HomeMy WebLinkAboutSequoia Roofing Inc; 2014-04-22; PKRC5358Tracking #:PKRC5358
CITY OF CARLSBAD
PUBLIC WORKS LETTER OF AGREEMENT
Holiday Park Picnic Shelter Roof Replacement (PKRC538)
This letter will serve as an agreement between Sequoia Roofing, Inc. a roofing company (Contractor) and
the City of Carlsbad (City). The Contractor will provide all equipment, material and labor necessary to
replace the roof of the Holiday Park picnic structure: removing all layers of existing roof, haul away debris
and replace dry-rot wood at $4.00 per ft., clean roof surface for installation of new fiberglass composition
shingle roof, replace fascia at $7.00 per linear ft., replace dry-rot plywood at $50.00 per sheet, install new
galvanized metal pipe jack flashings and vent cap as needed, install metal edging to perimeter of roof,
hand nail one layer of GAF Tiger Paw underlayment with large head simplex nails, install new GAF Pro
Start fiberglass starter to perimeter of roof, install new field shingles GAF color RBD, install new hip/ridge
shingles in corresponding color GAF Ridgeglass type, seal off all openings, pipes and vents with caulking,
paint all pipes and vents with rust resistant paint to closely match roof with a lifetime warranty by
manufacturer 10 years labor guarantee. Remove company equipment and all related debris from job site
and inspect roof upon completion per the Contractor's proposal dated April 22, 2014 and City
specifications, for a sum not to exceed Three Thousand Seven Hundred dollars ($) 3,700. This work is to
be completed within 20 working days after issuance of a Purchase Order.
ADDITIONAL REQUIREMENTS
1. City of Carlsbad Business License
2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its agents, officers and employees, from all claims, loss, damage, injury and
liability of every kind, nature and description, directly or indirectly arising from or in connection with
the performance of this Contract or work; or from any failure or alleged failure of the contractor to
comply with any applicable law, rules or regulations including those relating to safety and health;
except for loss or damage which was caused solely by the active negligence of the City; and from any
and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by this Contract, unless the loss or damage
was caused solely by the active negligence of the City. The expenses of defense include all costs and
expenses, including attorney's fees for litigation, arbitration, or other dispute resolution method.
3. Contractor shall furnish policies of general liability insurance, automobile liability insurance and a
combined policy of workers compensation and employers liability in an insurable amount of not less
than five hundred thousand dollars ($500,000) each, unless a lower amount is approved by the Risk
Manager or the City Manager. Said policies shall name the City of Carlsbad as a co-insured or
additional insured. 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-:V, and (2) are admitted and authorized to transact the business
of insurance in the State of California by the Insurance Commissioner. Proof of all such insurance
shall be given by filing certificates of insurance with contracting department prior to the signing of the
contract by the City.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues,
Ordinances and Regulations, including Workers Compensation laws (Division 4, California Labor
Code) and the "Immigration Reform and Control Act of 1986" (8USC, Sections 1101 through 1525), to
include but not limited to, verifying the eligibility for employment of all agents, employees,
subcontractors and consultants that are included in this Contract.
5. The Contractor shall be aware of and comply with California Regional Water Quality Control Board,
San Diego Region requirements.
A. Contractor shall not allow any discharges from the construction site, which may have an adverse
effect on receiving waters of the United States.
Contractor shall not allow any groundwater extraction water to be discharged from construction
site except in full compliance with the General Waste Discharge Requirements for Ground Water
Extraction and Simiiar Discharges from Construction and Remediation Projects (Order No. 96-41)
Holiday Park Roofing Replacement {PKRC538) - 1 - City Attorney Approved 6/18/13
Tracking #:PKRC5358
adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said
Order No. 96-41 and review all compliance requirements therein, including monitoring, testing,
and reporting.
B In the event of conflict between the Contract and Permit requirements, the most stringent shall
prevail All permit requirements shall be satisfied by Contractor and accepted by all issuing
agencies, and the Owner before project will be accepted and a Notice of Completion filed.
C Contractor shall, at his own expense, procure any additional permits, certificates, and licenses
required of him by law for the execution of the work. He shall comply with all Federal, State and
local laws, ordinances or rules and regulations relating to the performance of said work.
E The Contractor shall incorporate and comply with all applicable Best Management Practices
(BMPs) during the completion of this agreement. All work must be in compliance with the most
current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal
code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP)
incorporated herein by reference.
F. The Contractor shall indicate in his submittals methods of compliance, equipment utilized to
insure compliance, training of staff and experience in compliance with environmental regulations.
If in the opinion of the project manager, the Contractor is not in compliance with this provision
CITY reserves the rights to implement BMP's to the maximum extent practical, and deduct
payment due or back charge the Contractor for implementation with a 15% markup for
administration and overhead.
6 The Contractor may be subject to civil penalties for the filing of false claims as set forth in the
California False Claims Act, Government Code sections 12650, et seq.. and Carlsbad Municipal Code
Sections 3.32.025, et seq. A~^ init init
7. The Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of
Carlsbad to disqualify the Contractor from participating in contract bidding. //(^—unit init
8. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
any disputes between the parties arising out of this agreement is San Diego County, California.
