HomeMy WebLinkAboutWeatherproofing Technologies Inc; 2023-03-20; PSA23-2103FACDocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
AGREEMENT FOR CITYWIDE ROOF INSPECTION, MAINTENANCE, AND ON-CALL LEAK RESPONSE SERVICES WEATHERPROOFING TECHNOLOGIES, INC.
THIS AGREEMENT is made and entered into as of the ZtD +vv day of� MW>:: , 2023, by and between the City of Carlsbad, California, a
municipal�'orporation ("City") and Weatherproofing Technologies, Inc., a Delaware corporation ("Contractor'').
RECIJALS
A.City requires the services of a consultant that is experienced in roof inspection andmaintenance services.
B.Contractor has the necessary experience in providing services and advice related
to roof inspection and maintenance services.
C.Contractor has submitted a proposal to City under RFP23-2023FAC and hasaffirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows:
1.scopE OF WORKCity retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A," which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2.§TANQARQ OF PERFORMANCEWhile performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3.IE.Bf4The term of this Agreement will be effective for a period of one (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for five (5) additional one (1)
year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare
a written amendment indicating the effective date and length of the extended Agreement.
4.TIME 1s Of THE ESSENCETime is of the essence for each and every provision of this Agreement.
5.COMPENSATIONThe total fee payable for the Services to be performed during the initial Agreement term will be one hundred eighty-three thousand nine hundred seventy dollars ($183,970). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not
exceed one hundred eighty-three thousand, nine hundred seventy dollars ($183,970) per
Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A."
City Attorney Approved Version 8/2/2022
l
,.
.
.
DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2
6.PBEYAIUNG WAGE RATES
PSA23-2103FAC
Any construction, alteration, demolition, repair, and maintenance work, including work performedduring design and preconstruction such as inspection and land surveying work, cumulativelyexceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws.The general prevailing rate of wages, for each craft or type of worker needed to execute thecontract, shall be those as determined by the Director of Industrial Relcations pursuant to the
Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of theCalifornia Labor code, a current copy of applicable wage rates is on file in the office of the CityEngineer. Contractor shall not pay less than the said specified prevailing rates of wages to allsuch workers employed by him or her in the execution of the Agreement. Contractor and anysubcontractors shall comply with Section 1776 of the California Labor Code, which generallyrequires keeping accurate payroll records, verifying and certifying payroll records, and makingthem available for inspection. Contractor shall require any subcontractors to comply with Section1776.
7.STATUS Of CONTRACTORContractor will perform the Services in Contractor's own way as an independent contractor andin pursuit of Contractor's independent calling, and not as an employee of City. Contractor will beunder control of City only as to the result to be accomplished, but will consult with City asnecessary. The persons used by Contractor to provide services under this Agreement will not beconsidered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30)days for any tax, retirement contribution, social security, overtime payment, unemploymentpayment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under thisAgreement. At the City's election, City may deduct the indemnification amount from any balanceowing to Contractor.
8.SUBCONTRACTINGContractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for theacts and omissions of Contractor's subcontractor and of the persons either directly or indirectlyemployed by the subcontractor, as Contractor is for the acts and omissions of persons directlyemployed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible forpayment of subcontractors. Contractor will bind every subcontractor and every subcontractor ofa subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
9.OTHER CONTRACTORSThe City reserves the right to employ other Contractors in connection with the Services.
1 o. lNDEMNlflCATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence,
2 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement.
11.INSURANCEContractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured.
11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an
"occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit.
11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City.
3
City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702O2
PSA23-2103FAC
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage.
11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified
mail pursuant to the Notice provisions of this Agreement.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City.
11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement.
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements.
12.BUSINESS LICENSEContractor will obtain and maintain a City of Carlsbad Business License for the term of theAgreement, as may be amended from time-to-time.
13.ACCOUNTING RECORDSContractor will maintain complete and accurate records with respect to costs incurred under thisAgreement. All records will be clearly identifiable. Contractor will allow a representative of Cityduring normal business hours to examine, audit, and make transcripts or copies of records andany other documents created pursuant to this Agreement. Contractor will allow inspection of allwork, data, documents, proceedings, and activities related to the Agreement for a period of three(3)years from the date of final payment under this Agreement.
14.OWNERSHIP OF DOCUMENTSAll work product produced by Contractor or its agents, employees, and subcontractors pursuantto this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to thisAgreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
15.COPYRIGHTSContractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
16.NOTICESThe name of the persons who are authorized to give written notice or to receive written notice onbehalf of City and on behalf of Contractor under this Agreement.
Ill
Ill
4 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
For City
Name Brian Bacardi
Title Public Works Superintendent
Department Public Works
City of Carlsbad
Address 405 Oak Avenue
Carlsbad, CA 92008
Phone No. 442-339-2943
For Contractor
Name Sten Johnson
Title Project Manager
PSA23-2103FAC
Address 3735 Green Road
Beachwood, OH 44122
Phone No. 858-531-5197
Email sajohnson@tremcoinc.com
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
17.CONFLICT OF INTERESTContractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories.
Yes D No [gl
18.GENERAL COMPLIANCE WITH LAWSContractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement.
19.DISCRIMINATION AND HARASSMENT PROHIBITEDContractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
20.DISPUTE RESOLUTIONIf a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law.
