETREE STREET
EL CAJON, CALIFORNIA 92020-2407
(61 9) 440-5600 FAX (61 9) 440-8802 *
LC 375265 *:Ye z;-;-*+-&:=z -- - %??---?r /------
- -+-.7* TZLZ;s; -=:==+--= Ti - -----:2- 3 =.?a,
--$% -=.- i_ -35? y< ==::-i-j=.=f z i i"
4 ?:Sa T-"L I .-- ~-.- i -> 5 - F i = L-szy = f-- -AT'* Lt-52 x
&z: sr-z==: .. F=;A;;?;FTC WF; 1
z fi r Le.fi: SAL- Df ::& z j _j ij .Jz-=-L;
;S&*N r+ f f!=?T .-- - -- - -=+--u*-,*-<: ;=- - _--_ x--& i -$- ;.%-*$ *QGL.4 4 Si::% ---
p i.-.z = - -4-i i i--- --
- ii I i---
Z'ST-f ~5~:v- r :3: E-= -+p.lq A7.F- -
- tTF I ---- .- $-:;::-553 . I I LC
z'rTT;- ?-- . .-- .-- - Lx-3: , i
.--> i--- _-= ].x---;;;z _=_=
- --- = 2T
z =--.2-- r -rz
$---E;-; I
R * L=? i E= i-- - -. 7 = LANf . __ -
?* Pi<
=- ------a +; -.z;--- "3p.' _I*--- -- -_ Li?pA -< L>ic:-J-$ :+:
=-- 7 f'--L -. . _-- -:= - - - - L iu
-7% *. -%--- G-L L+l:> * $-A ?&T=-- * i -p?I; T -Sf" i :c3za.-' :=.r ET-;aZi"
p- - rl=;i-:rzgj.D I ?-3E$ :sc
:~:Q$-:p<~y Of
gx L :I; = i-.:rL&. - --?-
BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LlABlL
I'
I
1
I
I
I
1
1
I.
I
1
-1
1
I
I
I
I a9
1
AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
Please see attached insurance certificates (2) I.
-
a H'\CNTgbOm.FM 1 /2Q/Q6
--- .V_ --
I
CornpenY (Imured ---Tz~ utrcz B "ITONAL l~~zoN(aIa) : ROZJACR OOFINO INC. II cc#npanv 1 1107 PETkEE 8TRhBT
k
fl EL CAZON, CA. 93020-2407 It
It I It I I1 U H
1 Letter c
n CIWnpMY I Lettdr D n
11 IOD IIWCATED. NOlWTHSTANDIN(I ANY REWTREFERTS, TERN OR CONDDtTZON OF ANY CONTRnct OR OTHER lwcUMBleT WITH RESpeCT TO ~ICH TH 1 CeRTIPlCATE MI\Y HE ISSUED 1 FXCLUGION WD coM)ITI02u6 OF Waf POLICIES. LIMITS SHOWN MAY HAvE BAEN FWXKED BY PAID CLAXNS.
OR @RY PRTAIN. m INSWCR AFFOXDESI BY THE POLICIES L>EESCRJBED HEREIN I9 SuBjPCT fQ ALL TXE T6Rl
, I I I
LIMITS /POLICY EFP DATElPOLICY EXP DATlal WLfCS MVMBSR I (mm/dd/yy) 1 (mm/dd/yy) I lYP8 OF XNGURIIWCI; 1 It 1 uco 1
IILW I - -. - -- 11 I QENMUG LIABILITY I I I 1kneral Aggregate- I lProzl-Comp/Op.3 rqgjsl, 000,o t 01/19/46 1 01/01/97 (Per@ 6 ~dy Injuryt$lr09O, 0
iaach Occurrence Id, 000,O
/Fire DaMge Is s0,o I (Any one firvl 1 I
[Mcdlcal Payments IS 5, c I1
b I t IPROJECT t I I 1 (hay one pcrsonl 1
JSinqle Limit \ I I I 11 1 I i Any Aut0 I t I t I
\Bodily Injury IS I 1 [Rtr krson) I fl I [ 1 All owned Autos 1 I B I I 1 Schadulad Aut- I 1 I
t (Badily 1n)rry if
H 1 I 1 Hired Autos I 1 1
I (Per Accident) I I I 1 I H I 1 1 Non mmd Auto8 I 1 1 I 1 Catage Liability 1 ti I11 I 1
Commercial Oenora lib. I 8181965
I OMler'e 6 Concrectors I
Prutectrve 1 I 1
j IClSime Made t J )occurl I I
11 1 ~J~AGGRE~RTE PER 1 I 67- -:---+-.- I I k- I ~~ 1 Cmbansd IS
1 h
I P
8 TO FOLLOW
--- I-_ ---- .wc
ROWAO
COMMERCIAL GEX8HAL LIABItI POLICY mmm. 8181965
THIU ENDORSWEWT CHANGES THE POLICY. PLEABB REAo IT CmWFULLy
r _1__1 I 1 I ADDTTZOMU INSWRD - OWNERS, LEBSEBB OR I I CONTRACTORS WORM B) I I f L.
e
*1_1
Thie efldvreomnt mdlfica imurance provided under the following:
CWRCXAL GEHERAL r,rmmn- ~)v&ill\a~ PART
SCii5DULE
Name of Pereon or Organizatmn. 57 CITY OF C~SBAD 1200 -8BAD VILLAGE DRIVE CARLSBAD Ca 92008 ATTN: MXCMELLE FAX: 440-6802
{If no entry sggorrn above, information requited to complete thiB endorsement will be show in the DocXaratiane
as appliceblo to thie efadarusment )
WHO IS AN INSURED \Section 711 is amended to include 661 an ineured the pereon ox orgmizalion 3houn 1n the
Schedule. but oniy wlth rsspect to lsability arising out of "your work" tor that in8ured by or for you.
0
the QWIK APP company, inc. c db la 11 as
TOTRL P.02
ONLY AND CONFERS NO RIGHTS UPON THE CERi HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXT ALTER THE COVERAGE AFFORDED BY THE POLICIES
COMPANIES AFFORDING COVERAGE- -~
Hal Rakowski Insurance Agency i
-__ 9 P.O. Box 577 _--~ ~- ~- .____ ____ _~_~ Lakeside, CA 92040 COMPANY
-_______-- ---_--- -- -~__-_ ~___ A - ULqard Insurance Company
Roejack Roofing, Inc. _-~-~ --.-__--. ____~____-
1107 Petree Street C
INSURED COMPANY B i I
I COMPANY
1 -~ ___ __-___- ~ _____- El Cajon, CA 92020 COMPANY D
,
3
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED B
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHlC
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS 7--- --7 -__-__________ -_____ '-_
co LTR
I
LIMITS POLICY EFFECTIVE I POLICY EXPIRATION '
DATE (MM/DD/YY) DATE (MWDDPIY) j POLICY NUMBER ~ NPE OF INSURANCE
1 i- GENERAL AGGREGATE
PRODUCTS - COMPIOP AGG I $ I I C-----'$ MERCIAL GENERAL LIABILITY I
CLAIMSMADE u OCCUR PERSONAL & ADV INJURY $
7
OWNERS &CONTRACTORS PROT EACH OCCURRENCE $
I I I FIRE DAMAGE (Any one flre) r I MED EXP (Any one person)
1 COMBINED SINGLE LIMIT
1
i I :
I $ I$
~ $
tj l-
I I--
!-
I
AUTOMOBILE LIABILITY
I--- 1 LOU
1 I
ANY AUTO
__ I$ BODILY INJURY (Per person)
BODILY INJURY (Per accident)
[ q ALL OWNED AUTOS ' A n SCHEDULEDAUTOS ,i __ BA 604689 01/01/96 101/01/97 I
I
I$
1 HIREDAUTOS
NON-OWNED AUTOS -~ --.___---- - I
I PROPERTY DAMAGE I$
I .$
I-- 17 ! 1- I
8-
I-
, AUTO ONLY - EA ACCIDENT $ I i GARAGE LIABILITY i I ANY AUTO
-_- - ~___ _. - I-- __- -- I AGGREGATE /$
3 __ i EACH OCCURRENCE r-
I
L-
L EXCESS LIABILITY
$
$
I I ~ ___ AGGREGATE ' UMBRELLA FORM -
~-- I OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND I EMPLOYERS LIABILITY
__ -
7 I I I 1,- 1 EL EACH ACCIDENT ' EL DISEASE - POLICY Lifi $
EL DISEASE - EA EMPLOYEE j $
_-- _____ 1 r-- ' THE PROPRIETOW
' OFFICERS ARE EXCL 1-
I i
. PARTNERS/EXECUTIVE I, lNCL ~ i_-__-__--
11 I
I
1- -- I- OTHER
i I I
I
I - j -- DESCRIPTION OF OPERATlONS/LOCATlONSNEHICLES/SPECIAL ITEMS
Library Reroof, Contract No. CS96-1
1 SHOULD ANY OF THE ABOVE DESCRIBED POLlClES BE CANCELLED BEFOI
1 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR T 6 ie City of Carlsbad R NAMED TO TH I 1200 Carlsbad Village Drive
Carlsbad, CA 92008-1989
., L
.. Unigard Insurance BA 604689 Roejack Roofing, Inc. 0
s~~,o~.s~NT - IrlDDITIONliC 3:USUF.ED
y;h'is kndorseneat Changes The Po?icjT. Please Read It Carefully.
This rndorsernexc modifies insurance provided wder the followinp:
~U311?JSS .AUTO COVzFLGZ Ford<
S CHEUmiE
same cf ~ar-.or, cr organization:
City Of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, Ca. 92008-1989
cesczip~icn 05 Contract:
Libra,ry Reroof, Contract No. CS96-1
hX0 IS 1NSW.ED is changed 53 include as an "insure&" the persw or Organization
larned ab-ue fGr "badiiy inicry" 01 "prqxriy aarr\age" arising out of rhe use of a
covered i8autc" while the ceverecl "au:o" is ;
1. On preiilises owned or leiised % L~E gerson 01 organization; or
2. Eeirig used pu-.uiln~ to. a contract 5escribeci 111 clle schedQle.
XoGCver,
injury11 or iipr-operty dainaoo" resui thg fyom tile ac~5 or omissions of ;
1. You;
2. .$?}r of your emp1i)';'ses or agents; or
3. my PSL-SOL'I, except CAP eirrplcyee or age:it: of the pz.rsori or crgariizarion Darned
e
8
<ne perscn 01 orgail:z1I;ion named above is ai i'ir,suredli only for libodily
absve, op~ratinz a. covered "au~o" with the pernLssiori of any of rrhe above.
7
..
.a
..I K3*]JQJT Az$i: /Pa7 Page 1 of 1
I’
I BIDDER’S STATEMENT RE DEBARMENT
(To Accompany Proposal)
1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by an4
jurisdiction in the State of California?
X
I*
I Yes no
I 2. If yes, what was the name of the agency and what was the period of debarment?
Not applicable
party debarred I
I
I
!
1.
agency
period of debarment
i I
I
-
@ H:\CNT06006.FM 1/29/96
@
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITIED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
State of California 1 ) ss.
1
*
County of San Diego
Mitchell Roe , being first duly sworn, deposes
President
(Title)
(Name of Bidder)
and says that he or she is
of Roej ack Roofing Inc.
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of,
undisclosed person, partnership, company, association, organization, or corporation; that the b
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited
other bidder to put in a false or sham bid, and has not directly or indirectly colluded, consp
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall re
from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreen
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, (
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
advantage against the public body awarding the contract of anyone interested in the proposed cont
that all statements contained in the bid are true; and, further, that the bidder has not, direct1
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divu
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partner:
company association, organization, bid depository, or to any member or agent thereof to effectuc
collusive or sham bid.
I declare under penatty of perjury that the foregoing is true and correct and that this affidavit
0
executed on the 6th day of June , 19%.
Mitchell Roe, President
Subscribed and sworn to before me on the 6th day of June , 19-. 96
(NOTARY SEAL)
Notary Public - Ca
@ H:\CNTMOOO.FM Il2Qloa
@
CONTRACT- PUBLIC WORKS * This agreement is made this F day o 1996, by and between
City of Carlsbad, California, a mun after called "Ccity"), l
whose principal place of busines
(hereinafter ca
"Contractor". )
City and Contractor agree as follows:
1.
Roejack Roofing Inc .
1107 Petree Street, El Cajon CA 92020
Description of Work. Contractor shall perform all work specified in the Contract documents
LIBRARY REROOF, CONTRACT NO. CS96-1 (hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipmt
and personnel to perform the work specified by the Contract Documents.
Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bi
Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bidder's Statements
Financial Responsibilrty, Technical Ability and Re Debarment, Non-collusion Affidavit, Esci
Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all pro
amendments and changes made thereto in accordance with this Contract or the Plans a
Specifications, and all bonds for the project; all of which are incorporated herein by this referenc
Contractor, her/his subcontractors, and materials suppliers shall provide and install the work
indicated, specified, and implied by the Contract Documents. Any items of work not indicated
specified, but which are essential to the completion of the work, shall be provided at 1
Contractor's expense to fulfill the intent of said documents. In all instances through the life of 1
Contract, the City will be the interpreter of the intent of the Contract Documents, and the Cit
decision relative to said intent will be final and binding. Failure of the Contractor to appr
subcontractors and materials suppliers of this condition of the Contract will not relieve responsibi
of compliance.
Pavment. For all compensation for Contractor's performance of work under this Contract, City sh
make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Wor
Construction (SSPWC) 1994 Edition, and the latest supplement, hereinafter designated "SSPW(
. as issued by the Southern California Chapter of the American Public Works Association, and
amended by the Special Provisions section of this contract. The closure date for each montl
invoice will be the 30th of each month. Invoices from the Contractor shall be submitted accordi
to the required City format to the Crty's assigned project manager no later than the 5th day of ea
month. Payments will be delayed if invoices are received after the 5th of each month. The fir
retention amount shall not be released until the expiration of thirty-five (35) days following t
recording of the Notice of Completion pursuant to California Civil Code Section 31 84.
Public Contract Code section 20104.50 requires a summary of its contents to be set forth in t
terms of the contract, Below is such a summary. However, contractor should refer to Pub
Contract Code section 20104.50 for a complete statement of the law.
2.
3.
0
4.
* H:\CNTWOW.FM 112Qloe
@
The city shall make progress payments within 30 days after receipt of an undisputed and pro1
submitted payment request from a contractor on a construction contract. If payment is not n
within 30 days after receipt of an undisputed and properly submitted payment request, ther
city shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (
section 685.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable after receipt, deter1
whether the payment request is a proper payment request. If the city determines that the payr
request is not proper, then the request shall be returned to the contractor as soon as practic
but not later than seven (7') days after receipt. The returned request shall be accompanied
document setting forth in writing the reasons why the payment request was not proper.
If the city fails to return the denied request within the seven (7) day time limit, then the numbc
days available to the city to make payment without incurring interest shall be reduced by
number of days by which the city exceeds the seven (7) day return requirement.
"Progress payment" includes all payments due contractors except that portion of the final payr
designated by the contract as "retention earnings".
A completed and executed release form in the form described in this contract (hereinafter "Relr
Form") shall be submitted prior to approval of each progress payment. The contractor shall Ii:
disputed claims or potentially disputed claims which arise during the pay period. The purpos
the Release Form is to bring timely attention to areas of dispute or potential dispute between
contractor and the City for the pay period. Failure of the contractor to submit a completed
executed Release Form shall constitute the contractor's acknowledgment that no disputes of
type have arisen that pay period or remain from previous pay periods and the contractor wa
all future rights in making claims for disputes arising in those pay periods. All previous and
disputed claims or potentially disputed claims shall be listed on the Release Form until such t
as the disputed claims are resolved. The contractor shall not modify the Release Form in any v
Independent Investiaation. Contractor has made an independent investigation of the jobsite,
soil conditions at the jobsite, and all other conditions that might affect the progress of the w
and is aware of those conditions. The Contract price includes payment for all work that ma)
done by Contractor, whether anticipated or not, in order to overcome underground conditions.
information that may have been furnished to Contractor by Clty about underground condition
other job conditions is for Contractor's convenience only, and City does not warrant that
conditions are as thus indicated. Contractor is satisfied with all job conditions, incluc
underground conditions and has not relied on information furnished by City.
Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all 10s
damage arising out of the nature of the work or from the action of the elements or from
unforeseen difficutties which may arise or be encountered in the prosecution of the work unt
acceptance by the City, Contractor shall also be responsible for expenses incurred in
suspension or discontinuance of the work. However, Contractor shall not be responsible
reasonable delays in the completion of the work caused by acts of God, stormy weather, e:
work, or matters which the specifications expressly stipulate will be borne by City.
*
e
5.
6.
0 H:\CNTQ6OO%.FM 112Qloe
@
I
7. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or c
excavations that extend deeper than four feet below the surface Contractor shall promptly,
before the following conditions are disturbed, notify City, in writing, of any:
A. Material that Contractor believes may be material that is hazardous waste, as defined in Set
Class Ill disposal site in accordance with provisions of existing law.