9 The City of Carlsbad is a Charter City. Carisbad Municipal Code Section 3.28.130 supersedes the
provisions of the California Labor Code when the public work is not a statewide concern. Payment of
prevailing wages is at Contractor's discretion.
10. City Contact: Rodney Nishimoto 760-434-2953
Contractor Contact: Sequoia Roofing. Inc. •^FW=ft02-4bBE 1 k: ^ flZplL Q 3>
II
II
II
II
ll
II
11
ll
II
Holiday Park Roofing Replacement (PKRC538) -- 2 -- City Attomey Approved 6/18/13
Tracking #:PKRC5358
//
//
//
//
CONTRACTOR
Sequoia Roofing, Inc.
License #C39 897098
16466 Bernardo Center Dr. Ste. 116
San Diego, CA 92128
(760) 739-7663
CITY OF CARLSBAD, a municipal corporation
of the State of California
(sign here)
(print natne/title)
efrBepS!rt:ity Monogst^or
Jepartment Director
as authorized by the City Manager
Chris Hazeltine
(print name/title)
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary
or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.)
APPROVED AS TO FORM:
CELIA A. BF^^ City Attorn^
BY:
Holiday Park Roofing Replacement (PKRC538) - 3 --City Attorney Approved 6/18/13
SEOUOi
16466 Bernardo Center Dr. Ste. 116
Ca License # C39 897098 760-739-7663 San Diego, CA 92128
NAME City of Carisbad PHO.KT
Att: Rodney Nishimoto
JOB ADDRES.^ Holiday Park Billing Address:
Picnic Stucture
Specifications for Fiberglass Composition Shingle Roof
y Remove I iiytr existing rool^s). haul away dchris and ri^pXsxix dty-rol wood 3! S4.00 per ft.
X Cteaii roof surfijce for installation of new rootm.E system
X_ Replace fascia P J7.00 per linear foot
_X_ Replace drj'-rot ph-wood @ $50.00 per sheet
Install new '4" CDX / OSB plywrxv)
-.X.. Instrf' new galvanized meta! pipe jack Rashmgs and vctil c»p as needed
_X_ Instiril meia! edging to iwimeter of roof r~ White X UrowTi I I Grey
y Hand nail 1 „ _ layers of (i.^FTlCER PAW underlajmeni with large head simpleji nails
j(. Ingsril new G.-\F PRO ST.AR1 fiberglass starter to periineicr of iwf
_j( install new field 'slitnstes Year GAF Tviw TPO Cuk>r
_X Install new hip.'ridsie shingles in wicsponding color. G.\f RiOGEGLASS TvTW
X Seal off all cpcnings, pipes and vents with caulking
Pninf all pipes and vents with tust resistant paint to closely match loof
Area to be roofed:
LifetlmOf'ean %varrani> by tnaimfactnrer 10 Years labor giiarantee
Spccilicatlotss for New Built-up Roof
Rcinove e.\isttng rix>fl[sl, haul awa\ dcbns and rqilace drv'-rot wood % S4 00 per ft
Clean roof surface for installatiOT of new roofing system
Replace dry-rot plywimd S.iO-OO per sheet
install new galvanized raetal pir« jack flashings and vent caps
Install 38# fiberglass biie sheet, with large liead simj^ex naiSs
Install 2 to'crs single-ply modified bitumen roofing mrfcrial .JRIRCII applied
Rttn modified bttunten up pitched roof approx 2-3 fl
_ Install cant strip at base of parapet walls
Wrap parapet v.-d\< wiih triiidificJ bitumen
Remove and install metal coping as needed
Sea! olTall openings, pipes and vents wifli mastic webbing.
Area to be roofed:
Years «-arrantv by manufacturer Yaar; labor guarantee
X Hcmow CTinipHiix equipment and all related debris from job site and inspect raofupon atinptciion
SEQI OIA KOOFJNC CARRIES A I MILLION DOLKAR LIABILITV ANI> WX>RKERS COMPENS.A I tON POLICY TO PROTKCT YOl!
Terms: DEPOSIT % 0 MATERIAL DCLIVERY DRAW S 50% DUE UPON COMPLETIONS 52%.
PRICE $2700 Plus required wood replacement.
PROPOSAL VALID THROITCH
The untiersigned have read and agree to all terms and amdition.s on both sides of the contract. I'we agree lc pay the amount set torth above
and according to the term<; thereof I further aeknowledi«; receipt of a copy of this vvritien contract.
ACCEP VED HY; . . 1>ATE: _
PROPOSLD BY: Rudy Turner DATE:.4:22-14
x^ JNTRACTOR: Mike Rochholz . DATE:
NOTICF YOi:, rilK 0WM:RS, MAY CA.NCE1 THIS nt4NSACTIO>l AT ANV TIME PRIOR TO MIRNTGHT OF THE THIRD BI SINESS DAY
AFTER THE UA I E OF THE TRANS^mON. SEE ATFACHEO VOTICE OF CANCELLATION FROM FOR AN i:XPl.ANATION OF THIS RIGHT