5 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
21.TERMINATIONIn the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In
the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as
to the portions of tasks completed and the compensation to be made.
22.COVENANTS AGAINST CONTINGENT FEESContractor warrants that Contractor has not employed or retained any company or person, otherthan a bona fide employee working for Contractor, to solicit or secure this Agreement, and thatContractor has not paid or agreed to pay any company or person, other than a bona fideemployee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violationof this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,to deduct from the Agreement price or consideration, or otherwise recover, the full amount of thefee, commission, percentage, brokerage fees, gift, or contingent fee.
23.CLAIMS AND LAWSUITSBy signing this Agreement, Contractor agrees that any Agreement claim submitted to City mustbe asserted as part of the Agreement process as set forth in this Agreement and not in anticipationof litigation or in conjunction with litigation. Contractor acknowledges that if a false claim issubmitted to City, it may be considered fraud and Contractor may be subject to criminalprosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,the False Claims Act applies to this Agreement and, provides for civil penalties where a personknowingly 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 ofinformation. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled torecover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of afalse claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement fora period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
24.JURISDICTION AND VENUEAny action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
6
City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702O2
PSA23-2103FAC
25.SUCCESSORS ANQ ASSIGNSIt is mutually understood and agreed that this Agreement will be binding upon City and Contractorand their respective successors. Neither this Agreement nor any part of it nor any monies due orto become due under it may be assigned by Contractor without the prior consent of City, whichshall not be unreasonably withheld.
26.ENTIRE AGREEMENTThis Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
Ill
Ill
Ill "'
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
1/1
7 City Attorney Approved Version 8/2/2022
DocuSign Envelope 10: 2756C968-B959-4CC3-AED1-O6A367F70202
27.AUTHORITY
PSA23-2103FAC
The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
WEATHERPROOFING TECHNOLOGIES, INC., a Delaware corporation
By:
(sign here)
Jaime Brink, Vice President, CFO & Treasurer
(print name/title)
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal corporation of the State of California
By:
Keith Blackburn, Mayor
ATTEST:
for Sherry Freisinger, City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups.
Group A Chairman, President, orVice-President
Group a Secretary, Assistant Secretary, CFO or Assistant Treasurer
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:
CINDIE K. McMAHON, City Attorney
BY: __ __,bl"'-=·�=-i&=��c;...;)l.:.;....._ ___ _ Deputy City Attorney
8 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
DEFINITIONS
EXHIBIT "A"
SCOPE OF SERVICES
CITY OF CARLSBAD
CITYWIDE ROOF INSPECTION AND
MAINTENANCE SERVICES
MANNER OF PERFORMING SERVICES
PARTI
GENERAL SPECIFICATIONS
PSA23-2103FAC
Whenever the following terms are used in this agree_ment, they shall have the following
meaning:
A."BID ITEM" -Individual items of work in the CONTRACTOR'S bid at an agreed price for the
work.
B."CITY" -The CITY of Carlsbad, California.
C."CITY MANAGER" -The fully appointed CITY MANAGER of the CITY or their authorized
representative.
0."CONTRACT ADMINISTRATOR" -The PUBLIC WORKS DEPUTY CITY MANAGER'S designeefor bidding, awarding and administering the CONTRACTOR'S work under this agreement.
E."CONTRACTOR" -The managing individual of the contracting entity or his authorized
employees or representatives.
F."EXTRA WORK" -Work other than that required by the agreement at the time of award
which is authorized by the CONTRACT ADMINISTRATOR.
G."PERIODIC INSPECTION" -Routinely scheduled or randomly noticed inspection or audit
conducted by CITY.
H."PREVENTATIVE MAINTENANCE" -Work specified in the preventative maintenance
9
City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
schedule of this agreement that consist of work performed by the Contractor at a fixed
price cost.
I."PUBLIC WORKS DEPUTY CITY MANAGER" -The official designated as the Public Works
Deputy City Manager of CITY, or any of their authorized representatives.
1.0 CONTRACTOR QUALIFICATIONS
1.1 Contractor shall have adequate equipment and employ adequate staff to perform the
described work. All employees of the Contractor must be a minimum of 18 years of age.
1.2 The Contractor shall not employ any person who is an employee of the City if the
employment of that person would create a conflict of interest.
2.0 CONTRACTOR RESPONSIBILITIES
2.1 Contractor shall have adequate equipment and employ adequate staff to perform the
described work. All employees of the Contractor must be a minimum of 18 years of age.
2.2 The Contractor shall employ only workers who are competent and skilled for work
under this contract. The City shall, throughout the term of the contract or any extension
thereof, have the right of reasonable rejection and/or approval of staff assigned to the
work by the contractor. If the Contract Administrator rejects one of Contractor's staff,
the Contractor must provide replacement staff satisfactory to the City at no additional
cost to the City. If, in the opinion of the City, any Contractor employee who is
incompetent, disorderly, refuses to perform in accordance with the contract
specifications, threatens or uses abusive language while on City property, or is
otherwise unsatisfactory, shall be removed immediately from work under this contract
upon request of the City.