B. Subsurface or latent physical conditions at the site differing from those indicated.
C. Unknown physical conditions at the site of any unusual nature, different materially from tt
ordinarily encountered and generally recognized as inherent in work of the character prov
I I. I
- 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class
I I I
I I for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materialll
differ, or do involve hazardous waste, and cause a decrease or increase in contractor’s cost!
or the time required for, performance of any part of the work shall issue a change order undei
procedures described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions matei
differ, or involve hazardous waste, or cause a decrease or increase in the contractor’s cost o
scheduled completion date provided for by the contract, but shall proceed with all work tc
performed under the contract. Contractor shall retain any and all rights provided either by coni
or by law which pertain to the resolution of disputes and protests between the contracting par
City may, without affecting the validity of the Contract, order chan
modifications and extra work by issuance of written change orders. Contractor shall makc
change in the work without the issuance of a written change order, and Contractor shall no1
entitled to compensation for any extra work performed unless the City has issued a written cha
order designating in advance the amount of additional compensation to be paid for the work
a change order deletes any work, the Contract price shall be reduced by a fair and reasont
amount. If the parties are unable to agree on the amount of reduction, the work shall neverthel
proceed and the amount shall be determined by litigation. The only person authorized to 01
changes or extra work is the Project Manager. The written change order must be executed by
City Manager or the City Council pursuant to Carlsbad Municipal Code Section 3.28.172.
lmmiaration Reform and Control Act. Contractor certifies he is aware of the requirements of
Immigration Reform and Control Act of 1986 (8 USC Sections 1 101 -1 525) and has complied
will comply with these requirements, including, but not limited to, verifying the eligibility
employment of all agents, employees, subcontractors, and consultants that are included in
Contract.
I I
I time required for, performance of any part of the work, contractor shall not be excused from I
I
I
la
I
8. Chanae Orders.
I I
I 9. I
I I
I
I
t I
10. Prevailina Waae. Pursuant to the California Labor Code, the director of the Departmen)
Industrial Relations has determined the general prevailing rate of per diem wages in accorda
with California Labor Code, Section 1773 and a copy of a schedule of said general prevailing Wi
rates is on file in the office of the C*Q Engineer, and is incorporated by reference herein. Pursu
to California Labor Code, Section 1775, Contractor shall pay prevailing wages. Contractor s
post copies of all applicable prevailing wages on the job site.
H:\CNTQ60O&FM 1 /2a!ea
I
I @
i
~
11. Indemnification. Contractor shall assume the defense of, pay all expenses of defense,
indemnify and hold harmless the City, and its officers and employees, from all claims,
damage, injury and liability of every kind, nature and description, directly or indirectly arising
or in connection with the performance of the Contractor or work; or from any failure or allc
failure of Contractor to comply with any applicable law, rules or regulations including those rel,
to safety and health; except for loss or damage which was caused solely by the active neglig
of the City; and from any and all claims, loss, damages, injury and liability, howsoever the E
may be caused, resulting directly or indirectly from the nature of the work covered by the Coni
unless the loss or damage was caused solely by the active negligence of the City. The expe
of defense include all costs and expenses including attorneys fees for litigation, arbitration, or (
dispute resolution method.
Contractor shall also defend and indemnrfy the City against any challenges to the award c
contract to Contractor, and Contractor will pay all costs, including defense costs for the
Defense costs include the cost of separate counsel for City, if City requests separate couns
a
~
- 12. Insurance. Contractor shall procure and maintain for the duration of the contract insurance ag
I claims for injuries to persons or damage to property which may arise from or in connection
the performance of the work hereunder by the Contractor, his agents, representatives, emplo
or subcontractors. Said insurance shall meet the City’s policy for insurance as stated in Resol I
1
I.
I
I
I
I
I
I
I
I @
I
NO. 91-403.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverages and mini1 limits indicted herein:
1 D Comprehensive General Liabilitv Insurance:
$1,000,000 combined single limit per occurrence for bodily injury and property dam
If the policy has an aggregate limit, a separate aggregate in the amounts specified
be established for the risks for which the City or its agents, officers or employee
additional insured.
2. Automobile Liabilitv Insurance:
$1,000,000 combined single limit per accident for bodily injury and property damag
addition, the auto policy must cover anv vehicle used in the performance of the cor
used onsite or offsite, whether owned, non-owned or hired, and whether scheduled 01
scheduled. The auto insurance certificate must state the coverage is for “any auto
cannot be limited in any manner.
3. Workers’ Compensation and Empiovers’ Liabilitv Insurance:
Workers’ compensation limits as required by the Labor Code of the State of Californil
Employers’ Liability limits of $1,000,000 per incident. Workers’ compensation offer(
the State Compensation Insurance Fund is acceptable to the Clty.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurance rec
under this agreement contain, or are endorsed to contain, the following provisions. GE
Liability, Employers’ Liability and Automobile Liability Coverages:
1. The City, its officials, employees and volunteers are to be covered as additional in
as respects: liability arising out of activities performed by or on behalf of the Contr; 0 H:\CNTWOO&FM Il2QIW
- products and completed operations of the contractor; premises owned, leased, hire
borrowed by the contractor. The coverage shall contain no special limitations or
scope of protection afforded to the City, its officials, employees or volunteers. All addit
insured endorsements must be evidenced using separate documents attached tc
certificate of insurance; one for each company affording general liabiltty, employers' lia
and auto liability coverage.
2. The Contractor's insurance coverage shall be primary insurance as respects the Cit
officials, employees and volunteers. Any insurance or self-insurance maintained bi
City, its officials, employees or volunteers shall be in excess of the contractor's insur,
and shall not contribute with it.
3. Any failure to comply with reporting provisions of the policies shall not affect cove
provided to the City, its officials, employees or volunteers.
4. Coverage shall state that the contractor's insurance shall apply separately to each ins
insurer's liabilty.
a
- against whom claim is made or suit is brought, except with respect to the limits o
(C) "CLAIMS MADE" POUCIES - If the insurance is provided on a "claims made" basis, COVE
shall be maintained for a period of three years following the date of completion of the 1
(D) NOTICE OF CANCELLATION - Each insurance policy required by this agreement shc endorsed to state that coverage shall not be nonrenewed, suspended, voided, cancel6
reduced in coverage or limits except after thirty (30) days' prior written notice has been 1
to the Cty by certified mail, return receipt requested.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS -Any deductibles oi
insured retention levels must be declared to and approved by the City. At the option (
City, either: the insurer shall reduce or eliminate such deductibles or self-insured rete
levels as respects the City, its officials and employees; or the contractor shall procure a
guaranteeing payment of losses and related investigation, claim administration and de
expenses.
(F) WAIVER OF SUBROGATION - All policies of insurance required under this agreement contain a waiver of all rights of subrogation the insurer may have or may acquire again:
City or any of its officials or employees.
1
I
I
I
I
I
I
I
I @
I
I o
I
(G) SUBCONTRACTORS -Contractor shall include all subcontractors as insured under its p(
or shall furnish separate certificates and endorsements for each subcontractor. Coverag
subcontractors shall be subject to all of the requirements stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that have a
in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transa
business of insurance by the State of California Insurance Commissioner as admitted cc
as evidenced by a listing in the official publication of the Department of Insurance of the
of California and/or under the standards specified by the City Council in Resolution N
403.
0 H:\CNTMOW.FM ll2QlQf3
(I) VERIFICATION OF COVERAGE -Contractor shall furnish the City with certificates of insur
and original endorsements affecting coverage required by this clause. The certificate3
endorsements for each insurance policy are to be signed by a person authorized bp
insurer to bind coverage on its behalf. The certificates and endorsements are to be in f
approved by the Crty and are to be received and approved by the City before
commences.
(J) COST OF INSURANCE - The Cost of all insurance required under this agreement sht
included in the Contractor’s bid.
*
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accord
with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Articlc
(commencing with section 20104) which are incorporated by reference. A copy of Article .
included in the Special Provisions I section. The contractor shall initially submit all claims
$375,000 to the Ctty using the informal dispute resolution process described in Public Cor
Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the con
all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the Calif
Government Code) for any claim or cause of action for money or damages prior to filinc
lawsuit for breach of this agreement.
(A) Contractor hereby agrees that any contract claim submitted to the City must be assertc
part of the contract process as set forth in this agreement and not in anticipation of litig
or in conjunction with litigation.
1
I
io
I
I
I
I
I
I
I
I @
I
(B) Contractor acknowledges that if a false claim is submitted to the City, it may be consic fraud and the Contractor may be subject to criminal prosecution.
(C) Contractor acknowledges that California Government Code sections 12650 et seq., the I Claims Act, provides for civil penatties where a person knowingly submits a false claim
public entity. These provisions include false claims made with deliberate ignorance of the
information or in reckless disregard of the truth or falsity of the information.
(D) If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is en
to recover its litigation costs, including attorney’s fees.
(E) Contractor hereby acknowledges that the filing of a false claim may subject the Contrac‘
an administrative debarment proceeding wherein the Contractor may be prevented from fi
bidding on public contracts for a period of up to five years.
(F) The provisions of Carlsbad Municipal Code sections 3.32.025,3.32.026,3.32.027 and 3.3: pertaining to false claims are incorporated herein by reference.
(G) Contractor hereby acknowledges that debarment by another jurisdiction is grounds for thc
of Carlsbad to disqualrfy the Contractor or subcontractor from particip ting in contract bid f& Initial I have read and understand all provisions of Section 13 above.
14. Maintenance of Records. Contractor shall maintain and make available at no cost to the City,
request, records in accordance with Sections 1776 and 181 2 of Part 7, Chapter 1 , Article 2, (
--
a H:\CNTmW.FM 112QlQ8
I \e
I
I
I
1
3
lo ...
I
1
I
i
I
I
Labor Code. If the Contractor does not maintain the records at Contractor's principal plac
business as specified above, Contractor shall so inform the City by certified letter accompan
the return of this Contract. Contractor shall notify the City by certified mail of any chang
address of such records.
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 o
Labor Code are incorporated herein by reference.
16. Security. Securiiies in the form of cash, cashier's check, or certified check may be substitute(
any monies withheld by the City to secure performance of this contract for any obligc
established by this contract. Any other security that is mutually agreed to by the Contractor
the City may be substituted for monies withheld to ensure performance under this Contract.
17. Provisions Rewired bv Law Deemed Inserted. Each and every provision of law and clause requ
by law to be inserted in this Contract shall be deemed to be inserted herein and included her
and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inser
then upon application of either patty, the Contract shall forthwith be physically amended to rr
7
I
1 such insertion or correction.
18. Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen
Provisions" or "Special Provisions" attached hereto and made a part hereof. ...
...
...
...
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AITACHI
I (CORPORATE SEAL)
CONTRACTOR: Roeiack Roofing Inc. (prig ame/title) q&&i,A Ij?$dimq Roej ack Roofing Inc .
(name of Contractor) By:
(sign here)
By: Patricia Agbunag, Sec/Tres.
Mitchell Roe, President (print name/title)
@ H:\CNT06008.F?4 1 l2DIoe
49
I
I
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
Califurnia
On July 16, 1996 before me, Michelle M. Adams , Notary Public 9
personally appeared Patricia Agbunag
Q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@)
whose name(s) idare subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their 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.
Date Name and Title of Officer (e g , “Jane Doe, Notary Public”)
Name($ of Signer(s)
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Contract - Public Work
June 6, 1996 Number of Pages: Seven (7)
None
Signer’s Name: Patricia Agbunag
0 Individual 0 Individual
0 Corporate Officer
Title( s) :
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
0 Attorney-in- Fact 17 Attorney-in-Fact
0 Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
Roejack Roofing Inc.
0 1994 National Notary Association * 8236 Remmet Ave , PO Box 7184 * Canoga Park, CA 91309-7184 Prod No 5907 Reorder Call Toll-Free 1-801
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
Countyof Sari Diego
On June 6, 1996
personally appeared Mitche11 Roe I
3 personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) idare subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted,
executed the instrument.
Michelle M. Adams, Notary Public before me, , Date Name and Title of Officer (e g , "Jane Doe, Notary Public')
Name@) of Signer@)
Though the information below IS not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: June 6, 1996 Number of Pages: Seven (7)
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
City of Carlsbad Contract - Public Works
None
Signer's Name: Mitchell Roe
0 Individual 0 Individual
B Corporate Officer
Title(s): Pres id ent Tit le( s) :
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
0 Corporate Officer
0 Attorn ey-in - Fact
Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
Roej ack Roofing Inc .
0 1994 National Notary Association - 8236 Remmet Ave , P 0 Box 7184 * Canoga Park, CA 91 309 71 84 Prod No 5907 Reorder Call Toll-Free 1-8(
-
I
I
I /
1
I
President or vice-president and secretary or assistant secretary must sign for corporations. if c
one officer signs, the corporation must attach a resolution certified by the secretary or assistar
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
Ctty Attorney
I
By:
'0 puty City Attorney
* H:\CNTQ6OOO.FM II2Qlrn
a9
rjond Number 148 42 96
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the city of Cmlsbad, State of California, by ResoIutIon
NO, 96-222 ,&opted JUNE 25, 1996 , has awarded to
ROEJACK ROOFING INC {hereinafter designatd as the "PrinolpaP), a Coniiact far, UBRAW REROOF, CONTRACT NO. c590=1. in the City of Carlsbad, in strict conformity with the drawings and speaXicatbns, and other Corrtr
Documents now on file in the Mfice of the, City Clerk of the City of Carlsbad and dl of which EUB incorporated herein by this reference.
WERWS, Prhoipal has exec;uted or is abut to execute sald Contrarrt and the terms thereof require the furnishing Of a bond, providing that if Principal or my of their subcontraotors shall fail pay for any materials, provisiins, provender or other supplies OF teams used in, upon or about tt
performance of the wrk agreed to be dune, or for any work or labor done therwn of any kind, t Surety on this bond Will pay the same to the extat hereinafter set forth.
Prin~ipd, {hereirtafter designated as the "ContmeteP}, and Insurance Company of the w&t !%r&y, are held rim& bound unto the CVty of Carlsbad in the sum of FORTY ONE THOUSAN
Dollars _. FOUR.
[$4l, 493. QO 1, said sun being fifty percent (sosa) of the estimated amount payable by thr
Cky of Carlsbad under tha terns of the ~ntrerct, far which paymefit. well and truly to be made w
bind ourselves, our heirs, sxecutor~ and ad~nistrators, successocs, or assigns, joint@ and mvef firmly by these presents.
THE CONDlllON OF THE OWGATION IS SUCH that if the person or hidher 5ubcontradOrs fail
pay for my matefials, proviskms, provender, supplies, or teams used in, upon, for, or about the
performanc~ of the work mntracted to be &ne3 or for arry other work or labor thereon of any kini or for amQunts due under the tlnemploywbent Insurance Code with respect to such work or mr,
for any amounts required to be deducted, withheld, and paid over to the Employment Developme
Deg~&rtment: from the wage6 of employees of the contractor and su~ontntctors pursuant to i%#r 13020 of the Llnemployment Insurance Code with resped to such work and labor that the Sur@
will pay for the me, not to exceed the Sum specfid h the bond, and, also, in case suit is bmq upon the bond, casts and r-nable expenses and fees, including r-mnable attomy's fees, to be fixed by the caurt, as required by the provisions of Section 3248 of the Cerlifomia Civil We.
This bond shalt inure to the benefit of any and all persons, companies and corporertir?ns entitled tc
file elalms under Tilfe 7 5 d Part 4 of Division 3 of the Civil Cod61 {commencing with $&on 3082).
Surety BtipuMes and agrees that tx~ change, extension of time, aweration or addition to the tern
the Contract, or to the work to be pe&mned thereunder or the specifiicatiions accompanying the
sarne shall afiect its obligations on this bond, and i€ does hereby waive notice of any change, extension of time, akemtbns or addition to the terms of the CoWact or to the work M to the
specifications.
In the event th3 Contrackor is an individual, it is agreed that the death of any such Contractor shab not exonerate the Surety hm its obligations under this bond.
*
NOW, ~aj=~=o~, WE, ROEJACK ROOFING INC
1 a9
HUNDRED NINETY THREE s Nofl oO--------------------------------~
o
p4 H$wm 1/2o/w
@? e
2nd Executed by CONTRACTOR this 3rd Executed by SURFPI this day& July > 18 _. 96. day of July f
CONTRACTOR: IQX. +..
WREN: Roe j ack Roofing , Inc .
Insurance Company of the West (name d cwrtractar)
(name af Surety)
By:
5725 Kearny Villa Rd., Ste. R, SD,
(address uf Surety)
(tmrr number of Surety]
Mitchell Roe
(print nme heire) H
c- Pres id ent I
f\] , Q 4 , y d organl;Eation af signatary) ey: kiJ
(sighhrs cif Attorneyin-Fact)
By: Kerry E. Peterson
(prhted name crf Attamey-in-Fact) '
(print name ke) (*h corporate resolution showing
ourrent pawr of attorney) sol- lTrpa -
(title and organization d signatary) e
{Pwpr n~tWal acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President ,or vice-president and saxetary or assisEant secretary mud sign for corporations. If on1 one officer Qlgns, the mrporwtbn must atkh R resolution certified by the secretary or assiStarft
secretary under coprate seal empwring that ~ffiir to bind the corporatiin.)
APPROV&O AS TO FORM:
ROW w. BALL city AttDmey
By:
+ H:\CNTWMS.FM tlmm
61)
0
Insurance Company of [he LVesc
*CUE CFFiCE. ;AN OiECG. C;uii;RNis.
POWER OF AlTORNEY
KNOW ALL MEN 3Y THESE ?RESENTS. That INSLJRANCS ZZMPANY OF -HE WEST a Calrlornia Csrooration. aoes Aereoy ao
0
-1 E- PETERSON
!IS !rue ana lawtul Attorney(s)-m-iaa. witn full oower and autnorify. :o execute. on benalt of the Camoanv. fldelity and surety oonaf. unc
ana otnw wntracxs of surerysnio ol a stmilar nature.
