Loading...
HomeMy WebLinkAboutSequoia Roofing; 2010-10-08; PEM 511City of Carlsbad MINOR PUBLIC WORKS PROJECT 2010 Roof Replacement at Three City Facilities Project Manager Kelly Brooks Date Issued:, (760) 802-7731 Bid No.: PEM 511 Mail To: CLOSING DATE: Property & Environmental Management Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 405 Oak Avenue located at 1635 Faraday Avenue, Carlsbad, Carlsbad, California 92008 CA 92008 until 4:00 p.m. on the day of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter, blue or black ink. Envelope MUST include Request For Bid No, - r DESCRIPTION Labor, materials and equipment to replace roofs at Leo Carrillo's Dee Dee's House. Parks Administration and Village Grill & Storage Garage. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Kelly Brooks Phone No. (760) 802-7731 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( i/T, 2 ( iA, 3 (j/), 4 ( _ ), 5 ( _ ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Sequoia Roofing _ (760)434^995- Name Telephone 396 Edgewater Drive _ (760) 739-7605 Address Fax San Marcos, CA 92078 mrochholz@sequoiaroofing.com City/State/Zip E-Mail Address -1- Revised 08/11/09 Name and Title of Person Authorized to sign contracts. ctO Title Name Date JOB QUOTATION ITEM NO. 1 1 1 1 UNIT LS LS LS LS QTY 1 1 1 1 DESCRIPTION Leo Carrillo's Dee Dee's House Leo Carrillo's Dee Dee's House Add-on 20 year, 3-ply torch roof Parks Administration Village Grill & Storage Garage Grand Total TOTAL PRICE $3,620.00 $920.00 $4,560.00 $5,880.00 $14,980.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Sequoia Roofing 897098 Company/Business Name Auttjpfeett-Signature Printed Name and Title Contractor's License Number C - 39 Roofing Classification(s) 05-31-2011 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: 80709 .f OR -2-Revised 08/11/09 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address /i/c*>L License No., Classification & Expiration Date MBE Yes No Total % Subcontracted:A * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 08/11/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT 2010 Roof Replacement at Three City Facilities (Less than $30,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages is at contractor's discretion for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Kelly Brooks (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Manager has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ^—-j __ Print Name: A^t I &<£ /£ -4- Revised 08/11/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -5- Revised 08/11/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within 15 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed. CONTRACTOR:CITY OF CARLSBAD a municipal corporation of the State of California: (name of Contractor) By:. Assistant City Manager GV~>u (address) (telephone no.) (print name and title) U > ATTEST: (address) c. (city/state/zip)Y / LORRAINE M. lerk (telephone no.) (fax no.) lT _ Cg c (e-mail address) ^ (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: RONALD R. BALL, City Attorney BY: Deputy City Attorn< -6-Revised 08/11/09 ALL-PUBPOSE ACKNOWLEDGMENT State of California County of S'/M On Date personally appeared before me,£Hu<vJ-r< Here Insert Name and Title of me Officer , Name(sQ of Signer(s( PRAFULA KHUNTI Commission # 1805858 Notary Public - California 1 San Diego County £ My Comm. Expires Jul 4, 2012 t Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person^ whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sbe/toey executed the same in his/he*#hetrauthorized capacity(ies), and that by his/hei#heir signature^) on the instrument the person(^), or the entity upon behalf of which the person(af) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature r1--»--^ —-—^ Signature of Notary Public 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: City Of Document Date: A)ftur. Number of Pages: Signer(s) Other Than Named Above: Signer's Name: PA(CMfl£L D Individual K Corporate Officer — Title(s): D Partner — D Limited n General D Attorney in Fact D Trustee D Guardian or Conservator G Other: Signer is Representing: Top of thumb here Signer's Name: D Individual n Corporate Officer — Title(s): n Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGKirpUKIBPRINiir •-,;- QBSIGISIERi , Top of thumb here ©2007 National Notary Association « 9350 De Soto Ave.. P.O. Box 2402 ° Chatsworth. CA 91313-2402 •> www.NationalNotary.org Item #5907 Reorder: Call Toll-Frae I -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ^ State of California County of (!