2.3 The Contractor shall appoint a Project Manager who shall be responsible for the
performance of the work and an alternate(s} who shall act for the Contractor when the
Project Manager is absent. The names of these persons shall be designated in writing
to the City along with contact information. For this work, the term "Project Manager"
shall include the alternate as specified above. The Project Manager, or their
designee/alternate, shall be available during normal business hours to meet with City
representative/s to discuss any problem areas. The Project Manager shall have a
telephone to permit timely contact by the City. The Project Manager must respond to a
call within 30 minutes.
2.4 Contractor acknowledges it is an independent contractor and shall not for any purpose
be deemed to be an employee, agent, or other representative of the City. Contractor
shall not assign, sublet, transfer or otherwise substitute its interest in this work, or any
of its obligations, without the prior written consent of the City. It is the intent of this
RFP that all work is to be performed by Contractor's forces.
10 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
2.5 No unauthorized person or persons not employees of the Contractor (i.e., spouse,
children, brother, sister, friends, etc.) shall be allowed within the immediate work area
during the performance of services under this contract.
2.6 Wherever work is being performed, Contractor shall have a designated person at the
work site that has the authority to respond to the Contract Administrator and/or any
citizens about work details or priorities. This designated person shall be able to
accurately and effectively communicate any essential information.
2.7 Contractor shall provide supervision to assure that tasks are performed to the standards
set forth herein. Contractor is solely responsible for the day-to-day supervision and
control of Contractor's employees. Personal supervision is not required provided that
equipment or other means are given enabling the work crews to communicate with the
Contractor at all times.
2.8 The Contractor shall prepare and submit an annual schedule for Preventative
Maintenance to the Contract Administrator for approval. The Preventative
Maintenance shall be adhered to by Contractor unless deviation from the approve
schedule is authorized by the Contract Administrator.
3.0 STANDARDS OF PERFORMANCE
3.1 Contractor is expected to provide the highest level of quality compatible with practices
and modern techniques accepted by the industry. The Public Works Deputy City
Manager or designee(s) shall be the sole judge as to whether Contractor's work
conforms to the specifications.
3.2 Contractor shall provide at their own risk, all labor, materials, superv1s1on, tools,
equipment, insurance, storage, transportation, vehicles, hauling, dumping, proper
protection and all other items needed, or as directed to perform the work described in
this RFP.
3.3 Contractor is expected to be familiar with all areas and locations of the work and if they are not, shall have those questions answered before commencing work on this contract.
3.4 The Contractor's employees shall leave work areas free of all dirt, litter, lubricants, or
other materials utilized to perform maintenance services. The Contractor shall erect
barricades, warning signs and any other devices to prevent unauthorized access by the
public or unauthorized City staff to the work areas.
4.0 SCOPE OF WORK & ROOF AREAS TO BE MAINTAINED
4.1 The service areas, hours of operation, and frequencies of service under the provisions
of this Contract are detailed in the technical specifications of this exhibit.
11 City Attorney Approved Version 8/212022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
5.0 PAYMENT AND INVOICES
PSA23-2103FAC
5.1 The Contractor shall present invoices for all work performed during the preceding
month. Said invoice shall include all required certifications and reports as specified
hereinafter. The invoice shall be submitted on or before the fifth (5th} day of each
month in the amount of the compensation to be paid by the City for all services
rendered by the Contractor under the terms and conditions of this Contract.
5.2 The Contractor's semi-annual invoices for Preventative Maintenance shall be prepared
and submitted in an electronic format, clearly indicating the Purchase Order number,
unit price, total work performed, the date the work was completed and correctly
extended totals for each individual bid item or separate item of work. Contractor shall
submit said invoices to the contract administrator, or designee.
5.3 Invoices for approved Extra Work shall be in a format acceptable to the Contract
Administrator, including attachments, such as copies of suppliers' invoices, which the
Contract Administrator may require to verify Contractor's billing. Invoices for Extra
Work shall be submitted on separate invoices. Unless otherwise requested by the
Contract Administrator, one invoice shall be submitted for each discrete and complete
item of Extra Work.
5.4 Adjustments in payment for changes· will be determined by Contractor proposal and
agreement between the Contract Administrator and Contractor. If unable to reach
agreement, Contract Administrator may direct Contractor to proceed by allowing
him/her to use the following percentages as added costs for the markup of all overhead
and profits:
a.Materials .................... 15
b.Equipment Rental. ....... 15
c.Labor to be charged at rates as outlined in Contractor Proposal.
Regardless of ownership, the rates and right-of-way delay factors to be used in
determining rental and delay costs shall be the edition of the, Labor Surcharge and
Equipment Rental Rates published by CALTRANS, current at the time of the actual use
of the tool or equipment. The right-of-way delay factors therein shall be used as
multipliers of the rental rates for determining the value of costs for delay to the
Contractor and subcontractor, if any. The labor surcharge rates published therein are
not a part of this contract.
5.5 In the event the CITY transfers title, maintenance responsibility, or changes service
frequency of a portion thereof, this CONTRACT shall continue in full force and effect,
except said portion, at the discretion of the CONTRACT ADMINISTRATOR, may be
deleted from the agreement and the CONTRACT sum shall be reduced accordingly.
12 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
6.0
PSA23-2103FAC
5.6 The Contract Administrator may, at his discretion, add new Facilities to be maintained
and/or require additional services. The Contractor shall be compensated for the
additional facilities or services that are designated after the date of the commencement
of this Contract based on a negotiated bid. Bid costs shall not exceed customary costs
of similar equipment as submitted in the Request for Bids or as adjusted in accordance
with subsequent amendments to the agreement.