This Power of AtTorney IS granted and is signed ana seaied by facsimile under <ha auchoriw of :he following 8esoiucion aooncad 3y
of 3irec:ors on me 22na aav of Novernoer. 1994 wntcn Said Resolution nas not men amandea or resunaed ana of wnic? !ne toll
me cmy:
'QESOLVEO. :nat :ne Caairman of tne aoard. :ne F'resiaent. an Gacurtve Vica Pieuaent or a Sanior Vice Presioent ot tne
and eacn or mem. IS nereoy aumonzed to execute Powers or Aaorney qualifying the anorney named in the given Power of ARorney
on oenart ot tne Carnoany. fianiity ana surety oonas. unoerramqs. or ocher contraas oi surecysnio or a s~miiar nature. ana to ana
the seal 01 me Comoany: jrovtded however. tnac tne aosence of the seal snarl floc alfec: the validity of the instrumenc.
FURTHE3 RESOLVED. mat the signatures ot sucn officers and the seal of the Company. and :he signatures of any witn
signatures and seal of any notary. and the signatures 01 any orficets cenii-ymg (he vaiidity of me ?ower of Allorney. may be arfixea Sy
IN vvlTNESS WHEaEOf. INSURANCE COMPANY CF THE WEST has -used these presents 10 be signed by 11s auly autnorizsd
:his 28th day of Hiarch 1995. 0 ; ,.+QLFO).., ?. -I
&I**, ..G
INSURANCE CSMPANY OF T'nE WE37 - 8 ,a\ /y
STATE OF CALIFORNIA ss. -me w&w e
C3UNN OF SAN OIEGO Kann L nannu;. Sentor via ,aresiaent v
March 28L2, 1995 Cn tnis 3efore me oersonaliy aooearea Jonn L riannum. Sanior Vice Pesiaent or IN
COMPANY GF THE WEST. perscoally known :o me to ae in0 tnaiviauai and orticar wno executed :ne wmtn Instrument. an0 am
to me tnat ne execucea :ne same in his oiftcal caoacicy ana mat by his signacurs on :ne insrrument me coroorauon an nenait o
deea. sxecuted :ne instrument.
wtTNE3S my nand and ortia& seal.
Kh%%%?4, P' PAD&
Notary ?uoiic -aw c-
CIITIFICATE
I. Z Marned Davis. Vica Presaent ot INSURANCE C3MPANY OF 'ME WEST. do hereoy camfy mar me onqinal POWE3 CF A
of wntcn the foregoing IS a me copy. is snU in fulf force and erfect and mat tnts cemficare may be wqned 8y faaimate under th
or ine awve quoted rasoiuuon.
IN WITNESS WHEREOF. I have subrcnbed my name as Vice Prss~dent. on thrr 2nd day of
July 19 96 0 *%. -4
"?-
INSURANCE C3MPANY OF FA€ WEST f&Ld d,. ,"o-'% 5 \ 0
5 named Oavis. Via ?iesaaenr
ICN 37
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego e
Gloria S. Russel?. Uotarv Public
SAT€ -AM€. TfU OF OFFICE3 - E.%. WNE WE. rVOTA.RY PUSUC
personally appeared Kerry E. Peterson
VarJEiS.1 OF SIGNt3lS) a personaiiy known to me - OR - a proved to me on the basis of sat1siac:ory eviden
to be the person(s) whose name(s) is/a
subscribed to the within instrument and I
knowiedged to me that he/sne/they executc
the same in his/her/theIr authorizc
capacrty(ies), and that by his/her/th~
signature(s) on the instrument the person(:
or the entity upon behalf of which tt
person(s) acted, executed the instrumer
0
Tnough rhe data below IS not required by law. It may prove valuaole to oesons relying on tbe dccunent and auld orevc
frauduteni reanac3menr of this iom.
CAPAClN CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
a CORPORATE OFFlCS3
TTLE OR TYPE OF OOCUMENT ;my%
iVUMEE3 OF ?AGES
OATE OF OOCUMGVT
SIGNER IS RE?RESENnNG: WEOF ERSCX~S OR €NlTfflESl
Insurance Company of the West S1GNER(S) OTHE.=( THAN NAMm A80VE 0
ICY G? 616
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
County of Sari Diego
On July 3, 1996 before me, Michelle M. Adams, Notary Public ,
Date Name and Title of Oifrcer (e g , “Jane Doe, Notary Public”)
personally appeared Mitchell Roe I
eersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@)
whose name(s) idare subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacityties), and that by
his/her/their signaturets) on the instrument the person(s),
or the entity upon behalf of which the personts) acted,
executed the instrument.
Name($ of Slgner(s)
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Ju1Y 3 9 Igg6 Number of Pages:
Signer@) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Labor and Materials Bond
Two (2)
None
~i~~~~’~ N~~~: Mitchell Roe
Individual 0 Individual 13 Corporate Officer
0 Partner - 0 Limited 0 General 0 Partner - Limited 0 General
0 Corporate Officer
Titlets): Pres id ent
Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
Roejack Roofing Inc.
0 1994 Natlonal Notary Association - 8236 Remmet Ave , P 0 Box 71 84 * Canoga Park, CA 91309-7184 Prod No 5907 Reorder Call Toll-Free 1-800-87
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego
On July 16, 1996 before me, Michelle M. Adams, Notary PubliC. I
personally appeared Patricia Agbunag 9
personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) idare subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted,
executed the instrument.
Date Name and Title of Officer (e g , "Jane Doe, Notary Public")
Name(s) of Signer(s)
y hand and official seal.
Though the information below is not required by law, /t may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: July 3, 1996
Labor and Materials Bond
Number of Pages: Two (2)
Signer@) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Ibne
Signer's Name: Patricia Agbunag
0 Individual 0 Individual
El Corporate Officer
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
0 Corporate Officer
Title(s):
0 Attorney-in-Fact
0 Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
Roej ack Roofing Inc.
Reorder Call Toll-Free 1 800-8 Prod No 5907 0 1994 National Notary Association * 8236 Remmer Ave , PO Box 7184 Canoga Park, CA 91309-7184
I--. /-@1-1996 3: 17PM FROM ROEJACK ROOFING INC. 1 619 4.4.0 88B2
FAITHFUL PERFORMANCWARRANTY 6OND Bond Number 148 42 96
WHEREAS, the City CcKlncil of the City of C&$bad, State of California, by Resolution
ROEJACK'-ROOFINC WC , (hereinafter designated as the "PPrincipaP), a Contract for: LIBRARY REROOF, CONTRACT NO.CS96-j.
in the City of Carlsbad, in strict conformity wRh the contract, the drawings and SpecjficafiOns, ai other Contract Documerrts now on 61e in the Wie of the City Clerk of the Ci of Carfisbad, all
which are incorporated herein by this reference,
WHEREAS, Principal has executt3cl or iS abut to execute said Cont~~ct and the t8ms themof
requite the furnishing of a bond for the faithful performance and wamty CSS said Contract;
0-
NQ. 96-222 , adopted JUNE 25, 1996 , has awarded to
NOW, WEREFORE, WE, ROEJACK ROOFING INC , as Prim*pd, (hereinafter designated a~ the "Qnttactor), and , as Surety, are held and firmly bound unto the City of Carlsbt the am of EIGHTY' TWO 'THOUSAND NINE HUNDRED EIGHTY SIX E NO/OO-----* a
($82,986.00 ), Said sum being equal 10 one hundred pervert? (IWh] of the estimated an
of the COrRract, to be perid to City or itS certain attorney, its ~Uccess~ft and assigns; for which payment, well and Duty to bg made, we bind oursehres, our heirs, executors and administrators
suoc~ss~fls or assgns, jointly and severally, firmly by these pmen?s.
ME CONDlTION OF THIS OBUGATION I$ SUCH that if the above Wunden Cantraclcw, their h sxec3utOrs, administrators, su~ssow or assigns, shall in aU things stand to and abide by, and
and truly keep aixl pwbnn the covenants, conditions, andqpemrrts in tha Contract and an^, afteration thered mcfe 86 therein provided on their part, to be kept and pe&rmed at the time t in the manner thetein specified, and in all respects amrding to their tl~e intent md meaning, I shatt indemn'@ and save hamrIess the city of Cwrtsbad, itS Mirs, empbysex and agents, as
therein stipulated, then this obligation shall becclrne null and wid; athewise it shall remain in fi
As a part of the okfigatiin secuw hereby and in addition to the face arnourrt specified thmefoi
them shall be included bods and reasonable expenses and fees, including masombls attame)
fees, incrmned by the Ci in successfully edorcing such obligation, all to be taxed as costs mc
included in any judgment rendered.
Surety &pu&es and agrees that IXZ change, Wension of time, aftehan QT addtion to the tepl
the Contract, or to the work to be performed thereunder or the specifdions accompanying tt~
SBMB shall affect its obligations on this bond, and it does hereby werive notice of any change,
extension of time, attemi23na or addtion to the tern rsf the Cn;mtracC or to the work or to th8
Insurance Company of the WEst
___C__-CL_____---_--_______________L____-------------------------~----------
b". a
' fotceandeifect.
SpeGifitWiQnS.
HAGN-lWIWrn 118PN)4
€B a
r- 7--@1-1996 3: 18PM Fa RIXJACK ROOFING INC. 1 619 U.a 8kWz
In the event that Cotdractor is an individuai, it is sgrcaed that the death af any SUQ~ ConteVr 5 not tazcolaQremfe the SUWy hm 2s obligations under this bond.
Eicecubd by CONTRACTOR thls 3rd Execluted by SURf3Ythii 2nd
CONWACTOR:
dayof JUIV ,193. dayof July
c”’
I 193.
SURE-W Roejack Roofing, Inc.
(name of bntrador) Insurance Company of the WEst
(nm wf Sumty)
By: 5725 Kearny Villa Rd., Ste R, SD
(address d Surefy) Mitchell Roe
(print name here) 619 279-3800 -
efephone number of Su
President Fie and Organization of signatory) By:
Kerry E. Peterson By:
@rtnted n~tW Of Attor~~y-h-Fact) Patricia Agbunag
(print name hem)
Sec/Tres.
(Tie and Qrganizatian af signatory)
(/sttach coprate resotution showing current power af attorney.) e
(Proper twtarld acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secrgtarjf or assistant secretary must sign for corporatbns;, If ane of$car signs, the c~rtx>ration must arttach a resolution certified by ihe secretary or assb’ttm
secxetary under corpoiate seal empowering that officer to bind the wrpomtbn.)
APPROVED AS TO FORM‘: RONALD R. BALL
Cii Altomsy
By:
Deputy City Attorney
1- HI-fM P-
@ *
Insurance Company oi :he LL'esi
4ME c;%z. SA,N 01ECa. CAlJicsNiA
POWE3 OF ATTORNEY
ANOW ALL ,\{EN 3Y THESE ?RESENTS. That INSURANCZ Z2MPANY OF -!-!E 'NEST. a Cairlornia Carooration. joes aeteoy ac
a
my E- PETERSON
LIS :rue ana tawtul ARorney(s)-tn-;aa. wttn full oower ana autnority, :o execute. on benalf of me Carnoany. fidelity and surety oonas. und
ana otner antracIs of surecysnio ol a similar nature.
This %wer of Attorney 1s granted and is signed ana saaied by facsimile under the auchorw at (he following ~esoiuClon aaOfJfea 3y
ot a3ireczors on me 22nd uav or Navernoer. 1994, wnicn said Aesoiutlon nas no1 been arnendao or resanued and or wnicn me toll<
true csoy:
'OESOLVED. :hac tne Chairman of tne aaard. :ne ?rasiaent. an Executive Vice President or a Saoior Vice President of :ne
and earn at them. IS nereoy aurnonzed to execuce Powers ot Attorney qualtfy~ng the arrocney named in tne qiven ?owef of Anorney 11
on oenait ot me Carnoany. ridnrity and suacy oonas. unaarrakinqs. or ocher conrracs ot surecysnio oi a stmitar nawre. and to anac
(he seal or tne Carnoany: jrovtded nowewef. that me aosence of :he seal shall not aftea me validity of :ne instrument.
FURTHE3 FIESOLVED. tnat the signatures of sua oificers and the seal of me Company. and :ne signatures of any witne
signaiures and seal of any notary. and lne signatures or any orficers cerrdytng the validity ol the ?over of Attorney. may be affixed by 1
IN vvITNESS WHEREGF. INSURANCE COMPANY OF THE WEST has caused mesa presents to oe signed Sy I(S auiy autnorizsd
:has 28tA uay of March t995. 0 ; +em.,, tc
**+, *-*
INSURANCZ CZMPANY OF TtiE WEST
/y
STATE OF CAUFOANIA L- w&- I)
ss. COUNN OF SAN OIESO Gann L Aannuk, Senior Vice ?resiosnt v
March 28t2, L99S Cn tnis mfore me oerfonally aooearea Jonn L. hannurn. Sanior Vice hsraent or INS1
C3MPANY OF THE WEST personally known :o me !o oe !ne Inoivtaual and orticer wno executed che wicnin Insuurneni. ana aanc
to me lnat ne ~xecutea :ne same in his orfiaal caoacriy and tnat by nis signature on the rnsxfurnenr ne oroorauon on benzllt at 1
ac:ea. axecuted :ne tnszrumenc.
WITNESS my nand and orfiaa4 saai.
r
-wm flbOMJ, lJdD& Dl
Notary ?UOIIC
CSTTFiCATE:
I. 5 named Oavcs. Vica Pfesldsnr of INSURANCE COMPANY OF THE WEST. do herwy camty mar tns ongmal POWE3 CF An
of whiCtl the foregoing IS a ma cooy. is soil in full fora and effect and (Ira1 mhrs camfieate may be ugned by facsimrie under tnb
at tne aoove quoraa tasoiuuon.
IN WITNESS WHEilEOf. I have subscribed my name as Vice Plesident, on this 2nd day of
July 19 96 0 -3 .. *e
+-
INSURANCE CSMPANY OF ;FIE WEST
F.&ifd d*i : yi9.ruurd\ e
5. narnea Oavcs. vice ?rauaam
ICIV 37
. * CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego a
Gloria S. Russell. Uotarv 'ublrc
3AE NAME, 7KE OF OFFCSq. E.% :AN€ JOE. NOTARY Wsuc
personaily appeared Kerry E. Peterson
UAMEIS) OF SIGNEillS)
E personally known to me - OR - a proved to me on the basis of satIsiaaory evidenr
to be the person(s) whose name(s) is/a
subscibed to the within insmment and a(
knowledged to me tbat he/sne/they execute
tbe same in his/her/their authorize
capacity(ies), and that by his/her/the
signature(s) on the instrument the person(s
or the entity upon behalf of which tf.
person(s) acted, executed the instrumen
a
Tnough the data below is nor required by law. it may prove valuaole to persons relying on me aocument and could grew
fraudulent reartacnmenr of mis rorm.
CAPAClN CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
fl CORPORATE OFF1CE.7
TITLE OR TYPE OF OOCUMENT imEfsl
NUME3 Of ?AGE3
OAT€ OF OCCLIMEP-dT
SIGNER IS REPRESEKnNG:
MQF P9SXWS3OR OrmmEn
SIGNER(S) OmEA WAN NAME3 AGOVE Insurance Company of the West a
IC3 G? 115
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
County of Sari Diego
On July 3, 1996 Michelle M. Adams, Notary Public
Name and Title of Officer (e g , "Jane Doe, Notary Public")
before me,
Mitchell Roe personally appeared ,
@personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted,
executed the instrument.
, Date
Name(s) of Signer(s)
Though the information below IS not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Ju1Y 3 9 lgg6 Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Faithful Performance/Warranty Bond
Two (2)
None
Mitchell Roe
0 Individual 0 Individual 8 Corporate Officer 0 Corporate Officer
0 Partner - 0 Limited 0 General
Pres id ent Title(s):
0 Attorney-in-Fact 0 Attorney-in-Fact
0 Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
Roej ack Roofing Inc.
0 1994 National Notary Association * 8236 Remmet Ave , P 0 Box 7184 * Canoga Park, CA 91 309-71 84 Prod No 5907 Reorder Call Toll-Free 1 -<
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
County of Sari Diego
On July 16, 1996 before me, Michelle M. Adams, Notary Public
personally appeared Patricia Agbunag
% personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted,
executed the instrument.
WITNESS my hand and o
Date Name and Title of Officer (e g , "Jane Doe, Notary Public")
, Name@) of Signer($
Though the information below 1s not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Ttle or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Faithful Performance/Warranty Bond
July 3, 1996 Two (2) Number of Pages:
None
Capacity(ies) Claimed by Signer(s)
.. Signer's Name: PR t r 1 -
0 Individual 0 Individual
@ Corporate Officer
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
Corporate Officer
Title( s) : Sec/Tres.
0 Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
Roew Ba0fing.c.
0 1994 National Notary Association * 8236 Remmet Ave , PO Box 7184 * Canoga Park, CA91309-7184 Prod No 5907 Reorder Call Toll-Free 1-
I U H II
'I Michael Ehrenfeld C 2655 Capahlo De1 Ria%2g -. __ -.- - - .. . 8te 2 0 li CWANIEB AFFORDING COVERA@ES I cmaw I1 ktter A AMERICAN IMT'L BPECuulTY L1-S INS. fi (619 6 3-9996 It b It _______(f CW=Y Binsum4 ROSJAOI~ Letter B mRICAN XNT'L SPGCIALTY LImS INS.