^20to before me. rp Date personally appeared _ JENNIFER LYNDON Commission # 1866902 Notary Public - California San Diego County My Comrn. Expires Pel 2, 2013 who proved to me on the basis oLsatisfactory evidence to be the persor>(si whose name^J6a&re subscribed to the within instrument and acknowledged to me that he^g/fhe^executed the samein'!fti^/l5|^'their authorized capacityttesj, and that by ftt^^fhej^ignaMrefs,^ on the instrument tiie person(sX or trie entity upon behalf of which the personfs^cted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above WITNESS my hand and official seal. Signature OPTIONAL 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:. Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual HsCorporate Officer —Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: _ D Individual D Corporate Officer — Title(s): _ D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ^±^^v'li±X^StX^tX>'^^ ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: CallToll-Free 1 -800-876-6827 Ruberoid® Torch Granule Data Sheet Updated: 1/10 Quality You Can Trust Si nee 1886... From North America's Largest Roofing ManufacturerTM GAP MATERIALS CORPORATION GAP MATERIALS CORPORATION RUBEROID TORCH GRANULE 5MBWDK3BCH Description RUBEROID® TORCH GRANULE membrane is a tough, resilient modified bitumen membrane manufactured to stringent GAP Materials Corporation specifications. Its core is a strong, resilient, non-woven polyester mat that is coated with weather resistant APR polymer modified asphalt. Uses RUBEROID TORCH GRANULE is designed for new roofing and reroofing applications as well as flashings. RUBEROID TORCH GRANULE is also an ideal product for repairs of built-up roofing membrane or other modified bitumen systems. Advantages • Typical system guarantees available for up to 15 years, select system constructions available with up to 20 year guarantee coverage. • Cost effective—the installed cost of RUBEROID TORCH is less than most single-ply systems on the market today. • Lightweight—installed roof designs weigh less than 2 pounds per square foot. • Resilient—RUBEROID TORCH'S polyester mat, core allows it to resist splits and tears due its pliability and elongation characteristics. Advantages (Continued) • Durable—specially formulated modified asphalt for lasting performance. • RUBEROID TORCH GRANULE is backed by GAP Materials Corporation, a company with over 100 years in the roofing business. • Available in smooth surface and two granular colors: black and white Meets ASTM D6222, Type I, Grade G FM Approved HUD Material Release #1216A Miami-Dade County Product Control Approval ULVULc Listed *See Ruberoid Application and Specification Manual or UL Directory for specific approval. Roll Size 1 square (106.5 gross sq.ft.) (9.8m2; Roll Length 32.3' (9.8m) Roll Width 39.58" (.625m) Approx. Roll Weight 99 Ibs (44.9kg) Product Thickness 0.160" (4mm) This product meets or exceeds the following ASTM D6222, Type I, Grade G, minimum requirements: : ' : liiiilr^' ; "*ffs!f! i^^M^&l^&^em^M Tensile Strength @ 0°F (min), Ibf/in Elongation @ 0°F (min), % Low Temperature Flexibility (max), °F Tear Strength (min), Ibf Dimensional Stability, (max) % ASTM D5147 ASTM D5147 ASTM D5147 ASTM D5 147 ASTM D5 147 60 10 32 70 <0.5 ©2009 GAP Materials Corporation 01/10 32 www.gaf.com • 1-800-ROOF-411 SEQUOIA R Ill ING, INC. NAME City of Carlsbad - Kelly Brooks JOB ADDRESS Storage Unit Village Grill lot PHONE 760-434-2925 Billing Address: Specifications for New Built-up Roof Remove \_existing roof(s), haul away debris and replace dry-rot wood @ $4.00 per ft. X Clean roof surface for installation of new roofing system _J£ Replace dry-rot plywood @ ROOF AREA 25' X 6', X Install new galvanized metal pipe jack flashings and vent caps X Install 28# fiberglass base sheet, with large head simplex nails X Install single-ply modified bitumen roofing material TORCH Run modified bitumen up pitched roof approx 2-3 ft Install cant strip at base of parapet walls X Wrap parapet walls with modified bitumen. X Remove and install metal coping as needed X Seal off all openings, pipes and vents with mastic webbing. . applied Area to be roofed: COMPLETE ROOF AREA (29 X 22) + (39X23) +TIE-IN TO EXISTING SHINGLES 12 _Years warranty by manufacturer 10 _Years labor guarantee _Remove company equipment and all related debris from job site and inspect roof upon completion Optional Create cricket to move water away from current ponding area at parapet: $230. SEQUOIA ROOFING CATTIES A 1 MILLION DOLLAR LIABILITY AND WORKERS COMPENSATION POLICY TO PROTECT YI Terms: DEPOSIT $ UK/ DUE UPON START OF WORK $ 0 DUE UPON COMPLETIONS If any additional materials or labor, please specify below: ^~~-PRICE /y$5880 Approximate start date tbd Approximate completion date 2-3 days PROPOSAL VALID THROUGH 9-30-10 The undersigned have read