The Contract Administrator shall notify the Contractor of additions, reductions or
deletions of areas to be serviced in writing.
ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES
6.1 The Contract Administrator shall be responsible for the enforcement of this Contract on
behalf of City. In addition to deductions stipulated in other sections of this agreement,
the Contract Administrator may enforce deductions in accordance with Section 4.0.
6.2 If, in the judgment of the Contract Administrator, the Contractor is deemed to be non
compliant with the terms and obligations of the Contract, the Contract Administrator,
may, in addition to other remedies provided herein, withhold the entire monthly
payment, deduct pro-rata from the Contractor's invoice for work not performed, and/or
deduct liquidated damages. Notification of the amount to be withheld or deducted
from payments to Contractor will be forwarded to the Contractor by the Contract
Administrator in a written notice describing the reasons for said action.
6.3 The action above shall not be construed as a penalty but as adjustment of payment to
Contractor to recover cost or loss due to the failure of the Contractor to complete or
comply with the provisions of this Contract.
7.0 INSPECTIONS, MEETINGS, & REPORTS
7.1 City reserves the right to perform inspections, including inspection of Contractor's
equipment, at any time for the purpose of verifying Contractor's performance of
Contract requirements and identifying deficiencies.
7.2 The Contractor or his authorized representative shall meet with the Contract
Administrator or his representative on each site at the discretion and convenience of
the Contract Administrator, for walk-through inspections. All routine maintenance
functions shall be completed prior to this meeting.
7.3 At the request of the Contract Administrator, the Contractor, or his appropriate
representative, shall attend meetings and/or training sessions, as determined by the
Contract Administrator, for purposes of orientation, information sharing, Contract
revision, description of City policies, procedures, standards, and the like.
13 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
8.0 EXTRA WORK
PSA23-2103FAC
8.1 The City may award Extra Work to the Contractor, or to other forces, at the discretion
of the Contract Administrator. New or unforeseen work will be classified as "Extra
Work" when the Contract Administrator determines that it is not covered by Contract
unit prices. Adjustment in payment for Extra Work shall be performed by agreement
between the Contract Administrator and the Contractor or on a Time and Materials
basis in accordance with Section 3.0 and Section 6.0.
8.2 Prior to performing any Extra Work, the Contractor shall prepare and submit a written
proposal including a description of the work, a list of materials, and a schedule for
completion. No work shall commence without written approval of the Contractor's
proposal by the Contract Administrator This proposal is subject to acceptance or
negotiation by the Contract Administrator.
8.3 In the event that Contractor's proposal for Extra Work is not approved, the Contract
Administrator reserves the right to perform such work with other forces or to compel
the Contractor to perform the work on a Time and Material basis. Invoices for Extra
Work on a Time and Material basis are subject to Contractor markup in accordance with
Section 3.4
8.4 When a condition exists which the Contract Administrator deems urgent, the Contract
Administrator may verbally authorize the work to be performed upon receiving a verbal
estimate from the Contractor. However, within twenty-four (24) hours after receiving a
verbal authorization, the Contractor shall submit a written estimate, consistent with the
verbal authorization to the Contract Administrator for approval.
8.5 All Extra Work shall commence on the specified date established and Contractor shall
proceed diligently to complete said work within the time allotted.
9.0 REGULATORY AGENCY COMPLIANCE/SWPPP
9.1 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.
9.3 If in the opinion of the Authority having jurisdiction, the Contractor is not in compliance
with this provision, the City reserves the right 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.
9.4 The Contractor shall be responsible for paying any and all fines or penalties to regulatory
agencies caused by failure to maintain complete and accurate records as required by
14 City Attorney Approved Version 8/2/2022
...
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-O6A367F702O2
PSA23-2103FAC
law. In addition to any fines levied, the Contractor agrees to pay the City or have
withheld from payments, a sum equaling 15% of any levied fine to compensate the City
for administrative costs due to the Contractor's failure to comply with this provision.
10.0 CONTRACTOR'S DAMAGES
10.1 All damages incurred to existing facilities by the Contractor's operation shall be repaired
or replaced, by the Contractor or by other forces, all at the discretion of the Contract
Administrator, all at the Contractor's expense.
11.0 COMMUNICATIONS AND EMERGENCY RESPONSE
11.1 The Contractor shall, during the term of this Contract, maintain a single telephone
number at which the Contractor or Contractor's responsible employee may be
contacted at any time, twenty-four hours per day, to take the necessary action
regarding all inquiries, complaints and the like, that may be received from the Contract
Administrator or other City personnel.
11.2 All requests for emergency services during a normal 7 a.m. to 5 p.m. working day shall
require a qualified employee to be dispatched to the required location as soon as
possible after notification; but in all cases within three (3) hours, to the satisfaction of
the Contract Administrator.
11.3 Whenever immediate action is required to prevent possible injury, death, or property
damage, City may, after reasonable attempt to notify the Contractor, cause such action
to be taken by alternate work forces and, as determined by the Contract Administrator,
charge the cost thereof to the Contractor, or deduct such cost from any amount due to
the Contractor. This deduction shall include a markup for administrative costs equal to
fifteen (15) percent of the actual costs incurred.