It 1 ROBJACK RQOBXNG INC, n com~any n 1107 PETmlE STRh n Letter n EL CAJON, CA. 93030-2407 U 4 ConSHay n n Letter D R II R I
ti n XoD INWX'ED. N~IriiSTA"O ANY REQUrRmNTs, TSRM OR COIpDITION dP ANY cmmcr OR ~?HSR DDCIJMFW WITH RESPECT ro WHICH THIS
I[ BXCLWXN &ID CONDrrIocaS OP ~UCU POLICIBS. LIMITS s~lop~lo xn~ HAVE BEBN REWCED BY PAID CLIIIMG. Jt 1' I I I 1
WTRl I 1 [mlddlyy) i (mm/dd/yy) 1
f NO RIOHTB UPOW THE CBRTXPICAT6 WOLDBR 4 nm OR UTE? TKE COVERAGE AFFPORUEQ BY THE POGXCIES BEL& THIS CERTIFICATB ROBS Mm m
n 8en +fo, CA 92108 9
C NATIONAL UNION BIRE INSURAN(!E CO.
n
1 C%RTXP'I#T8 MY RB T88m OR WAY PERTAXN. 'l'a INsuRAleCB irrF0ROF.D BY THE POLICIEB ~CIlIB~ WEREIN IS SUBJECT? W &&L THE Tm
IC0 I TYPE OF INSURANCE 1 POLSCY mER IWLICY EFF RATEIPOLICY ?3XP DATBI LIMXTS - # 1 ~RAttrnILnY 1 zz; i I 000800
8
I t I IPRO %!I CT I I 1
I I \Prod-ConrplOp6 AggtSly 0008 00 I 01/19/96 I 02/01/97 (~ers c MV snjurylsl, 000,OO I I IEach Occurrence ISX, 000, 0 I I lPftt Damme 16 50~0
I if A! 141 ~omiercial Genera Liab i $181965 fi a I I 1 bwnsr'e c: Contractors I fl [ Protective I i n i diAW EQATB PER f I 1 IMsdical Paynmnte I.$ 5,OO
1 \ MlTObMBELE LIMILICI t 1 1 1 Combinod IS lsfngle Limit I t I 1 I leoaily Injury IS I c 1 Any Auto I I 1 I L 1 All bmed Auto8 i I I 1 1 I I Sobuduid Auto6 I I I 1 (Per Person) I 11 I t 1 Hired Autos fl I [ 1 Won - Ownd Autos i I I I I [ 1 Oarage LirrbiliLy f I 1 II (11 I 1 1 I [ti F I I
lm r ICIQima wue 1 4 10ceur(
I (MY one firel 1
I (Any one personl I
1
i I I k- I. I
IBodily Xnjury 16 I [Par Accident1 4
IProperty Mnnggn 16
b1
1.
HI I
_I .. - - . I
I I t n I-
H[ I I I I at
a io EAY~ DTOTZCE OF CANCBELLA~~ N APPLIES FOR NOM-PA-
I
-
CL'RTXFICATE OLDER 2 Rbe~cri icn Of ODtratioos/toaatione/Va~~lcs/B cia1 Itbme
1 IS NAMED AS AN ADDITIONAL IN i4 WRBeD PER ATTACHED $MM)RS&kNT AS RESPEC! S #LIBRARY %$ROOF, CONTRACT ICSBb-l
LUGE PRxm
ROEJAb
POLICY BUMBERI 8181365 COMMERCIAL GEprbRAt LfABILi
THXS wDoasEMpNT cwms i-m POS,ICY PLEABE READ ]IT CARE~LX.
I I ADDITXQNBL XN$URED - UWHSRS, LEI88tE8g OR 1 Cf)wTRAcTORbB (FORM a) I I 1 I i
I 1 e
h J
Thi6 endoraemvnt moditicts inauzunce provided Udbr the following:
C0MMp;RCXAL Urn- LUBILITY COVERAGE PART.
CC=DULO
UR~ of Person or Orqbnixetion. 69 %g wd%yB DRIVE CARLBB CA 9200 -1969
I
(If no entry appcere above, informecim r+ryfred cn cqlete this cnboreement VI11 be shew In the Declerations
ee applrtable to ttna endorsemt.1
WHO IS AN INSURED Lsecrfon XI) (re amtldeel to incLude 8s sn in.$ured the person or organization shown iR thc
Bcfredulr, but only with mepeck EO iiability arising out of 'IyQur work" for that insured by or foZ YOU
IMSORAMCE COVERAGE IS PRfWY AS RESPECTS THE CIW, ITS IQFBICIALSr EWLOYESS
AND VOLUNTEERS.
OFFICIALSr
0
ANY INSLEWCE OR SELF INSURANCE MAINTAINED BY THE CITY' ITS
EWLOYEES UR VOLUNTEERS SHALL BE IN EXCESS OF THE CONTRACTOR'S
I 1NEXJRANCE AND SHALL NMI CON%UENJ!L% WITH IT.
0 tho QWIK APP cmpaay, inc cyi 20 10 11 85
TOTRL P.02
7-1 2- 1 986 5 : _3SPM FROM ROEJACK R;ODFil\lG INC. 1 614 dd0 8m2 P.
EXHBnpb 0
c~ry QF C2iRLSBAD SUwLUS tlbSE BROWK MFIDiim
Broker Name: /v /chat(., L/?rc+&c ,&7ymfly
Address : *T7& 5.5 c 6w?7//.y3 &.I /c/o rJorw. /dZ@
eil-y,l/s tadZfg: e. ,5@-P. -9zzm i yyc
Dace: * ~ . ,, The*-,,- .+
Project Nams: 4. ?JfY??Pq i 4 9t"95+-.3W3 .-e, Y
-. .~.
Type of Insurance; c-2 c,,+k7.,LrLi , ,,,, ,, , L +-h& ._I
I ce.tifv hat ivi c9 hU c I ,&rer?~~ k &e 0mka of Record fsi - /Z~<&L&L,~?.%~
of t5e above COGCL 1 furtber c&fy hc a5 Broker of Record for Cumactor, I have contacted
&e insuraage compee~ listad belaw, a!I cf wb~m mer h Grjs requircmcnt;s included in ~esoiuuon NO. ~+-vQ 3 and alt of whom have refused rn write the! requhed policy due LO the
type of sjsk involved.
In~wawe CaTTipir: -"'
Name of Canracr:
Address: . -- P-
("C;on~ac~~f) W~Q b requktd to pxo~de hwitnte Ud# the qec%fica&IU
/=f re t7-3 O/i :s JfL.cPl Wi.
/75*2 Eod5k /7n- i5&-+
/A )I 9-5,
,_ b,O&+. %, ,
cull DsCa * -
RlrrzSOM for: Re,itsal: 4
8 xv Bests Eating _my-
/kJ &L'k *UWA fTZitc faQ
&red by Scat4 insurance - b-3 ~
Cummkbione~ r(a,$/No)
InSur&nce Canriel-: Sa 6 e Ch /fl b,~+Qp-, c-~ &+LC4
Address: /cO/s /YLrfi%y CYC*yc(l, -- APc_ dG*/S'
~eason for ~eiiml: -14i- /me/ ,bc- C(C43S UL- /24/i4ftw-
\-I 0 9 C/C.crhCKa_ Name sf contact:
0 narit; . ,&I9 -5 y_* +
yes - Geds Raring ,+ --- pb X i ' iisted by State ~nsuratncc C3cm&ione;r (Yemu)
, .- :li I_ HEL EHHEI :FELLI 1-111
0 It 2, CI r2 rc c e Gd !~ r l-: .=-" ,.. TT7- +.-- /farfhr&Y* ..--- rr-". . , *I*- _c_I
NSmi: of Ccntscr: cy-ry-.+---- /?5i/p-c - >lC-'m&Q ~
1 Ll-co 3 0 Lt. y-4 /qL124 -k e-e-rfld AIYr/??/z?X ,.4 Addresf; .-c .rrruru w*-.L--cI3 -
Dare: -- /J/fj& -
Klesstsn for Reh5ak 1 flf.//g,&c c I"~..+
Curr(xac;tOr ip feqqt$ikg dmr fie civ acceprm-5~' c t !* II '9mpmy wk+o is a sqius
~ni; cwrii:r kLavi?g an A-:vu!: bcitet. rating it &e must retent issue of Best's Reufig Guide and
,Y,&Q hsi; zrk ~ifjce ivihiin rhc Stare of CQtiFDrnia zit &e follou.t?g address irr order t9 effect service
of prccrctc.
,";?!ne of SlzP$r
Ji-W i,:slr?:er: --- -:
Addaes;: -c".---- -
Bests; b&g .__ 8 #a IjQted by Smze kxaiance --~ YO CedGier iyes/Na)
Ifrs 5 .
. /777/e Y i e (3.,,, /P,k-y'TsL?.. &&,&J Lq3c Q txr( 9 /ul 3 c C / d /?I G /X&! MA L ///tCs KIT <,qcy , ,fk7 t I/-iy-i.crs,& T?h&Ci& CrAb
Ntme; r/i'9wtef, LAPfN-eld coru)n&*
A ti d r es si ;.?G ss I C&mrp h-1 /zrco /v%--rjLL,~ZO L 1
~ 5#* D!.FE , [e' .zz/! ti"
+o / /.3/dt t-a7- * Ciiy/Sfare/.r,ip: +"*I. c r5r&v I c- td- , .AiA r! 7.- '.
Ad&css rq effect Senkt of: proCfG6 Mt& dhc SkatF Of bzC)d.
C i iyi 5 rii le/Z ip :
i rt:A~r uadgr penzaigy of pcrjrzi-j 32nr &e fo;cgsrh,g fail3 arc me and CO~CCL
Ba Eed: --"-I__
Sipeli: --.-w..---
'7Jpfcrc --
bfijL$i-!- /- ..r-Y_Cq) 4 c&phJ-
i3roI;er or' Record
-e
I..
,, . . m-, .? ~A ’L; b’ L, > ., - -, . +;i i_.l .% “; b.L%.-.” bJk
COMPANY
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLK
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WP
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TH
1 I
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
BODILY INJURY (Per accident)
EACHOCCURRENCE
!
OTHER THAN UMBRELLA FORM
I 1 EL DISEASE - POLICY LIMIT ~ $ 1 EL DISEASE - EA EMPLOYEE I$
WORKERS COMPENSATION AND
THE PROPRIETOW PARTNERS/EXECUTIVE OFFICERS ARE:
I i
~ ~
i ~
..
I I ~
1 ~ OTHER
1 i
j
1 DESCRIPTION OF OPERATlONS/LOCATlONSNEHICLES/SPEClAL ITEMS !,
! i i .,,..- ’ u *;j.‘- * --
i
i
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
EX_PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAk
; Ui;%a;-d Insui-amce
Roejack Roclf ing, Inc
Poiicy # BA 604689 0
5:LDORSEWZhT - ADDITICJW& XIJSUF-ED
This kndorsement Chanyes The PGliCjl. Please Read 1.t Catefuliy.
This enciorsemenc modifies insurance provided. atjcier the following :
BUSIriZSS .AUTO COVZmGZ r'ORN
S CHEUULE
Name of Psrsor, cr Organization:
City If CazlsbaU
L2UU Carlsbad Village Drive
Cai-lsbau, Ca. 92066-I989
cescripcicn 02- C3ntrfict:
.Libi-ary Reyoof, ContracL #C~96-1
hrii~ IS INsL%% is chazged t~ include as an I7insurt-d" chr person Qr o-gGnizario:
2arned abn-.re tor ilbodiiy injcry" or "?rcper;y carriage" arising out of rhe use of
covered I~~UCC" while rile cmrered "au:o" is ;
1. On preiriises omied OT l~~~eii % the person GI organization; or
2. Eeing csed'pu;.-suan~ to a contract Sescribed in he schedule.
jiswever, the perscn cf crganlziiLion named above is an r'irsurec!lh onj.17 for "bodi
injury" or "property damace" resuiting f~~m the ac~5 or oniissions of:
1. You;
2. Lry of your erqdoyees or sgenLs; or
3. my p~,z-sotj, except che ernplcyee or ageat of tne pzrson or crganizarion Darn(
0
a'usve, oprc.zi.ng a ccvereri "auro"'with the werniission of any of rhe above.
0
.5?'7;~072 zd, 30-87 Paae 1 of 1
CITY OF CARLSBAD
Purchasing Department
1200 Carlsbad Village Drive
Carlsbad CA 92008
REPRESENTATION AND CERTIFICATION
-0
- The following representation and certification should be completed, signed and returned to City of Carlsbad.
REPRESENTATIONS: Mark all applicable blanks.
This offeror represents as part of this offer that the
ownership, operation and control of the business, in
accordance with the specific definitions listed below
Are you currently certified by CALTRANS?
YES
Certification #: Not applicable
CERTIFICATION OF BUSINESS REPRESENTATIOh
Mark all applicable blanks. This offeror represents as
of this offer that:
This firm is-, is not x a minority business.
This firm is-, is nots a woman-owned bushes
WOMAN-OWNED BUSINESS: A woman-owned busi a business of which at least 51 percent is owned, cc and operated by a woman or women. Controlled is de
exercising the power to make policy decisions. Ope defined as actually involved in the day-to-day manag
FIRM'S PRIMARY PRODUCTS OR SERVICE:
X NO - -
,-
Is:
(Check appropriate Ethnic Ownership Type)
&
Roofing Contractor
MINORIN BUSINESS ENTERPRISE: "Minority Busi-ness"
is defined as a business, at least 51 percent of which is
owned, operated and controlled by minority group
least 51 percent of which is owned, operated and controlled
Administration defines the socially and economically
disadvantaged (minorities) as Black American, Hispanic
American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans
(i.e., U.S. Citizens whose origins are from Japan, China, the
Philippines, Vietnam, Korea, Samoa, Guam, the US. Trust
Territories of the Pacific, Northern Marianas, Laos,
Cambodia and Taiwan).
The information furnished is certified to be factual and correct as of the date submitted.
1 members, or in the case of publicly owned'businesses, at I I
CONSTRUCTlON CONTRACTOR:
by minority group members. The Small Business CLASSIFICAllON(S): C-39, ASB
LICENSE NUMBER: 3 7 5 2 65
TAXPAYERS I.D. NO. 94-2527219 I
1 CERTIFICATION:
1 COMPANY NAME
Roejack Roofing Inc. chell Roe
1107 Petree Street
E? Cajon CA 92020
PRINTED NAME president nn W& ;/E-
ADDRE S I CITY, STATE AND ZIP SIGNATURE
I_
(619)440-5600 June 6, 1996 I TELEPHONE NUMBER DATE
H:\CNTQfNM.FM 1IW
43 I
\
STATEMENT OF ROOFING MANUFACTURER'S QUALIFICATIONS
Each bidder for the work included in the specifications and drawings and the contract documents
shall submit with their bid the data requested in the following schedule of information. This data 0 must be included in and made part of each bid document and contained in the sealed envelope.
Failure to comply with this'instruction may be regarded as justification for rejecting the Contractor's
Proposal. Submit one (1) copy of this statement.
1. Name of bidder Please see attached
2. Name of Material Supplier
3. Number of years manufacturing this roof system
4. Location of wholly owned and operated manufacturing facilities.
Facility Facility
Product Product
Street Street
city city
State State
% of product used
mfg at this plant
Facilrty Facility
Product Product
Street Street
% of product used
mfg at this plant e
crty city
State State
% of product used
mfg at this plant
5. Submit Material Safety Data Sheets on products to be used.
6. Submit current independent laboratory resutts on roofing system that is proposed, prior to awa
of contract.
7. The proposed roof system to be installed shall meet all local and state safety, health, fire and
% of product used
mfg at this plant
building code requirements.
I
1
0
GTATEMGNT OF ROOFING MANUFlhCTURER'S QUUIFICATLON$
Each bidder for the work included in the specifications and
drawings and the contract documents shall. submit with their bid the data requested in the following schedule of information.
This data must be included in and made part of each bid document
and contained in the sealed envelope.
this instruction may be regarded as justification for rejecting
the Contractor's Proposal. Submit one (1) copy of this
e
Failure to comply with
1. Name of bidder R.C&JACK ROOF ING
2. Name of Material Supplier TremcoJnc.
3. Number of years manuEacturing this roof systerq 22
4. Location of wholly owned and operated manufacturing facilities.
Facility TREMCO Facility TRENCC) I
Productuemrue W.B. Product THERMl M.
Street 3060 E. 44-t r e&
City Vernon City CLEVEL&,U
BUKmaStiC L.V., E.L.S. BURMASTIC GLASS,
80TH STREF& Street 3361 JL 0
State OHIO
% of product used 's of produc? used nfg at this plant 60% mfg at this plant 10%
Facility TRFXCO INC. - Facility TREMCO LT
ProductBEMSEU G.
Street TRUFm. 23 Street 220 NIC
Ci t ymNT0
St at e,JENTUCKY 49906 State ONTARIO
~ -~ e
<
OPTIONAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called
"Ctty" and whose
address is
called "Contractor" and whose
address is
hereinafter called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as
follows:
dD
hereinafter
1. Pursuant to Sections 22300 and 10263 of the Public Contract Code of the State of
California, the contractor has the option to deposit securiities with the Escrow Agent as a
substitute for retention earnings required to be withheld by the City pursuant to the
Construction Contract entered into between the City and Contractor for
in the amount of dated
request of the contractor, the Clty shall make payments of the retention earnings directly
to the escrow agent. When the Contractor deposits the securiities as a substitute for
Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit.