and agree to all terms and conditions on both sides of the contract. I/we agree to pay the amount set forth above and according to the terms thereof. I further acknowledge receipt of a copy of this written contract. ACCEPTED BY:. PROPOSED BY:_ CONTRACTOR: DATE: Mike Rochholz - CEO DATE: 3-2-10 Mike Rochholz DATE: 3-2-10 NOTICE: YOU,'. AFTER THE DATE OF THE TRANSACTION. SEE ATTACHED NOTICE OF CANCELLATION FROM FOR AN EXPLANATION OF THIS RIGHT 5EQUOIAROOFIimE»tgewater Dr. • 5an Marcos. CA 92D7B phone B66.739.7EE4 • fax 76D.739.76D5 • www.5equDiaRDafing.com 5EQUOIA ROOFING, INC. NAME PHONE City of Carlsbad - Kelly Brooks 760-434-2925 JOB ADDRESS 1166 Carlsbad Village Drive Main Office Billing A ddress: Specifications for Fiberglass Composition Shingle Roof X Remove 1 existing roof(s), haul away debris and replace dry-rot wood @ $4.00 per ft. Any additional layers of tear off $300 X Clean roof surface for installation of new roofing system X Replace fascia @ $7.00 per linear foot X Replace dry-rot plywood @ $50.00 per sheet Install new Vj' CDX / OSB plywood X Install new galvanized metal pipe jack flashings and vent cap as needed X Install metal edging to perimeter of roof ' White X Brown > ! Grey X Hand nail 1 layers of 30 # A.S.T.M. felt underlayment with large head simplex nails X Install new fiberglass starter shingles to perimeter of roof . X/L/9%. >^-C * "*l X Install new field shingles 30 Year GAFELK Type TBD Color Af/ffZ^V t-"M/Ti r^- • I X Install new hip/ridge shingles in corresponding color. RIDGEGLASS Type X Seal off all openings, pipes and vents with mastic and webbing X Paint all pipes and vents with rust resistant paint to closely match roof. Area to be roofed: 30 Years warranty by manufacturer 10 Years labor guarantee SEQUOIA ROOFING CARRIES A 1 MILLION DOLLAR LIABILITY AND WORKERS COMPENSATION POLICY TO PROTECT YOU Terms: DEPOSIT $ 0 DUE UPON START OF WORK $ DUE UPON COMPLETIONS 4560 If any additional materials or labor, please specify below: Approximate start date tbd Approximate completion date 2-3 days PRICE $4560 PROPOSAL VALID THROUGH 9-30-10 The undersigned have read and agree to all terms and conditions on both sides of the contract. I/we agree to pay the amount set forth above and according to the terms thereof. I further acknowledge receipt of a copy of this written contract. ACCEPTED BY: DATE: PROPOSED BY: Mike Rochholz - CEO DATE: 7-22-10 CONTRACTOR: Mike Rochholz DATE: 7-22-10 NOTICE: YOU, THE OWNERS, 1 AFTER THE DATE OF THE TRANSACTION. SEE ATTACHED NOTICE OF CANCELLATION FROM FOR AN EXPLANATION OF THIS RIGHT 395 Edgewater Dr. • Ban Marcos. CA 92D7B phone B6B.739.76B4 • fax 7EO.733.7BQ5 • www.5equQiaRoofing.cam SEQUOIA R 111 ING, INC. NAME City of Carlsbad - Kelly Brooks JOB ADDRESS Dede House Carillo Park PHONE 760-434-2925 Billing Address: Specifications for New Built-up Roof x Remove 1 _existing roof(s), haul away debris and replace dry-rot wood @ $6.00 per ft. X Clean roof surface for installation of new roofing system X Replace dry-rot plywood @ $50 per sheet. X Install new galvanized metal pipe jack flashings and vent caps X Install 28# fiberglass base sheet, with large head simplex nails X Install single-ply modified bitumen roofing material TORCH Run modified bitumen up pitched roof approx 2-3 ft Install cant strip at base of parapet walls X Wrap parapet walls with modified bitumen. Remove and install metal coping as needed X Seal off all openings, pipes and vents with mastic webbing. Area to be roofed. . applied Optional: 20-year 3-ply torch roof: add $920. n__Years warranty by manufacturer 10 _Years labor guarantee _Remove company equipment and all related debris from job site and inspect roof upon completion SEQUOIA ROOFING CARRIES A 1 MILLION DOLLAR LIABILITY AND WORKERS COMPENSATION POLICY TO PROTECT YOU Terms: DEPOSIT $ 0 DUE UPON START OF WORK $ 0 DUE UPON COMPLETIONS $3620. If any additional materials or labor, please specify below: Approximate start date tbd Approximate completion date 1-2 days PRICE $3620 PROPOSAL VALID THROUGH 9-30-10 The undersigned have read and agree to all terms and conditions on both sides of the contract. I/we agree to pay the amount set forth above and according to the terms thereof. I further acknowledge receipt of a copy of this written contract. ACCEPTED BY:_ PROPOSED BY:_ CONTRACTOR: DATE: Mike Rochholz - CEO DATE: 4-2-10 Mike Rochholz DATE: 4-2-10 NOTICE: YOU, THE OWNERS, MAY CANCEL THIS TRANSACTION AT ANY TIME PRIOR TO MIDNIGHT OF THE THIRD BUSINESS DAY AFTER THE DATE OF THE TRANSACTION. SEE ATTACHED NOTICE OF CANCELLATION FROM FOR AN EXPLANATION OF THIS RIGHT SEQUOIA Dr. • Ban Marcos. CA 92D7B phone BB5.739.7664 • fax 7BD.739.7BD5 • www.5equQiaRDDfing.cam