11.4 The Contractor shall maintain a written log of all communications, the date and the time
thereof and the action taken pursuant thereto or the reason for non-action. Said log of
complaints shall be open to the inspection of the Contract Administrator at all
reasonable times.
12.0 SAFETY
12.1 Safety provisions shall conform to Cal-OSHA Safety Orders, and all other applicable
federal, state, county and local laws, ordinances, codes and regulations in performing
the work under this contract. Where any of these are in conflict, the more stringent
requirement shall be followed. The Contractor's failure to thoroughly familiarize itself
with the aforementioned safety provisions shall not relieve it from compliance with the
obligations and penalties set forth therein. Contractor shall be solely responsible for the
safety and welfare of all Contractors' personnel performing work under this contract.
Contractor is solely responsible for advising and educating all potentially affected
15 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
personnel to the health hazards associated with this work prior to personnel
commencing work under this contract.
12.2 The Contractor shall develop and maintain for the duration of the Contract a safety
program that will effectively incorporate and implement all required safety provisions.
The Contractor shall appoint an employee who is qualified and authorized to supervise
and enforce compliance with the safety program.
12.3 All work shall be performed with the utmost concern for safety of City staff, the workers,
and the public. Where necessary, contractor shall barricade or temporarily close to the
public those areas where work is being performed.
13.0 HOURS AND DAYS OF MAINTENANCE SERVICES
13.1 The acceptable daily hours of services shall be 7:00 a.m. to 5:00 p.m., Monday through
Friday excluding City holidays, which shall be considered normal work hours as may
pertain to any other provision of the Contract.
13.2 Contractor shall provide staffing to perform the required services during the prescribed
hours as specified in these contract documents. Any changes in the days and hours of
operation heretofore prescribed shall be subject to approval by the Contract
Administrator.
14.0 PREVENTATIVE MAINTENANCE SCHEDULES
14.1 The Contractor shall, within thirty (30) days after the award of bid of this Contract,
submit work schedules to the Contract Administrator for review and approval. Said
work schedules shall identify required operations and delineate the time frames for
performance.
14.2 The Contractor shall submit revised schedules when actual performance differs
substantially from planned performance, and from time to time as requested by the
Contract Administrator. Said revisions shall be submitted to the Contract Administrator
for his review and approval, within five (5) working days prior to the original or revised
scheduled time for the work, whichever is earlier.
15.0 CONTRACTOR'S STAFF AND TRAINING
15.1 The CONTRACTOR shall provide sufficient personnel to perform all work in accordance
with the specification set forth herein.
15.2 In cooperation with the Carlsbad Police Department, Contractor agrees to, and to pay
for, background checks if required by the Contract Administrator on all personnel
providing Inspection and Maintenance services for this contract. In the event such
16 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
background check reveals an item, which Carlsbad Police deems a security problem
during this agreement performance period the City may request different personnel.
15.3 Contractor shall have "Local" representation for the purposes of managing this
agreement. "Local" in the context of this agreement is defined as the southern
California metropolitan area consisting of San Diego, Orange, Los Angeles or Riverside
counties. Contractor shall provide, prior to commencement of work under this
Agreement, in writing to the Contract Administrator, a statement indicating by name
the specific authority vested in the "Local" representative. Contractor's "Local"
representative shall be responsible for instructing and training of Contractor's
personnel in the proper and specified work method and procedures; directing,
scheduling, and coordinating all services and functions to completely accomplish the
work as required by this Agreement. The "local" representative shall be available for
consultation regarding problems on a daily basis at some time during regular working
hours (7:00 a.m. to 5:00 p.m., Monday through Friday).
15.4 Each crew of the Contractor's employees shall include at least one individual who
speaks the English language proficiently. For the purposes of this section a crew is
understood to be any individual worker or group of workers who might service any site
without other Contractor's supervisory personnel present.
15.5 The Contract Administrator may at any time give the Contractor written notice to the
effect that the conduct or action of a designated employee of the Contractor is, in the
reasonable belief of the Contract Administrator, detrimental to the interest of the public
patronizing the premises. Contractor shall meet with representatives of the Contract
Administrator to consider the appropriate course of action with respect to such matter
and Contractor shall take reasonable measures under the circumstances to assure the
Contract Administrator that the conduct and activities of Contractor's employees will
not be detrimental to the interest of the public patronizing the premises.
15.6 The Contract Administrator may at any time order any of the Contractor's personnel
removed from the premises when, in the reasonable belief of the Contract
Administrator, said Contractor's personnel is objectionable, unruly, unsafe, or otherwise detrimental to the interest of the City or the public patronizing the premises.
15.7 The Contractor shall require each of his personnel to adhere to basic public works
standards of working attire including uniform shirts and/or vests clearly marked with
the Contractor's company name and employee name badges as approved by the
Contract Administrator. Sufficient changes shall be provided to present a neat and clean
appearance of the Contractor's personnel at all times. Shirts shall be worn and buttoned
at all times. Contractor's personnel shall be equipped with proper shoes and other gear
required by State Safety Regulations. Brightly colored traffic vests or reflectors shall be
worn when personnel are working near vehicular traffic.
17 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
16.0 NON-INTERFERENCE -NOISE
PSA23-2103FAC
16.1 Contractor shall not interfere with the public use of the premises and shall conduct its
operations as to offer the least possible obstruction and inconvenience to the public or
disruption to the peace and quiet of the area within which the services are performed.