The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the
escrow agent in connection with the handling of retentions under these sections in an
amount not less than $100,000 per contract. The market value of the securities at the
time of the substitution shall be a least equal to the cash amount then required to be
withheld as retention under the terms of the contract between the City and Contractor.
Securities shall be held in the name of the , and
shall designate the Contractor as the beneficial owner.
(hereinafter referred to as the 'Contract"). Alternatively, on wriien
*
2. The City shall make progress payments to the Contractor for such funds which otherwise
would be withheld from progress payments pursuant to the Contract provisions, providec
that the Escrow Agent holds securiities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the escrow agent, the
escrow agent shall hold them for the benefit of the contractor until such time as the
escrow created under this contract is terminated. The contractor may direct the
investment of the payments into securities. All terms and conditions of this agreement
and the rights and responsibilities of the patties shall be equally applicable and binding
when the City pays the escrow agent directly.
4. The contractor shall be responsible for paying all fees for the expenses incurred by the
Escrow Agent in administering the Escrow Account and all expenses of the City. These
expenses and payment terms shall be determined by the City, Contractor and Escrow
Agent.
H:\CNTOdOW.FM 1 /a/
@ 0
5. The interest earned on the securities or the money market accounts held in escrow and
all interest earned on that interest shall be for the sole account of Contractor and shall bc
subject to withdrawal by Contractor at any time and from time to time without notice to
the City.
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow
Account only by wriien notice to Escrow Agent accompanied by wriien authorization
from Crty to the Escrow Agent that City consents to the withdrawal of the amount sought
to be withdrawn by Contractor.
*
7. The City shall have a right to draw upon the securities in the event of default by the
Contractor. Upon seven days’ wriien notice to the Escrow Agent from the City of the
default, the Escrow Agent shall immediately convert the securities to cash and shall
distribute the cash as instructed by the Crty.
8. Upon receipt of wriien notification from the City certifying that the Contract is final and
complete and that the Contractor has complied with all requirements and procedures
applicable to the Contract, the Escrow Agent shall release to Contractor all securities an(
interest on deposit less escrow fees and charges of the Escrow Account. The escrow
shall be closed immediately upon disbursement of all moneys and securities on deposit
and payments of fees and charges.
9. The Escrow Agent shall rely on the wriien notifications from the City and the contractor
pursuant to Sections (1) to (8), inclusive, of this agreement and the City and Contractor
shall hold Escrow Agent harmless from Escrow Agent’s release, conversion and
disbursement of the securiities and interest as set forth above.
@ 10. The names of the persons who are authorized to give written notices or to receive
written notice on behalf of the Clty and on behalf of Contractor in connection with the
foregoing, and exemplars of their respective signatures are as follows:
For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
...
H:\CNTO6oO(r.FM 1 /2QP
@ a
3
For Escrow Agent: Title
Name
Signature
Address
e
e
H:\CNTO8OO&FM 1 1291
@
a
3
@ At the time the Escrow Account is opened, the Crty and Contractor shall deliver to the
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers
on the date first set forth above.
For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address
0
1 /a/s H:\CNTWW.FM
@ 0
3
RELEASE FORM
THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTHLY PROGRESS a PAYMENTS.
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED WORWCLAIMS
DESCRIPTION OF DISPUTED WORK/ClAIM AMOUNT CLAIMED
IOR ESTIMATE)
4llB
Contractor further expressly waives and releases any claim Contractor may have, of whateve
type or nature, for the period specified which is not shown as disputed work/claim on this
form. This release and waiver has been made voluntarily by Contractor without any fraud,
duress or undue influence by any person or entity. Contractor is referred to paragraph 4 of
the Public Works Contract.
Contractor acknowledges full cognizance of the California False Claims Act Government
Code Sections 12650-1 2655 and Carlsbad Municipal Code Sections 3.32.025 to 3.32.028
H:\CNT06008.FM 1 1291
@
e
<
implementing the California False Claims Act and certifies that all claims submitted to the
City shall be subject to the provisions of said codes and regulations.
Contractor further certifies, warrants, and represents that all bills for labor, materials, and
work due Subcontractors for the specified period will be paid according to Public Contract
Code Section 201 04.50 and Business and Professions Code Section 71 08.5 and that the
parties signing below on behalf of Contractor have express authority to execute this release.
rl)
DATED:
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
By:
Title:
By:
Title:
0
H:\CNTWOW.FM 1 I=/
@ e
4
SPECIAL PROVISIONS
1. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
m
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar import
are used, it shall be understood that reference is made to the plans accompanying these
provisions, unless stated otherwise.
B. Directions:
Where words "directed," "designated," "selected,# or words of similar import are used, it shall
be understood that the direction, designation or selection of the Engineer is intended, unles3
stated otherwise. The word "required" and words of similar import shall be understood to
mean "as required to properly complete the work as required and as approved by the City
Engineer,n unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar import
are used, it shall be understood such words are followed by the expression "in the opinion o
the Engineer," unless otherwise stated. Where the words 'approved," "approval,'
"acceptance," or words of similar import are used, it shall be understood that the approval,
acceptance, or similar import of the Engineer is intended.
D. Perform and Provide:
The word "performn shall be understood to mean that the Contractor, at her/his expense,
shall perform all operations, labor, tools and equipment, and further, including the furnishing
and installing of materials that are indicated, specified or required to mean that the
Contractor, at her/his expense, shall furnish and install the work, complete in place and
ready to use, including furnishing of necessary labor, materials, tools, equipment, and
transportation.
e
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency -the City of Carlsbad, California
Engineer -the Project Manager for the City of Carlsbad or his approved representative
H:\CMWOOe.FM 1 /a,
@
0
4
2-4 CONTRACT BONDS
Delete the third sentence of the first paragraph having lo do with a surety being listed in the
latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraphs three and four to read:
The Contractor shall provide a faithful performance/warranty bond and payment bond (labor
and materials bond) for this contract. The faithful performance/warranty bond shall be in the
amount of 100 percent of the contract price and the payment bond shall be in the amount 01
50 percent of the contract price. Both bonds shall extend in full force and effect and be
retained by the city during the course of this project until they are released according to the
provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount
35 days after recordation of the Notice of Completion and will remain in full force and effect
for the one year warranty period and until all warranty repairs are completed to the
satisfaction of the city engineer.
The payment bond shall be released six months plus 35 days after recordation of the Notice
of Completion if all claims have been paid.
Add the following:
All bonds are to be placed with a surety insurance carrier admitted and authorized to
transact the business of insurance in California and whose assets exceed their liabilities in ar
amount equal to or in excess of the amount of the bond. The bonds are to contain the
following documents:
1)
@
0
An original, or a certified copy , of the unrevoked appointment, power of attorney, by
laws, or other instrument entitling or authorizing the person who executed the bond to
do so.
A certified copy of the certificate of authority of the insurer issued by the insurance
commissioner. 2)
If the bid is accepted, the City may require a financial statement of the assets and liabilities
of the insurer at the end of the quarter calendar year prior to 30 days next preceding the
date of the execution of the bond. The financial statement shall be made by an officer’s
certificate as defined in Section 173 of the Corporations Code. In the case of a foreign
insurer, the financial statement may be verified by the oath of the principal officer or manage
residing within the United States.
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work include the Standard Specifications for Public Works
Construction, (SSPWC), 1994 Edition, and the latest supplement, hereinafter designated
H:\CNTgbOOd.FM 1 /2Q/
@ a
-I
"SSPWC", as issued by the Southern California Chapter of the American Public Works
Association, and as amended by the Special Provisions section of this contract.
The Construction Plans consist of 1 sheet(s) designated as City of Carlsbad Drawing
No.CS96-1. The standard drawings utilized for this project are the latest edition of the Sari
Dieao Area Reaional Standard Drawinas, hereinafter designated SDRS, as issued by the San
Diego County Department of Public Works, together with the City of Carlsbad Supplemental
Standard Drawings. Copies of pertinent standard drawings are enclosed with these
documents.
All plans and specifications, including a Traffic Control Plan if applicable, shall be approved
by the City as a condition precedent to issuance of a Notice to Proceed.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with the product manufacturer's
direction, the Contractor shall obtain and distribute the necessary copies of such instruction,
including two (2) copies to the Clty.
To Section 2-5, add:
2-5.4 Record Drawinas:
The Contractor shall provide and keep up-to-date a complete "as-built" record set of
transparent sepias, which shall be corrected daily and show every change from the original
drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment,
underground piping, valves, and all other work not visible at surface grade. Prints for this
purpose may be obtained from the City at cost. This set of drawings shall be kept on the
job and shall be used only as a record set and shall be delivered to the Engineer upon
completion of the work.
@
0
3-5 DISPUTED WORK
All claims by the contractor for $375,000 or less shall be resolved in accordance with the
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with Section 201 04) which is set forth below:
Article 1.5 Resolution of Construction Claims
20104. (a)(1) This article applies to all public works claims of three hundred seventy-five
thousand dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractoi
and a public agency when the public agency has elected to resolve any disputes pursuant tc
Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
Code, except that "public work" does not include any work or improvement contracted for by
the state or the Regents of the Universlty of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B)
payment of money or damages arising from work done by, or on behalf of, the contractor
pursuant to the contract for a public work and payment of which is not otherwise expressly
(b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil
H:\CNTgeOOB.FM 1 /a/(
@ a
4
provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of
which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or
specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2 For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the
claim. Claims must be filed on or before the date of final payment. Nothing in this subdivisior
is intended to extend the time limit or supersede notice requirements otherwise provided by
contract for the filing of claims.
respond in writing to any wriien claim within 45 days of receipt of the claim, or may request,
in writing, within 30 days of receipt of the claim, any additional documentation supporting thc
claim or relating to defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be
submitted to the claimant within 15 days after receipt of the further documentation or within a
period of time no greater than that taken by the claimant in producing the additional
information, whichever is greater.
(c)(l) For claims of over fw thousand dollars ($50,000) and less than or equal to three
hundred seventy-five thousand dollars ($375,000), the local agency shall respond in wriiing
to all written claims within 60 days of receipt of the claim, or may request, in writing, within
30 days of receipt of the claim, any additional documentation supporting the claim or relating
to defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s wriien response to the claim, as further documented, shall be
submitted to the claimant within 30 days after receipt of the further documentation, or within
a period of time no greater than that taken by the claimant in producing the additional
information or requested documentation, whichever is greater.
respond within the time prescribed, the claimant may so nottfy the local agency, in writing,
either within 15 days of receipt of the local agency’s response or within 15 days of the local
agency’s failure to respond within the time prescribed, respectively, and demand an informal
conference to meet and confer for settlement of the issues in dispute. Upon a demand, the
local agency shall schedule a meet and confer conference within 30 days for settlement of
the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in
dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section
900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the
Government Code. For purposes of those provisions, the running of the period of time within
which a claim must be filed shall be tolled from the time the claimant submits his or her
wriien claim pursuant to subdivision (a) until the time that claim is denied as a result of the
meet and confer process, including any period of time utilized by the meet and confer
process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall
be construed to change the time periods for filing tort claims or actions specified by Chapter
1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of
Division 3.6 of Title 1 of the Government Code.
H:\CNTWOM.FM I mm
e
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall
0
(d) If the claimant disputes the local agency’s wriien response, or the local agency fails to
@ 0
1
201 04.4. The following procedures are established for all civil actions filed to resolve
claims subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive
pleadings, the court shall submit the matter to nonbinding mediation unless waived by
mutual stipulation of both parties. The mediation process shall provide for the selection
within 15 days by both parties of a disinterested third person as mediator, shall be
commenced within 30 days of the submittal, and shall be concluded within 15 days from the
commencement of the mediation unless a time requirement is extended upon a good cause
showing to the court or by stipulation of both parties. If the parties fail to select a mediator
within the 15-day period, any party may petition the court to appoint the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration
pursuant to Chapter 2.5 (commencing with Section 11 41 .lo) of Title 3 of Part 3 of the Code
of Civil Procedure, notwithstanding Section 1 141.1 1 of that code. The Civil Discovery Act of
1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code
of Civil procedure) shall apply to any proceeding brought under the subdivision consistent
with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators
appointed for purposes of this article shall be experienced in construction law, and, upon
stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable
hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be
paid equally by the parties, except in the case of arbitration where the arbitrator, for good
cause, determines a different division. In no event shall these fees or expenses be paid by
state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141 .lo) Title 3 of Part 3 of the
Code of Civil Procedure, any party who after receiving an arbitration award requests a trial
de novo but does not obtain a more favorable judgment shall, in addition to payment of
costs and fees under that chapter, pay the attorney’s fees of the other party arising out of thc
(c) The court may, upon request by any party, order any witnesses to participate in the
mediation or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is
undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal
rate on any arbitration award or judgment. The interest shall begin to accrue on the date the
suit is filed in a court of law.
*
0 trial de novo.
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1 -3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or his appointed representative. The
Engineer shall have free access to any or all parts of work at any time. Contractor shall
furnish Engineer with such information as may be necessary to keep her/him fully informed
regarding progress and manner of work and character of materials. Inspection of work shall
not relieve Contractor from any obligation to fulfill this Contract.
Modify Section 41.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testing
materials and/or workmanship where the results of such tests meet or exceed the
H:\CNT0600d.FM i iai!3
@ 0
4
requirements indicated in the Standard Specifications and the Special Provisions. The cost
of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall be approved
by him before the delivery is started. All materials proposed for use may be inspected or
tested at any time during their preparation and use. If, after trial, it is found that sources of
supply which have been approved do not furnish a uniform product, or if the product from
any source proves unacceptable at any time, the Contractor shall furnish approved material
from other approved sources. Material that fails to meet specifications after-improper storage
handling or any other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance with the notes on the plans and
the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or
exceed the requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Engineer.
The costs of any retests made necessary by noncompliance with the specifications shall be
borne by the Contractor.
Add the following section:
4-1.7 Nonconforminu Work
The contractor shall remove and replace any work not conforming to the plans or
specifications upon written order by the Engineer. Any cost caused by reason of this
nonconforming work shall be borne by the Contractor.
e
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known records,
endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the
work. However, the accuracy of completeness of the utilities indicated on the Plans is not
guaranteed.
5-4 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including service connection,
desired by the Contractor for his/her own convenience shall be the Contractor’s own
responsibility, and he/she shall make all arrangements regarding such work at no cost to the
City. If delays occur due to utilities relocations which were not shown on the Plans, it will be
solely the City’s option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other parties to
relocate utilities which interfere with the construction, the Contractor, upon request to the
City, may be permitted to temporarily omit the portion of work affected by the utility. The
e
H:\CNTQBOOb.FM f 1-h
@ 1.
4
portion thus omitted shall be constructed by the Contractor immediately following the
relocation of the utility involved unless otherwise directed by the City.
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
0
1. The prime contractor is required to prepare in advance and submit at the time
of the project preconstruction meeting a detailed critical path method (CPM)
project schedule. This schedule is subject to the review and approval of the
City and such approval shall be a condition precedent to issuance of the
Notice to Proceed by City.
The schedule shall show a complete sequence of construction activities,
identifying work for the complete project in addition to work requiring separate
stages, as well as any other logically grouped activities. The schedule shall
indicate the early and late start, early and late finish, 50% and 90%
completion, and any other major construction milestones, materials and
equipment manufacture and delivery, logic ties, float dates, and duration.
The prime contractor shall revise and resubmit for approval the schedule as
required by City when progress is not in compliance with the original
schedule. The prime contractor shall submit revised project schedules with
each and every application for monthly progress payment identifying changes
since the previous version of the schedule.
The schedule shall indicate estimated percentage of completion for each item
of work at each and every submission.
The failure of the prime contractor to submit, maintain, or revise the
aforementioned schedule (s) shall enable City, at its sole election, to withhold
up to 10% of the monthly progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the prime contractor and
approved by City as to completeness and conformance with the
aforementioned provisions.
2.
3.
4. 0
5.
No changes shall be made to the construction schedule without the prior written approval of
the Engineer. Any progress payments made after the scheduled completion date shall not
constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflicting
utilities shall be requirements prior to commencement of work by the Contractor.
6-5 TERMINATION OF CONTRACT
Grounds for termination of the contract by the City include failure of the Ctty or Contractor to
obtain necessary permits from other governmental agencies, or unreasonable delay caused
H:\CNTOOOW.FM 1 l2QlQ
@ 0
Lt
by enforcement of laws and regulations by other public agencies, including but not limited
to, enforcement of the Endangered Species Act and other similar laws.
6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR
The City shall not be liable for delay caused by the enforcement of laws and regulations by
other public agencies, including but not limited to, enforcement of the Endangered Species
Act and other similar laws.
e
6-5 TERMINATION OF CONTRACT
Grounds for termination of the contract by the City include failure of the City or Contractor to
obtain necessary permits from other governmental agencies, or unreasonable delay caused
by enforcement of laws and regulations by other public agencies, including but not limited
to, enforcement of the Endangered Species Act and other similar laws.
PAYMENT FOR DELAYS TO CONTRACTOR
The City shall not be liable for delay caused by the enforcement of laws and regulations by
other public agencies, including but not limited to, enforcement of the Endangered species
Act and other similar laws.
6-7 TIME OF COMPLETION
The Contractor shall begin work within 30 calendar days after receipt of the "Notice to
Proceed" and shall diligently prosecute the work to completion within 60 consecutive days
after the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m. and
sunset, from Mondays through Fridays, The contractor shall obtain the approval of the
Engineer if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission of the
Engineer. This wriien permission must be obtained at least 48 hours prior to such work.
The Contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and
any faulty work or materials discovered during the guarantee period shall be repaired or
replaced by the Contractor, at his expense. Twenty-five percent of the faithful performance
bond shall be retained as a warranty bond for the one year warranty period.
0
6-9 LIQUIDATED DAMAGES
Modity this section as follows:
H:\CNTWOW.FM I micu
@ 0
4
If the completion date is not met, the contractor will be assessed the sum of $250 per day
for each day beyond the completion date as liquidated damages for the delay. Any
progress payments made after the specified completion date shall not constitute a waiver of
this paragraph or of any damages.
7-3 LIABILITY INSURANCE
Add the following:
All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at
least A-:V and are admitted and authorized to conduct business in the state of California and
are listed in the official publication of the Department of Insurance of the State of California.
7-4 WORKERS’ COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are admitted and authorized to conduct
business in the state of California and are listed in the official publication of the Department
of Insurance of the State of California. Policies issued by the State Compensation Fund
meet the requirement for workers’ compensation insurance.
e
7-5 PERMITS
Modrfy the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading,
and building permits necessary to perform work for this contract on City property, in streets,
highways (except State highway right-of-way), railways or other rights-of-way.
Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
7-8 PROJECT AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-working days
at the City’s request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflers in
good repair when in use on the project with special attention to City Noise Control Ordinance
No. 31 09, Carlsbad Municipal Code, Chapter 8.48.
0
r
7-10 PUBLIC CONVENIENCE AND SAFETY
H:\CNTOOM.FM t I2Qlac
@ e
4
Add the following to Section 7-1 0.4, Public Safety:
7-10.4.4 Safetv and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safety of employees on the work
and shall comply with all applicable provisions of Federal, State and Municipal safety laws
and building codes to prevent accidents or injury to persons on, about, or adjacent to the
premises where the work is being performed. He/she shall erect and properly maintain at all
time, as required by the conditions and progress of the work, all necessary safeguards for
the protection of workers and public, and shall use danger signs warning against hazards
created by such features of construction as protruding nails, hoists, well holes, and falling
materials.
@
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading.
If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for
use in the proposed construction project which would be subject to Section 1601 or Section
1603 of the Fish and Game Code, such conditions or modifications established pursuant to
Section 1601 of the Fish and Game Code shall become conditions of the contract,
8 FACILITIES FOR AGENCY PERSONNEL
Delete this section. e 9-wAmENT
Modrfy Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in amount of
retention.
10 SURVEYING
Contractor shall employ a licensed land surveyor or registered civil engineer to perform
necessary surveying for this project. Requirements of the Contractor pertaining to this item
are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying
service within appropriate items of proposal. No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor’s surveyor for curbs at 50’
intervals (25’ intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers,
sewers, storm drains, and structures (4 corners min.). Rough grade as required to satisfy
cut of fill to finished grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction and inspection purposes to crown line
base grade of streets as required by Engineer.
H:\CNTOCIOM.FM 1 Izol~
43 e
5
Contractor shall protect in place or replace all obliterated survey monuments as per Section
8771 of the Business and Professional Code.
Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencing 0 construction of surveyed item.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized during the construction
under this contract. The Contractor shall contact the appropriate water agency for
requirements. The contractor shall include the cost of water and meter rental within
appropriate items of the proposal. No separate payment will be made.
e
H:\CNT08006.FM 1 l2Glac
@ a
5
I I. SPECIAL PROVl SI ONS TO CONSTRUCT1 ON SP ECI Fl CAT1 ON S
0
ROOF REPLACEMENT SPECIFICATIONS
CITY OF CARLSBAD
405 Oak Avenue
Carlsbad, California 92008
MAIN LIBRARY
Roof Replacement Specifications
0
1996
H:\CNTMOOCI.FM I /2w
@ e
PART I - GENERAL
1.01 RELATED DOCUMENTS
A. The attached are components of this section:
1. General Conditions.
2. Bid Form.
3.
1.02 SCOPE OF WORK
a
Statement of Roofing Material Manufacturers Qualifications.
A. Furnish and install specified roofing and related components to The City of
Carlsbad Library designated roof areas totaling approximately 19,000 square fec
B. Work includes:
1.
2.
3. Removal of existing flashings.
4. Localized deck reattachment/repair/repIacement.
5. Installation of the following:
a. Loose laid resin paper.
b. 1 layer roof insulation.
c.
d. Gravel surfaced.
e. Specified flashings and accessories.
Removal and replacement of designated roofing and insulation.
Removal of City designated equipment and equipment supports.
Cold process built-up roofing system.
1.03 QUALITY CONTROL 0
A. Contractor shall:
B. Be experienced in cold process built-up roofing.
a. 3 years minimum.
1. Be acceptable by City.
2.
3.
Be a Manufacturer Certified Contractor.
Be approved by manufacturer, The contractor shall be required to acquire full-
time inspection days utilizing manufacturer’s technical inspectors. The minimi
number of Technical Service full time inspection days will be three (3) days.
Has not been in Chapter 7 during the last ten (10) years.
Provide list of at least five projects available for inspection employing same
system within 50 mile radius of City.
4.
5.
C. Roofing material manufacturer shall:
1. Be Associate Member in good standing with National Roofing Contractors’
Association (NRCA) for at least five (5) years.
H:\CNTQ6006.FM 1 l2olsl
CB 0
2.
3. Be approved by City.
4.
5.
Be nationally recognized in roofing, waterproofing, and moisture survey indus
e Has not been in Chapter 11 during the last five (5) years.
The building owner is desirous of working with a financially strong organizatia
which has the abilrty to protect and insulate the building owner from both pro(
liabilrty and warranty claims, relating to roofing, that could be brought before ‘
building owner during the course of the roofing warranty period, As financial
strength of suppliers are a requirement of the building owner, proof of such rr
be shown. To this end, the following information is required by the building
owner:
a.
b.
The manufacturer must present to the building owner a certificate of
insurance for product liability with minimum limits of $100 million.
The manufacturer must have a current net worth equivalent to 25% of
yearly sales and demonstrate such with a financial statement supported
an affidavit from a corporate officer.
6. The building owner is desirous of quality performance in all areas of roofing
construction and as a result is requiring a primary source of material from one
manufacturing company in order to insure consistent quality. The material
manufacturer supplying material for the building owner’s roofs must manufacti
at least 70% of the materials, they supply, in facilities actually owned or solely
leased by said manufacturer. The material manufacturer shall submit verificatil
of the foregoing by affidavit of corporate officer.
Building owner, to assure that the manufacturer can consistently deliver qualit!
materials, requires the Manufacturer to provide evidence of twenty (20) quartei
of continuous plant inspections of roofing manufacturing sites over the past fik
(5) years by an independent Nationally Recognized Testing Laboratory (NRTL)
defined in 29 CFR Ch. XVll (7-1-93 Edition) from the Occupational Safety and
Health Administration (OSHA).
7. 0
D. Provide a Project Closeout Report upon delivery of the project warranty. This
report shall include the following sections:
a. Project Specifications.
b. Project Summary.
c.
d. Job progress photos.
e. Warranty document.
f.
g.
Progress reports as a result of roof inspections.
Owner’s Manual describing maintenance and emergency repair.
inspection Report to be completed by the roofing material
manufacturer 2 years from project completion.
The roofing material manufacturer will be IS0 9001 Certified.
a.
1.
Manufacturer will provide proof of IS0 9001 Certification by submitting a
copy of the Certificate of Registration.
H:\CNT&SW.FM ii2ois-x
@ 0
b. Manufacturer’s products will be produced per specifications developed
under design control procedures per IS0 9001 requirements.
The assessment body providing certification of the manufacturer’s quali
management system will be a nationally recognized agency with sufficic
knowledge and experience in the manufacturer’s industry to permit a
credible assessment of the manufacturer‘s quality system.
c. *
2.
3.
Provide City with names of at least four qualified applicators.
Employ full-time Field Technical Services Representative available for final roc
inspect ion.
Provide local Field Representative to make periodic site visits, report work qui
and job progress.
Provide list of at least 10 projects available for inspection employing same roc
system within 25 mile radius of City.
The presence and activity of the manufacturer’s/ specifier’s representative ant
city’s representative shall in no way relieve the contractor of contractual
responsibilities or duties.
4.
5.
6.
E. Project meetings:
1. P re- B id Conference :
a.
b. Attendance:
Will be held at place and time determined by city.
1) Roofing material manufacturer/specifier
2) Contractor
3) city.
0
c. Agenda:
1) Review of specification.
2) Walkover inspection,
2. P re-co nst ruct io n conference:
a.
b. Attendance:
Will be scheduled by Crty within fifteen (15) days after notice of award.
1) Roofing material supplier/specifier
2) Contractor
3) Representative of City.
1) Walkover inspection.
c. Agenda:
3. Progress meetings:
a.
b. Attendance:
Will be scheduled by City as required.
1) Roofing material manufacturer/specifier/ contractor.
2) city.
H:\CNT06006.F M 1 izaia
@ 0
c. Minimum agenda:
1) Review of work progress.
2) Maintenance of progress schedule.
3) Maintenance of quality and work standards.
4. Final inspection: e
a.
b. Attendance: Will be scheduled by roofing material manufacturer upon job completior
1) Contractor.
2) Roofing material manufacturerlspecifier.
1 ) Walkover inspection.
2)
c. Minimum agenda:
Identification of problems which may impede issuance of warranty
F. Random sampling:
1. Roofing material:
a. During course of work, City’s Representative may secure samples
according to ASTM Dl 40-93 of materials being used from containers at
site and submit them to an independent laboratory for comparison to
specified material.
Should test results prove that a material is not functionally equal to
specified material:
1)
2)
b.
Contractor shall pay for all testing.
Roofing installed and found not to comply with the specifications s
be removed and replaced at no change in the contract price.
2. Regulatory requirements: e 3. Uniform Building Code.
4. UL Classified Fire Rating - UL 790.
a. Class A.
UL Classified Wind Uplift Resistance - UL 1897. 5.
G. Plans and specifications:
1. Contractor must notlfy City and specifier of any omissions, contradictions or
conflicts seven (7) days before bid date. City and specifier will provide necesb
corrections or additions to plans and specifications by addendum. If Contract!
does not so notify Crty and specifier of any such condition, it will be assumed
that the Contractor has included the necessary items in the bid to complete th
specification.
It is the intent that this be a completed project as far as the contract documen
set forth. It is not the intent that different phases of work on this project be
delegated to various trades and subcontractors by the contract documents.
Contractor must make own contracts with various subcontractors, setting fortk
the work these subcontractors will be held responsible for. Contractor alone v
be held responsible by the city for the completed project.
2.
H:\CNTMOW.FM 1 i2QiQ
@ e
3. If the Contractor feels a conflict exists between what is considered good roofi
practice and these specifications contractor shall state in writing all objection:
prior to submitting quotations.
It is the Contractor’s responsibility during the course of the work, to bring to t attention of the City’s representative any defective membrane, insulation or dc
discovered where not previously identified.
4. a
1.06 DELIVERY, STORAGE AND HANDLING
A. Delivery of materials:
1. Deliver materials to job-site in new, dry, unopened, and well-marked containe
showing product and manufacturer‘s name.
Deliver materials in sufficient quantity to allow continulty of work, 2.
3. Coordinate delivery with City.
Do not order project materials or start work before receiving City’s wriien approval. B.
C. Storage of materials:
1. Store roll goods on ends only. Discard rolls which have been flattened, creas
or otherwise damaged. Place materials on pallets. Do not stack pallets.
For insulation, remove plastic packaging shrouds. For felt rolls, slit the top of
plastic shrink wrap only. Cover top and sides of all stored materials with
tarpaulin (not polyethylene). Secure tarpaulin.
2. 0
3. Rooftop storage: Disperse material to avoid concentrated loading.
4.
5.
No materials may be stored in open or in contact with ground or roof surface.
Should Contractor be required to quickly cover material temporarily, such as
during an unanticipated rain shower, all materials shall be stored on a raised
platform covered with secured canvas tarpaulin (not polyethylene), top to bottc
Contractor shall assume full responsibility for the protection and safekeeping (
products stored on premises.
6.
D. Material handling:
1. Handle materials to avoid bending, tearing, or other damage during
transportation and installation.
Material handling equipment shall be selected and operated so as not to damt
existing construction or applied roofing. Do not operate or situate material
handling equipment in locations that will hinder smooth flow of vehicular or
pedestrian traffic.
2.
H:\CNTQ60W.FM 1 12Wa
@ e
1.07 SITE CONDlTlONS
A. Field measurements and material quantities:
1. Contractor shall have SOLE responsibility for accuracy of all measurements,
estimates of material quantities and sizes, and site conditions that will affect w e
B. Existing conditions:
1. Building space directly under roof area covered by this specification will be
utilized by on-going operations. Do not interrupt City operations unless prior
written approval is received from City.
Access to roof shall be from exterior only. 2.
C. Asbestos:
1. Contractor agrees to exonerate, indemnrfy, defend, and hold harmless roofing
material manufacturer and City from and against all claims, demands, lawsuit3
damages, expenses and losses incurred by Contractor’s removal of asbestos.
containing materials from City’s building and work site. Contractor must conc
its operations according to applicable requirements including but not limited tl
those established by:
a.
b. Environmental Protection Agency (EPA).
c. Department of Transportation (DOT).
d.
e.
f.
g. h.
Contractor or City shall perform appropriate inspections, surveys and file time
notifications to proper authorities prior to starting roof renovation or demolitioi
activities. inspectors, project planners, project managers, contractors and
workers involved in the roof project shall have appropriate training, licenses a
registrations. Contractor and City shall be responsible for determining and
implementing regulatory compliance activities, including but not limited to WOI
practices, engineering controls, personal protection, air monitoring, testing,
hazard communication, material handling, record retention, and arranging for
waste d is posal/hand I ing .
Contractor must file a Uniform Hazardous Waste Manifest from proper landfill
for each load of asbestos containing material removed. Copies must be sent
City and material manufacturer/ specifier. Transportation of waste shall be in
accordance with applicable Department of Transportation (DOT) requirements
Occupation Safety and Health Administration (OSHA).
State or Local Air Pollution Control Authoriities/Agencies.
State or Local Solid Waste or Hazardous Waste Authoriities/Agencies.
State or Local Health Department(s).
State or Local Building Code Authorities.
Other federal, state or local agencies or authoriiies.
e
2.
3.
D. Safety requirements:
H:\CNTWOM.FM 112Ql
49 a
I. All application, material handling, and associated equipment shall conform to be operated in conformance with OSHA safety requirements.
Comply with federal, state, local and City fire and safety requirements.
Advise City whenever work is expected to be hazardous to City, employees,
and/or operators.
Maintain a crewman as a floor area guard whenever roof decking is being
repaired or replaced.
Maintain fire extinguisher within easy access whenever power tools, roofing
kettles, and torches are being used.
2.
3. 0
4.
5.
E. Waste Disposal:
1. Do not reuse, re-cycle or dispose of material manufacturers product containe
except in accordance with all applicable regulations. The user of manufacturc
products is responsible for proper use and disposal of product containers.
F. California Proposition 65: Contractor will post all notices, make all communications t
otherwise comply with California Proposition 65 requirements concerning notification
those who may be exposed to Prop 65 listed chemicals, as revised from time to time
Contractor will also comply with other requirements concerning the safe use and
handling of roofing materials, including preventing vapors from entering buildings.
G. Environmental requirements: e 1.
2.
Do not work in rain, or in presence of water.
Advise City when volatile materials are to be used near air ventilation intakes :
that they can be shut down or blocked as city requires.
1.08 SUBSTITUTIONS
A. When a particular make or trade name is specified, it shall be indicative of standard
required, Bidders proposing substitutes shall submit the following seven days prior t
bid date to City:
1.
2.
Written application with explanation of why it should be considered.
Accredited testing laboratory certificate comparing substitute’s
physical/performance attributes to those specified.
B. Only substitutes approved in writing by City prior to scheduled bid date will be
considered.
Notification of approvals will be mailed at least 3 days before bid opening.
City reserves right to be final authorrty on acceptance or rejection of any substitute.
C.
D.
H:\CNTOeOM.FM 1 I29h
@ a
1.09 PAYMENT SECURITY
A. Any of the following:
1. Payment & Performance Bonds: Contractor purchases Payment and
Performance Bonds for benefit of City and material supplier. Bonding
company/surety shall be rated t3+ or better in current Key Rating Guide as
issued by A. M. Best Co., Oldwick, NJ.
0
B. Progress payments:
1. Contractor shall establish with City, City’s procedure for payment and retaina!
prior to commencement of work on this project.
Partial or progress payments shall not relieve Contractor of performance
obligations under this contract, nor shall such payments be viewed as appro\
or acceptance of work performed.
Final payment shall be withheld until all provisions of the specifications are m
2.
3.