16.2 In the event that the Contractor's operations must be performed when persons of the
public are present, Contractor shall courteously inform said persons .of any operations
that might affect them and, if appropriate, request persons to move out of the work
area.
17.0 DRUG AND ALCOHOL FREE WORKPLACE
17.1 The City is committed to maintaining a work environment free from the effects of drugs
and alcohol consistent with the directives of the Drug Free Workplace Act. Contractor
agrees that Contractor and Contractor's employees, while performing services for the
City, on City property, or while using City equipment will not be in possession of, use,
or be under the influence of drugs or alcohol.
17.2 City has the right to terminate or declare this or any other agreement Contractor has
with the City in default if Contractor's employees are determined by the Contract
Administrator to have breached the provisions of Section 15 herein.
18.0 ASSIGNMENT OF CONTRACT
18.1 Contractor shall not assign this contract or any part thereof and or monies due there
under without the prior written consent of the Contract Administrator.
19.0 Negotiated Bid and Acceptance
19.1 The City may award work to the Contractor, at the discretion of the Contract
Administrator. New work will be awarded on a negotiated bid and acceptance basis as
when the Contract Administrator determines that it is appropriate to negotiate a fixed
price for work in lieu of utilizing unit prices. Payment for work shall be performed by
negotiated agreement between the City and the Contractor or on a Time and Material
basis in accordance with the Contractor's Proposed Cost of Services chart.
19.2 Prior to performing any work, the Contractor shall prepare and submit a written bid
including a description of the work, a list of materials, and a schedule for completion.
No work shall commence without written approval of the Contractor's bid by the
Contract Administrator.
19.3 All work shall commence on the specified date established and Contractor shall proceed
diligently to complete said work within the time allotted.
18 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
20.0 Time and Materials
PSA23-2103FAC
20.1 In the event that the Contract Administrator determines that work requested is of an
unknown duration, not easily quantified or the Contractor's proposal for work is not
approved, the Contract Administrator reserves the right to perform such work with
other forces or to compel the Contractor to perform the work on a Time and Materials
basis.
20.2 The Contract Administrator may direct Contractor to proceed by allowing him/her to
use the following rates or percentages as added costs for the markup of all overhead
and profits:
1)Labor .......... As Stipulated in Contractor's Proposed Cost of Services chart.
2)Materials ...... As Stipulated in Contractor's Proposed Cost of Services chart.
3)Equipment Rental. ................. 15%
4)Other Items and Expenditures .... 15%
Regardless of ownership, the rates and right-of-way delay factors to be used in
determining rental and delay costs shall be the edition of the Labor Surcharge and
Equipment Rental Rates published by CALTRANS, current at the time of the actual use
of the tool or equipment. The right-of-way delay factors therein shall be used as
multipliers of the rental rates for determining the value of costs for delay to the
Contractor and subcontractor, if any. The labor surcharge rates published therein are
not a part of this contract.
20.3 All work shall commence on the specified date established and Contractor shall proceed
diligently to complete said work within the time allotted.
19 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
EXHIBIT "A" (continued)
SCOPE OF SERVICES
CITY OF CARLSBAD
CITYWIDE ROOF INSPECTION AND MAINTENANCE SERVICES
MAINTENANCE QUALITY STANDARD
PART II
TECHNICAL SPECIFICATIONS
MAINTENANCE QUALITY STANDARDS
TASK 1-SEMI-ANNUAL INSPECTIONS:
Frequency: Semi-Annual inspections performed in the months of April and October.
Inspection shall include the following:
A)Visual inspection of the roof membrane and roof surface conditions
B)Visual inspection of the flashing systems including, but not limited to, the metal edge
system, base flashings on equipment and adjoining walls, counter flashing, and inspection
of roofing details for rooftop projections and equipment such as pitch pans, HVAC
equipment, skylights, and access hatches.
TASK 2 -REPORTS AND CONDITION REVIEW:
Frequency: Report AND Condition Review deliverables provided within 30 days after semi-annual
inspections are completed.
Report and Digital Photographs shall include the following:
A)Contractor will provide one (1) printed and bound copies as well as one (1) digital copy of
inspection reports to include photographs, and report documentation.
B)Contractor shall provide a minimum of five (5) photos of each roof at the time of
inspection.
C)Contractor will provide a scalable diagram for each building location.
Condition Review shall include the following:
The Contractor will provide a roof assessment which ranks the roofs by condition from worst to
best. The assessment shall include the following:
20 City Attorney Approved Version 8/2/2022
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
A)Total Square Footage and Layout
B)Life Expectancy
C)Roofing Types and Materials
D)Replacement or service life extension recommendations
E)Thermal scan to show water infiltration of the roofing system.
F)Replacement Budget Estimates
G)Technical specifications for recommended replacements.
TASK 3-CLEANING:
PSA23-2103FAC
Frequency: Cleaning will be performed upon the request of the Contract Administrator.
Contractor shall provide a price per square foot for the service with an estimated 50,000 square
feet of flat roofs to be cleaned per agreement year.
General Cleaning shall include:
A)Removal of Debris (i.e. leaves, branches, paper, and similar items) from the roof
membrane and drainage areas.
8)Disposal of Debris will be at the Contract Administrator's approved on-site location.
C)Contractor shall be responsible for complying with all State and local regulations
regarding capture and proper disposal of runoff and debris created during cleaning.
D)Roofs shall be washed on a semi-annual basis as scheduled by the Contract Administrator.
E)Roofs will be washed with a pressure washer using medium pressure.
Note: 0 Deg. Tips will not be used.
The roof shall not be damaged from the washing.
TASK 4-PREVENTATIVE MAINTENANCE:
Flashing Components and Details
Patch minor flashing defects and kick holes, reinforce open flashing laps, seal open metal edge
laps and open flanges within reason, seal open coping joints, seal expansion joint laps, re-secure
and or/seal intermittent fasteners that have backed out, top off pitch pans, caulk storm collars
and reseal intermittent voids in termination bar and counter flashing. Contract Adm inistrator
shall be advised of any extensive repairs required.
Roof membrane: Address intermittent splits, tears, open lap and breaks in the membrane. If
extensive repairs are required notify Contract Administrator. Address any fractured blisters o r
those in danger of fracture due to traffic.
Drains, Gutters, and Scuppers-Tighten drain bolts and clampi ng rings.
City Attorney Approved Version 8/2/2022 21
.... ------ ---.
1,
r i
rr 11 ---
-·I r [ I l I I Ii,, I 1 [1 . r-11 · l ·,
1,-r -,-r, •T T' -. ii . ' , I, I . ,-I I I '' ·1 I, I '
,T, I r. -I ii"' -1 ··1 I. I -I I -I ' I I -I
.-1-, r----1 11 I ··1 .. I. ·11 11 • 1 -i I , I I I I ; 11
• I ' I I -'I ·J ,• -I I • ' J., I .. I : I ·1 ii -I -I 1 11 -, •
r-, -I I I r-1 , : . --11 .. ·1 -r · • I Ii ..
' I •• I
I .. · ·1 ·f -I • . ii -, I • I -1 1 Ir· 1 I• I • I . -I i
I - ii I ·1 -.. I I • I I I
r . ii -1 -, , I 1 ' -1 I -1 -' • I I I • ii I -1' i I
I .,
I
I
I .
" . I
I I ' -
I -I
f I
I I I
·1. I
) I
-· -I I I
• : I II
I 1 I
I
I ir
i, r
I I,
I I, I
I
I I I' I I 'I
I -'I
I l I I ii . I I
'I 1, 1, I I ' I , I
I I 11 I, I I I I
I I ii I I I, I
I I -, I \1 I I I
ii I I I I I
. I I I l1 I I
l I I
: I
DocuSign Envelope ID: 2756C968-8959-4CC3-AED1-D6A367F702D2
PSA23-2103FAC
Materials:
All materials shall meet the following:
A)Be installed to the standards prescribed to the most current manufacturer's installation
manual for the products used.
B)Meet or exceed all specifications and standards.
C)Comply in size, make, type, and quality specified.
D)Be designated, fabricated, and assembled in accordance with the best engineering and
shop practices.
E)Like parts shall be interchangeable.
F)Like items shall be from the same manufacturer.
G)Materials shall be suitable for use in the type of environment they are installed in.
H)Materials used for maintenance of an existing system shall be manufactured by the same
manufacturer as the existing system. The Contractor shall be certified, by the
manufacturer, for the installation of the stated materials.
I)The manufacturer of roofing materials shall be ISO 9001 Certified for the design and
manufacture of modified bitumen roofing and water barrier systems.
J)Manufacturer of roofing materials shall provide a copy of the Certificate of Registration
to Contract Administrator as part of their bid.
K)The materials in this section shall become part of a finished and warranted roof system.
All adhesives, field and flashing membranes, shall be of the same manufacturer. All other
materials shall be compatible with one another and shall be acceptable by the roofing
manufacturer and/or any entity providing a warranty for the roof system.
LOCATIONS:
Building Name Address Approximate
Roof Area
Alga Norte Community Park 6565 Alicante Rd. 784
Alga Norte Community Park 6565 Alicante Rd. 405
Alga Norte Community Park 6565 Alicante Rd. 2408
Alga Norte Community Park 6565 Alicante Rd. 642
Alga Norte Community Park 6565 Alicante Rd. 216
Alga Norte Community Park 6565 Alicante Rd. 400
Alga Norte Community Park 6565 Alicante Rd. 2729
Alga Norte Community Park 6565 Alicante Rd. 150
Alga Norte Community Park 6565 Alicante Rd. 576
Alga Norte Community Park 6565 Alicante Rd. 1214
Alga Norte Community Park 6565 Alicante Rd. 576
Alga Norte Community Park 6565 Alicante Rd. 252
Alga Norte Community Park 6565 Alicante Rd. 150
Alga Norte Community Park 6565 Alicante Rd. 630
Alga Norte Community Park 6565 Alicante Rd. 1328
Alga Norte Community Park 6565 Alicante Rd. 784
Alga Norte Community Park 6565 Alicante Rd. 807
22
Roof Name RoofType
A (Restroom) Tile
B (Equipment Room) Tile
C (Equipment Room) Single Ply PVC
D (Team Showers) Tile
E (Team Showers) Tile
F (Admin Offices) Singly Ply PVC
G (Admin Offices) Tile
H (Showers/Restrooms) Single Ply PVC
J (Showers/Restrooms) Single Ply PVC
K (Showers/Restrooms) Tile
L (Offices) Single Ply PVC
M (Offices) Single Ply PVC
O (Offices) Single Ply PVC
P (Snack Bar) Single Ply PVC
Q (Meeting Room) Tile
R (Snack Bar/Restrooms) Tile
S (Skate Park Restroom) Tile
City Attorney Approved Version 8/2/2022
.