1 .lo UNIT PRICES
A. Quote unit prices on:
1. Deck replacement - $/sq. ft.
1.1 1 WARRANTY/GUARANTEE
A. Guarantee:
Upon project completion and City acceptance, effective upon complete payr
Contractor shall issue City a guarantee against defective workmanship and
materials for a period of two (211 years.
e
8. Warranty:
1. Upon project completion, Manufacturer acceptance, and once complete payr
has been received by both Coritractor and Manufacturer, Manufacturer shall
deliver to City a ten (1 0) year manufacturer Roofing System Quality Assuranc
Warranty and Owner’s Manual. Manufacturer will, during the second and fifth
year of this warranty, inspect and provide a written Executive Summary.
H:\CNTQ60O&FM 1/29
@ e
PART II - PRODUCTS
@ 2.01 GENERAL
A. Comply with quality control, references, specifications, and manufacturer’s data.
Products containing asbestos are prohibited on this project. Use only asbestos-free
products.
Use products with personal protection. User must read container label and material
safety data sheets prior to use.
B.
2.02 ACCEPTABLE MANUFACTURERS
A. Tremco Inc., Vernon,CA 90058
B. Or City’s “pre” approved equal.
2.03 ROOF DECKING
A. Wood deck repair materials:
1. Plywood roof sheathing: APA C-D Rated Sheathing, Exposure 1, Structural 1
32/16, 4/5 ply, PS 1-83.
2. Purlins and subpurlins:
a.
b.
Free from warping and visible decay.
Design value equal to or greater than existing purlin/subpurlin design vs
2.04 WOOD BLOCKING & CURBS
e
A. Lumber:
1. Douglas Fir, Treated.
2.06 INSULATION
A. Single layer:
1.
2.
FS HH-I-1972/2(1), Class 1 , isocyanurate.
Black, glass fiber reinforced, non-asphattic facer.
B. Single layer thickness: 4’ x 8’ x 1 S”.
H:\CNT06006.FM 1 I291
@ e
2.07 MECHANICAL FASTENERS
A. Base sheet to wood deck:
1. Nails: Spiral or annular ring shank, twelve (12) gage minimum, with integral 1 inch cap (25.4 mm).
2. Acceptable manufacturers:
e
a.
b.
National Nail Corp., Grand Rapids, MI.
Simplex Nails, Inc., Americus, GA.
B. Insulation to wood deck:
1. Deckfast #12 screw, plastic disc or metal plate by Construction Fasteners, Inc
Wyomissing, PA.
Insul-Fixx #12, plastic disc or metal plate by SFS Stadler, Brunswick, OH.
Insul-Tide #12, plastic disc or metal plate; Burlington Mfg. Corp., Archbold, Ot
Olympic Fastener #12-10, plastic or metal plate by Olympic Manufacturing
Group, Agawam, MA.
Raw1 Deck #12 Deck Screw, plastic or metal plate by The Rawlplug Co., Inc.,
New Rochelle, NY.
ROOFGRIP, plastic disc or metal plate by ITW Buildex, Itasca, IL
2.
3.
4.
5.
6. 0 C. Wood to wood:
1.
2.
Galvanized, common, annular ring nail.
Length: Sufficient to penetrate underlay blocking 1-1/4 inches (32 mm).
D. Wood to concrete:
1. Kwik-Bok 3/8 inch (9.53 mm) diameter countersunk stud anchors by Hilti
Fastening Systems, Tulsa, OK
Length: Sufficient to provide minimum 1-1/2 inches (38 mm) embedment. 2.
Wood decking to wood purlins:
1.
E.
Type: Galvanized, common, annular ring nail. Length: Sufficient to penetrat
underlay blocking 1-1/4 inches (32 mm).
2. Acceptable manufacturers:
a.
b.
Independent Nail, Inc., Bridgewater, MA.
W. H. Maze Co., Peru, IL
H:\CNTQ6000.FM 1/m
49 e
c.
d.
National Nail Co., Grand Rapids, MI.
Hillwood Manufacturing Co., Cleveland, OH.
F. Galvanized sheet steel to wood blocking:
1. FS FF-N-l05B(3) Type II, Style 20, roofing nails; galvanized steel wire, flat he;
diamond point, round, barbed shank.
Length: Sufficient to penetrate wood blocking 1-1/4 inches (32 mm) minimun
0
2.
G. Drawband:
1. Gold Seal stainless steel worm gear clamp by Murray Corporation, Cockeysv
MD.
Power-Seal stainless steel wornn drive clamps by Breeze Clamp Company,
Saltsburg, PA.
2.
2.08 ROOFING MATERIALS
A. Adhesives:
1. I nterply adhesive:
a. BURrnastic LV. by Tremco.
2. Surfacing adhesive:
a. BURrnastic LV. by Tremco.
B. Nailed resin sheet to deck:
1. Sheathing paper:
e
a.
C. Ply sheet:
ASTM D 549-74 (1982), rosin sheathing paper.
1. ASTM D 4601, Type I1
D. Related materials:
1. Asphalt mastic:
a. ELS by Tremco.
2, Cant strip:
a. ASTM C 208-94, coated fnberboard.
3. Flashing adhesive:
a. ELS by Tremco.
4. Flashing membrane:
a. THERM MB 4PFR by Trernco.
H:\CNTQ6006.FM 11291
@ a
5. Flashing ply:
a. ASTM D 4601-91 , Type II.
6. Pitch pan cement: a a. ASTM C 928-92aI rapid hardening non shrink grout.
7. Pitch pan mastic:
a. ELS by Tremco.
8. Roofing aggregate:
a.
b.
Hard, durable, opaque; double washed free of clay, loam, sand or other
foreign substances.
Do not use: Crushed gravel, white dolomite (marble chips), Joplin chat2
scoria, limestone, volcanic rock, crushed oyster and clam shells, crushel
brick tile, or cinders.
ASTM D 1863-93, size six (6). c.
9. Sealants:
a. Drawband sealant:
1) TremSEAL GP by Tremco.
10. Walkway panels:
a. 3 ft. x 5 ft. (915 mm x 1530 rnm), granule surfaced, fiberglass reinforced
asphattic pad.
2.09 METAL FLASHINGS
e
A. Edge flashing:
1. Galvanized, pre-painted: Twenty-four (24) gage minimum, galvanized steel;
commercial quality, Fed. Spec. QQ-S-775, Type I, Class D or ASTM A 526 or
lockforming quality ASTM A 527, G90 coating in accordance with ASTM A 52!
All sheet metal to be pre-painted.
a. Paint finish at exposed side: Factory applied baked-on two (2) coat sys
comprised of one (1) coat of full 70% resin fluorocarbon (polyvinylidene
fluoride PVF2) by Kynar 500 or accepted substitute over a smooth coat
corrosion-resistant epoxy-based primer. Color as selected by city.
Finish at underside shall be a washcoat over a coat of corrosion-resista
epoxy-based primer.
Repaint existing sheet metal scheduled for reuse; two (2) coats of Alkyd
Semi-gloss Enamel over one (1) coat of galvanized steel primer.
Ameritone, Kelly-Moore, Miller, Rodda or accepted substitute.
b.
c.
1 1291 H:\CNTQtMM.FM
@ a
2. Fascia width: 3 inch minimum.
B. Counterflashing:
1. Galvanized Steel: ASTM A 526-85, sheet steel with 1.25 oz./sq. (3.82 g/m?
galvanized coating.
a. Gage: Twenty-four (24).
b.
C. Pitch pans with hood:
a
Solder: ASTM 832-89, al1,oy grade 60A. Neutralize flux after soldering.
1. Galvanized Steel: ASTM A 526-85, sheet steel with 1.25 oz./sq. (3.82 g/m?
galvanized coating .
a. Gage: Twenty-four (24).
b. Solder: ASTM B32-89, allioy grade 60A. Neutralize flux after soldering.
D. Lead Flashings:
1.
Work shall be in accordance with Architectural Sheet Metal Manual, as issued by Shi
Metal and Air Conditioning Contractors’ National Association, Inc., (SMACNA).
ASTM B 29-79(1984), 4 Ib. (1.82 kg) sheet lead.
E.
e
H:\CNTMOW.FM 1 /a/(
@ e-
2.11 SYSTEM PERFORMANCE REQUIREMENTS:
A. COLD PROCESS INTERPLY AND SURFACING ADHESIVE
Pro pertv Tvpical Value Test Method
*
Asbestos content None ASTM D 276-87
Viscosity @? 25°C 80 - 200 PUS ASTM D 2196-86
Density @? 25°C 970 kg/m3 ASTM D 1475-90
Nonvolatile Matter 67% ASTM D 4479-93
Asphalt content, min 42% ASTM D 4479-93
Flash point > 37°C (1 010°F) ASTM D 93-94
Uniformity & Pass ASTM D 4479-93
(80000-200000 cP) (1991)
(8.1 Ib./gal.)
Consistency
B. BURMASTIC ADHESIVE L.V.
Propertv Tvpical Value Test Method
Asbestos content None ASTM D276-87
Viscosity @? 25°C 80 - 200 Ptis ASTM D2196-86
Density @? 25" C 982 kg/m3 ASTM Dl 475-90
Nonvolatile Matter 75% ASTM 04479-93
Asphatt content, min 45% ASTM D4479-93
Flash point > 37°C (1 00°F) ASTM D93-94
(80000-200000 cP) (1991)
(8.2 Ib./gal.) e
Uniformity & con-
voc* 240 g/L ASTM D3960-93 * Volatile Organic Compound
sistency Pass ASTM D4479-93
H:\CNTOOOO6.FM 1I2w
@ *
C. ASTM D 4601-86, TYPE II FIBERGLASS BASE SHEET
ProDertv TvDical Value Test Method
Weight 1 .61 kg/m2 ASTM D 228-90a
(33 lb/lOO ft2) e
Breaking strength 15.7 N/mm MD ASTM D 146-90
(90 Ibf/in.)
12.3 N/mm XD
(70 Ibf/in.)
Pliability, 12.7 mm No failures ASTM D 146-90
Mass of desaturated 83 g/m2 ASTM D 146-90
Surfacing and stabi- 65% ASTM D 146-90
(1/2) radius
glass mat, min
lizer, max
(1.7 lb/lOO ft?
Asphalt 488 g/m2 ASTM D 228-90a
(10 lb/lOO ft?
Ash (glass mat only) 70 - 88% ASTM D 146-90
D. BURMASTIC 100 SYSTEM (3 Ply Burmastic Glass Ply/Burmastic)
ProDertv Tvdcal Value Test Method
Impact resistance @ 0 (Ave.) ASTM D 3746-85
-1 8°C (0°F)
Thermal shock factor 424°C (795°F) MD NBS BSS No. 55 e
349°C (66CloF) XD
Tensile strength @ 57.8 N/mm MD ASTM D 2523-78 (1 984)
-18°C (0°F) (330 Ibf/in.)
51.7 N/mrn XD
(295 Ibf/in.)
2.4% XD
Elongation @ -18°C 2.9% MD ASTM D 2523-78 (1 984)
ASTM D 2523-78 (1 984) (0°F) Tensile strength @ 56.0 N/mm MD
-18°C (0°F) 1000 (320 Ibf/in.)
hrs. xenon arc 50.8 N/mm XD
weathered (290 Ibf/in.)
(0°F) 1 000 hrs.
xenon arc weathered
Coefficient of linear 1.9E-05 in/in/oF MD ASTM C 426 (Modified)
thermal expansion 2.2E-05 in/in/oF XD
Elongation @ -18oC 3.0% MD ASTM D 2523-78 (1 984)
2.8% XD
H:\CNTOgOOB.FM 1 I=,
43 *
E. ELS
Propertv Tvpical Value Test Method
Asbestos content None ASTM D 276-87
Viscosity @ 25°C 480 - 1000 Pas ASTM D 2196-86
ASTM D 1475-90
e
(480000-1 000000 CP) (1991)
11 14 kg/m3 (77°F) Density @ 25°C
(77°F) (9.3 Ib/gal)
Nonvolatile Matter 80% ASTM D 4586-93
Behavior at 140" F ASTM D 4586-93
Moisture vapor 1.55 - 6.2 g/m2f24 ASTM E 398-83
3.18 mm (l/8 in.)
(Sag Resistance)
tranmission rate hrs. @ 0.51 mm
in.*/24 hrs @ 0.020 in.)
thickness
(0.10 - 0.40 g/100
F. THERM MB 4PFR
Propertv TvDical Value Test Method
Thickness 0.160 in (4.Omm) ASTM D 5147-91
Tensile Strength 148 Ibf/in MD ASTM D 5147-91
@ 0°F (-18%) (25.9 kN/rn)
122 Ibf/in XD
(21.4 kN/rn)
Elongat ion 58% MD ASTM D 5147-91
Low temperature -1 5°F (-26%) ASTM D 5147-91
@ 0°F (-18%) 55% XD
flexibility
e
H:\CNTWOO&FM 1/29
@ e
G. TREMSEALGP
ProDertv Tvpical Value Test Method
Tensile strength 1241 kPa (1 80 psi) ASTM D 412-87
Ultimate elongation 550% ASTM D 412-87
e
Ad hesion-in-peel 4.4 N/mm ASTM C 794-80 (1 986)
(25 Ibf/in.)
Weep & sag Passes ASTM C 639-83
Staining Passes ASTM C 51 0-77 (1 983)
Weight-loss, cracking Passes ASTM C 792-75 (1 987)
& chalking after
heat aging
(77"F), 50% RH
(Shore A)
(Bond & Cohesion) (On mortar,
granite, and
anodized aluminum
at k 25% movement)
Hardness @ 25°C 25 & 5 ASTM C 661-86
Durability Passes ASTM C 719-86
e
H:\CNT08W.FM 11291
@ e
PART 111 - EXECUTION
@ 3.01 EXAMINATION
H.
I.
Ver'Q conditions as satisfactory to receive work.
Do not begin roofing until all unsatisfactory conditions are corrected. Beginning wort
constitutes acceptance of conditions.
Verify that work of other trades penetrating roof deck or requiring men and equipmer
traverse roof deck has been approved by City, manufacturer, and roofing contractor.
Check projections, curbs, and deck for inadequate anchorage, foreign material,
moisture, or unevenness that would prevent quality and execution of new roofing
system.
J.
K.
3.02 GENERAL WORKMANSHIP
A.
B.
C.
D.
E.
F. Entrapped aggregate: Not permitted within new membrane. Its discovery is sufficiei
All work performed by the CONTRACTOR shall conform to this specification.
Substrate: Free of foreign particles prior to laying roof membrane.
Phased application: Not permitted. All plies shall be completed each day.
Traffic and equipment: Kept off completed plies until adhesive has set.
Wrapper and packaging materials: Not to be included in roofing system. e
cause for rejection.
Ply shall never touch ply, even at roof edges, laps, tapered edge strips, and cants.
Fit plies into roof drain rims; install lead flashing and finishing plies; secure clamping
collars; install domes.
Extend roofing membrane to top edge of cant at wall and projection bases.
Cut out fishmouths/side laps which are not completely sealed; patch. Replace all SI-
which are not fully and continuously bonded.
Plies: Prior to placement, cut ply sheets in 18 - 20 ft. (5.5 - 6.1 meter) lengths. Allo
lengths to relax at least 30 minutes, 55°F (13°C) or above; 60 minutes, below 55°F
(13°C). Stack lengths. Do not reroll.
G.
H.
I.
J.
K.
L Cold process adhesive heating:
1. An in-line heat exchange unit may be used to facilitate application.
H:\CNT06008.FM I /a
@ a
a. Maximum adhesive temperature: 100°F (38°C). Do not exceed the flash
point of the adhesive.
2. * manufacturer.
3.
Heat exchange unit: Filled with heat transfer oil approved by equipment
Follow operation procedures as recommended by equipment manufacturer.
3.03 PREPARATION
A. Protection:
1. Contractor shall be responsible for protection of property during course of wor
Lawns, shrubbery, paved areas, and building shall be protected from damage.
Repair damage at no extra cost to City.
Provide at site prior to commencing removal of debris, a dumpster or dump tn
to be located adjacent to building where directed by Crty.
Roofing, flashings, membrane repairs, and insulation shall be installed and
sealed in a watertight manner on same day of installation or before arrival of
inclement weather.
At start of each work day drains within daily work area shall be plugged. Plug
to be removed at end of each work day or before arrival of inclement weather.
Preparation work shall be limited to those areas that can be covered with
installed roofing material on same day and before arrival of inclement weather
Arrange work sequence to avoid use of newly constructed roofing for storage,
walking surface, and equipment movement. Move equipment and ground
storage areas as work progresses.
Protect building surfaces at set-up areas with tarpaulin. Secure tarpaulin.
Remove dumpster from premises when full and empty at approved dumping 1
refuse area. Deliver empty dumpster to site for further use. Upon job
completion, dumpster shall be removed from premises. Spilled or scattered
debris shall be cleaned-up immediately. Removed material to be disposed fro
roof as it accumulates.
At end of each working day, removal areas shall be sealed with water stops
along edges to prevent water entry.
Provide clean plywood walkways and take other precautions required to prevt
tracking of aggregate/debris from existing membrane into new work area whe
aggregate/debris pieces can be trapped within new roofing membrane.
Contractor shall instruct and police workmen to ensure that aggregate/debris
not tracked into new work areas on workmen’s shoes or equipment wheels.
Discovery of entrapped aggregate/debris within new membrane is sufficient
cause for its rejection.
2.
3.
4.
5.
6.
0
7.
8.
9.
H:\CNTW006.FM 1 IBI
@ e
B. Surface preparation:
1. Remove: Existing roofing, insulation to roof deck.
3. Remove flashings to substrate.
4. Remove as directed by City:
a. Unused equipment.
. 2. Sweep clean roof deck. e
3.04 CARPENTRY
A. Raised Edge:
1. Mechanically attach wood blocking. Offset blocking layers 12 inches (300 mn
weave corners.
a. Blocking thickness: Equal to final insulation thickness including tapered
edge strips.
2. Fasteners shall be installed in two (2) rows staggered. Spacing in any 1 row
shall not exceed 24 inches (610 mm). Within 8 feet (2.4 meter) of outside
corners, spacing shall not exceed 12 inches (300 mm) in any one (1) row.
Install wood cants over nailer for raised edge detail. Nail two (2) rows staggei
Spacing in any one (1) row shall not exceed 24 inches (610 mm). Within 8 fec
(2.4 meter) of outside corner, spacing shall not exceed 12 inches (300 mm) in
any one (1) row.
3.
B. Wood curb locations:
1. Mechanically attach wood blocking to deck at all wood curb locations. Minim
2 fasteners per section.
Offset blocking layers 12 inches (300 mm), weave corners.
a. Blocking thickness: Equal to final insulation thickness.
b.
Install wood cants to blocking. Nail two (2) rows staggered to horizontal and
vertical substrates. Spacing in any one (1) row shall not exceed 24 inches (6
mm) .
0
2.
Blocking width: 4 inches (100 mm) nominal.
3.
C. Pitch pocket locations:
1. Mechanically attach wood blocking to structural deck at all pitch pan location
minimum 2 fasteners per section.
Offset blocking layers 12 inches; (300 mm); weave corners.
Blocking thickness: Equal to final insulation thickness including tapered edge
Width: 4 inches (100 mm), nominal
2.
3.
4.
H:\CNTQ80M.FM 1 I=/
a9 0
D. Wood blocking fastening pattern:
X X X
q77Tx x X X
E. Light metal parapet cap locations:
1. Mechanically attach wood blocking to top of parapet with 3/8 inch (9.5 mm)
diameter wedge anchors 4 feet o.c., minimum 2 fasteners per section of
blocking. Countersink anchors flush with blocking surface.
a.
b.
Blocking thickness: 2 inches (50 mm) nominal.
Blocking width: Flush with edges.
3.06 ROOF DECK REPAIRS
1. Wood roof deck repairs:
a. Reattach loose deck panels.
b. Reattach 6 inches (150 mm) O.C. at edges; 12 inches (305 mm) O.C. at
intermediate supports.
2. Plywood deck replacement:
a. Remove deteriorated deck panels. Examine joists for rot. If unsound,
b.
c.
3.08 RESIN SHEET
contact Ctty immediately for future action.
Attach new decking 6 inches (150 mm) O.C. at edges; 12 inches (305 m
O.C. at intermediate supports.
Provide 1/8 inch (3.2 mm)l gap between panels at panel edges.
e
A. Ensure deck is dry.
8. Lay 1 ply rosin sheathing paper perpendicular to slope direction over roof deck.
Sidelaps - 2 inches (50 mm); endlaps -- 4 inches (100 mm). Nail to hold in place.
3.09 MERMAL INSULATION
A. Mechanically attach insulation to deck.
1.
Install additional fasteners to ensure insulation is firm under foot.
Drive mechanical fasteners flush to top surface.
Fastener density: 1 every 2 sq. ft. (1 every 0.19 sq. meter.)
B.
C.
H:\CNTOBOW.FM f la3
@ 0
D. Filler insulation requires 2 fasteners per piece minimum.
3.11 ROOF SYSTEM APPLICATION
A. Install three (3) plies of precut, relaxed ply sheet, shingle fashion. Overlap starter stril
26 inches (660 mm) with first ply, then overlap each succeeding ply 24-2/3 inches (63
mm). Place ply sheets to ensure water will flow over or parallel to, but never against
exposed edges.
Use 12, 24, 36 inch (305, 610, 910 mm) wide plies to start and finish roof membrane
along roof edges and terminations.
Immediately after installation, broom and/or roll ply sheet. Ensure complete and
continuous seal and contact between adhesive and felts, including ends, edges and I
without wrinkles, fish mouths, or blisters Broom/roller width: 34 inches (860 mm)
mini mum.
Apply uniform and continuous pressure to exposed edge and end laps to ensure
complete adhesion.
Avoid walking on plies until adhesive has set.
Overlap previous day's work 24 inches (610 mm).
Lap ply membrane ends 4 inches (100 mm). Stagger end laps 3 feet (910 mm)
minimum.
Embed each ply in a uniform and contiinuous application of cold process interply
adhesive. lnterply application rate: 3 gallons per 100 sq. ft. (1.2 Urn'>.
*
B.
C.
D.
E.
F.
G.
H. e
3.1 2 DAILY WATERSTOPrn E-I NS
A. Remove embedded gravel/debris from ,top ply of felt along termination.
1. Width: 18 inches (460 mm).
B. Adhere 12 and 18 inch (305 and 460 mlm) wide ply sheets from exposed deck to
existing roofing with a continuous 1/16 inch (1.6 mm) thick application of tie-off masti
Glaze cut-off with surfacing mastic. Mend 18 inch (460 mm) wide felt 3 inches (80 r
either side 12 inch (305 mm) felt.
Install "deadman" insulation filler at insulation staggers.
Extend roofing system at least 12 inches (305 mm onto prepared area of adjacent
roofing. Seal edge with 6 inches (150 mm) wide reinforcing membrane embedded
between atternate courses of tie-off mastic.
At beginning of next day's work remove temporary connection by cutting felts evenly
along edge of existing roof system. Remove "deadman" insulation fillers.
C.
D.
E.
H:\CNTWOM.FM 1 I=/'
@ e
3.1 5 FLASHINGS
A. General flashing requirements:
1. MB Flashing:
a.
e
Adhere one (1) ply flashing ply to flashing substrate in a continuous
application of asphalt mastic. Remove wrinkles and voids. Overlap
sections four inches.
Extend flashing ply 4 inches (100 mm) beyond toe of cant.
Cut modified bitumen flashing membrane in lengths not to exceed 10 fe
(3.1 meter). Apply asphatlt mastic to flashing ply in a continuous 1/16 in
(1.6 mm) thick application. Adhere flashing membrane to mastic. Lap flashing membrane ends LC inches (100 mm); extend membrane 6 inche:
(150 mm) beyond toe of cant; press sheet firmly in place. Ensure comp
bond and continuity without wrinkles or voids. Adhere laps with asphatt
mastic. Seal vertical laps of flashing membrane with reinforcing membrz
embedded between alternate continuous courses of asphatt mastic. Allc
sufficient cure time (3 weeks), then coat with Polarcoat. At building wall
course top edge of Modified flashing before installing counterflashing.
b.
c.
2. Base flashing height:
a. Not less than 8 inches (200 mm), not higher than 12 inches (305 mm)
above finished roofing surface.
3. Two-ply Stripping for metal flanges:
a.
e
Set flange in asphalt mastic. Seal flange with two (2) stripping plies
embedded between alternate applications of stripping ad hesive/bitumen
Extend first ply 4 inches (100 mm) beyond flange; second ply 2 inches (
mm) beyond first ply.
B. At perimeter edges:
1. Install new roofing to top of cant at raised edge. Nail with spiral or annular st
nails, 8 inches (200 mm) O.C. Nails to have 1 inch (25 mm) integral cap.
Install modified bitumen base flashing as described in general flashing
requirements section.
Secure fascia bottom with 3/4 inch (1 9 mm) lock to continuous cleat nailed 1 (
inches (410 mm) O.C. Cleat shall be 1 gauge heavier than fascia.
a. Gap fascia ends V2 inch (‘13 mm); overlap cleat joints - 1 inch (25 mm).
flange in mastic. Cover fascia ends with cover plate profiled to fascia.
2.
3.
H:\CNTgSOOCI.FM 11291
a9 e
cover in elastomeric mastic; nail to wood blocking through gap between
fascia joints.
C. At scupper locations:
1.
2.
3.
4.
5.
Install cant strip up to scupper opening.
Install roofing to top edge of cant.
Fabricate and install metal scupper.
Install base flashings described in general flashing requirements section.
Fabricate and install new counterflashing.
0
D. At wood curb flashings:
1.
2.
Remove mechanical equipment from curb.
Install new roofing to top edge of cant. Nail 8 inches (200 mm) O.C. with spire
annular nails, with a 1 inch (25 mm) cap.
Install modified bitumen base flashing as described in general flashing
requirements section.
Secure top edge of flashing to substrate with spiral or annular shank nails, wii
1 inch (2.54 cm) cap, 8 inches (20.3 cm) O.C.
Provide five course seal/reinforcement at top of flashing membrane.
a.
3.
4.
5.
Embed two (2) courses reinforcing mesh in alternate continuous
applications of asphalt mastic; leave no voids. Cover reinforcing mesh 1
a top course of asphatt mastic.
b. Fabricate and install counterflashing.
@
6. Reinstall mechanical equipment onto curb. Refasten.
E. At plumbing vents:
1.
2.
Wedge plumbing vent tight against deck.
Apply 1/16 inch (1.6 mm) uniformly thick layer of asphatt mastic to surface
receiving metal flange.
Fabricate and install plumbing vent flashing from lead. Flange: 4 inches (100
mm) wide minimum; extend completely around periphery of vent flashing. SI
flange into mastic. Neatly dress flange with wood block.
Prime metal flange with asphatt primer.
3.
4.
H:\CNTWOM.FM 1/25
@ 0
a. Pipe outside diameter greater than 2 inches (50 mm): Bend lead inside
pipe 1 inch (25 mm) minimum with pliers or rubber/plastic mallet; replac
cracked lead.
Pipe outside diameter 2 inches (50 mm) or less: Cut lead at vent top;
fabricate and install integral lead cap.
b. e
5. Fabricate and install plumbing vent flashing from copper. Flange: 4 inches (11
mm) wide minimum; extend cornpletely around periphery of vent flashing. Pri
metal flange with asphalt primer. Set flange into mastic. Fabricate and install
integral copper capat vent top.
a. Mechanically fasten plumbing vent to substrate, 3 inch (75 mm) O.C.
staggered.
6. Install two (2) ply stripping for metal flanges as described in general flashing
requirements section.
F. At copings:
1. Installation of light metal parapet cap.
a. Install wood blocking.
b. Install continuous bent cleat on outside edge of wood blocking. Cleat I
be 1 gage heavier than coping cover. Lap ends 1 inch (25 mm). Nail 1
inches (400 mm).
Install shims or beveled wood strips to provide inward slope to finished
coping cap.
Place a base sheet fett over top of parapet blocking. Extend down 2
inches (50 mm) minimum over edges.
Fabricate and install coping cover. Connect coping sections with 1-1/4
inch (32 mm) high standing seam. Extend front and rear sides of cover
inches (50 mm) beyond wood blocking. Bend lower edges out 30 degr
maximum to form drip edge. Attach outside edge to continuous cleat v
3/4 inch (19 mm) lock. Attach inside edge to wood blocking 24 inches
(610 mm) O.C. At corners, form standing seam and miter.
c. 0
d.
e.
G. At pitch pans:
1. Fabricate pitch pans. Sides: 4 inches (100 mm) high, hemmed to outside at
edge. Flange: 4 inches (100 mm) wide, completely around periphery.
Clearance between projection and pitch pan: 2 inches (50 mm). Set flange ir
mastic.
H:\CNT08OO&FM 1 IS,
@ *
2. Pack gap between roof-penetrating element and deck with compressible
insulation. Seal with reinforcing membrane 'embedded between alternate COUI
of asphalt mastic.
Nail flange to wood blocking 3 iinches (75 mm) o.c., staggered.
Prime metal flange, projection, and pitch pan interior with asphalt primer.
Install two (2) ply stripping described in general flashing requirements section.
Fill pitch pan to within 1 inch (25 mm) from top with non shrink grout. Allow to
set firm.
Fill pitch pan with asphalt mastic. Double fill if necessary.
Fabricate and install umbrella with drawband over pitch pan. Tighten drawbar
Wipe clean top of umbrella and projection with metal cleaner. Prime surface v
metal primer.
e 3.
4.
5.
6.
7.
8.
9.
10. Caulk stacwsheet metal interface. Provide watershed. Tool neatly.
H. At roof drains:
1. Install tapered edge strip around drain to create approximate 48 x 48 inch (1 2,
x 1220 mm) sump. Miter corners. Seal toe of tapered edge to drain rim with
reinforcing membrane embedded between alternate courses of asphalt mastic
Install roofing system into sump and onto drain rim.
Plug drain to prevent water entry until service connection is completed.
Prime the bottom side of the lead flashing.
Apply 1/16 inch (1.6 mm) uniformly thick layer of asphalt mastic to surface
receiving lead flashing.
Set single piece lead flashing in mastic centered over drain; extend lead 6 inc
(150 mm) beyond drain rim. Neatly dress lead with wood block.
Clamp flashing collar to drain in bed of mastic.
Neatly cut lead/felts within drain at rim. Lead to extend 1 inch (25 mm) into bi
Prime lead with asphalt primer.
Install two (2) ply stripping described in general flashing requirements section
Stripping shall not extend under clamping ring.
For working drains, remove drain plug upon completion of work each day.
0 2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
H:\CNTWOM.FM 1i2Ql1
@ 0
3.17 SURFACING APPLICATION
A. Flood coat:
1. Prior to application of surface treatment system, contractor shall inspect roof \
manufacturer’s representative.
Over entire roof surface spray apply uniform and continuous flood coat of
BURmastic L.V.
a.
e
2.
Coverage rate: 5 gallons per 100 sq. ft. & 1/2 gallon per 100 sq. ft. (2.0 1
2 0.20 Vm?.
Immediately broadcast minimum 500 Ibs./l00 sq. ft. (24.5 kg/m2) of new, clea
roofing gravel. Cover flood coat material completely.
3.
3.1 a WALKWAYS
A. Install walkway panels according to attached plan.
1. Adhere walkway panels to roofing in a spot application of asphatt mastic.
3.21 ADJUSTING AND CLEANING
B. Repair of deficiencies:
1. 4D working days.
Installations of details noted as deficient during final inspection must be repaii
and corrected by applicator, and made ready for reinspection, within five (5)
C. Clean-up:
1. Immediately upon job completion, roof membrane and flashing surfaces shall
cleaned of debris.
Clean gutters and downspouts of debris. 2.
H:\CNTQ8OOWM 1 /=It
a9 a
STATEMENT OF ROOFING MANUFACTURER’S QUALIFICATIONS
Each bidder for the work included in the specifications and drawings and the contract document5
shall submit with their bid the data requested in the following schedule of information. This data
must be included in and made part of each bid doc:ument and contained in the sealed envelope.
Failure to comply with this instruction may be regarded as justification for rejecting the Contractoi
Proposal. Submit one (1) copy of this statement.
1. Name of bidder
2. Name of Material Supplier
3. Number of years manufacturing this roof system
4. Location of wholly owned and operated manufacturing facilities.
e
Facility Facility
Product Product
Street Street
city city
State State
% of product used 6 rnfg at this plant mfg at this plant % of product used
Facility Facility
Product Product
Street Street
crty city
State State
% of product used
mfg at this plant
5. Submit Material Safety Data Sheets on products to be used.
6. Submit current independent laboratory results on roofing system that is proposed, prior to a\
of contract.
7. The proposed roof system to be installed shall meet all local and state safety, health, fire anc
% of product used
mfg at this plant
building code requirements.
0
--------- __-------
~
L r cr, I I I
I I I
-e- @
-'U&
1 I r--------
1 I L I
1 I I I I I I I I
I I I 1 I l
I I I I I I I
~
TLcn
c,oo
O0=o rnq
z4 -'e
I
rl--------------------------------------
I I I I
I I 6
I 2 I 3 I I I I I LT-----------------_--------------------
I I I
I I 1 I I I I I I I I X I I I I- I I
I I
I I
I I
I 8 2 I \
\
\
L------------_------_________ 1'
\
\
w B si s! 0
\ I L - - - - - - - -
~~~ (1 Recording requested by: c 1 OH =3f CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
Carlsbad CA 92008
OFFiiIRL RECORCS
S#i DIEhD @@lT'f REf@$J3?'S fifFLE &Ef&:Y SP1TI.i 4 ClIit4YY FECfiffbE$ 1897
I200 Carlsbad Village Drive FEES:
Space above for Recorder's use
NOTICE OF COMPLETION
Notice is hereby given that:
I. The undersigned is owner of interest or estate stated below in the property hereinafter describec
2. The full name of the undersigned is 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 of improvement on the property hereinafter described was completed on October 30, 19
6. The name of the contractor, if any, for such work of improvement is Roejack Roofing.
7. The property on which said work of improvement was completed is in the City of Carlsbad, Cour
San Diego, State of California, and is described as follows:
8. The street address of said property is:
LIBRARY REROOF - Contract No. CS96-1
Carlsbad Library, 1250 Carlsbad Village Drive, Carlsbad CA 92008
CITY OF CARLSBAD
- b4LdLLddL
Charles Walden
Facilities Superintendent
VERIFICATION OF CITY CLERK
I, the undersigned say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad CA 92008; the Ci
Council of said City on November 12 , 1996 accepted the above desc
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 December 4, , 1996 at Carlsbad, California
CITY OF CARLSBAD
Aletha L. Rautenkrinz, City Clerk J