'
•
OocuSign Envelope ID: 2756C968-8959-4CC3-AED1-O6A367F70202
Building Name Address Approximate
Roof Area
Alga Norte Community Park 6565 Alicante Rd. 1,405
Alga Norte Community Park 6565 Alicante Rd. 172
Aviara Community Park 6435 Ambrosia Ln. 1,786
Aviara Community Park 6435 Ambrosia Ln. 1,528
Aviara Community Park 6435 Ambrosia Ln. 1,831
Aviara Community Park 6435 Ambrosia Ln. 764
Beach Restroom Carlsbad Blvd.& Pine Ave. 524
Beach Restroom Carlsbad Blvd. & Tamarack 882
Calavera Hills Park 2997 Glasgow Dr. 3010
Calavera Hills Park 2997 Glasgow Dr. 2,164
Calavera Hills Park 2997 Glasgow Dr. 9,555
Calavera Hills Park 2997 Glasgow Dr. 1,203
Carlsbad Municipal Water District 5950 El Camino Real 5,608
Carlsbad Municipal Water District 5950 El Camino Real 7,573
Carlsbad Municipal Water District 5950 El Camino Real 5,184
Carlsbad Water Recycling Facility 6220 Avenida Encinas 1,353
Carlsbad Water Recycling Facility 6220 Avenida Encinas 1,307
Carlsbad Water Recycling Facility 6220 Avenida Encinas 343
Carlsbad Water Recycling Facility 6220 Avenida Encinas 320
Carlsbad Water Recycling Facility 6220 Avenida Encinas 1,011
Carlsbad Water Recycling Facility 6220 Avenida Encinas 72
Chase Field 3349 Harding St. 1,183
City Hall Complex 1200 Carlsbad Village Dr. 304
City Hall Complex 1200 Carlsbad Village Dr. 8,196
City Hall Complex 1200 Carlsbad Village Dr. 625
City Hall Complex 1200 Carlsbad Village Dr. 304
City Hall Complex 1200 Carlsbad Village Dr. 4,696
City Hall Complex 1200 Carlsbad Village Dr. 2,860
Cole Library 1250 Carlsbad Village Dr. 8871
Cole Library 1250 Carlsbad Village Dr. 5929
Cole Library 1250 Carlsbad Village Dr. 3696
Cole Library 1250 Carlsbad Village Dr. 1320
Cole Library 1250 Carlsbad Village Dr. 108
Cole Library 1250 Carlsbad Village Dr. 821
Dove Library 1775 Dove Ln 3447
Dove Library 1775 Dove Ln 1200
Dove Library 1775 Dove ln 267
Dove Library 1775 Dove Ln 100
Dove Library 1775 Dove Ln 1872
Dove Library 1775 Dove Ln 960
Dove Library 1775 Dove Ln 2872
Dove Library 1775 Dove Ln 1376
Dove Library 1775 Dove Ln 2304
Dove Library 1775 Dove Ln 935
Dove Library 1775 Dove Ln 133
Dove Library 1775 Dove Ln 21099
Dove Library 1775 Dove Ln 5001
Elmwood House 1255 Elmwood Ave. 3,025
Faraday Center 1635 Faraday 41,635
Farmers Insurance Building 5815 El Camino Real 36,014
23
PSA23-2103FAC
Roof Name RoofType
T (Maintenance Building) Tile
U (Ticket Booths) Single Ply PVC
East Blockhouse Tile
West Blockhouse Tile
Shop/Office Tile
Catering Facility/Restroom Tile
Restroom Standing Seam Metal
Restroom Asp ha It Shingles
A (Lower Section} Modified Bitumen
B (Lower Section} Modified Bitumen
C (Upper Section} Modified Bitumen
D (Blockhouse Restroom) Tile
A (Admin Building West) Asphalt BUR
B (Admin Building East) Asphalt BUR
Warehouse Main Section Standing Seam Metal
A (Main Section West} Single Ply PIB
B (Main Section East} Single Ply PIB
C (Lower Section Southwest} Single Ply PIB
D (Lower Section Southeast) Single Ply PIB
E (Center Round Section) Metal
E (Center Round Lower Section} Single Ply PIB
Snack Bar/Restroom Modified Bitumen
Al (Sub-Station} BUR
A (City Manager's Office) BUR
B (Mechanical Room) BUR
Cl (Mechanical Room} BUR
C (City Clerk} BUR
D (Council Chambers) BUR
A (East Section} Single Ply TPA
B (Center Section} Singly Ply TPA
C (Northwest Section) Single Ply TPA
D (Southwest Section} Single Ply TPA
E (North Section) Single Ply TPA
F (Center) Metal Low Slope
A (Lower Center} Fluid Applied
B (Lower East} Fluid Applied
C (Lower Southeast) Fluid Applied
D (lower Center) Fluid Applied
E (Lower North Center) Fluid Applied
F (Lower Gallery} Fluid Applied
G (Lower Courtyard) Fluid Applied
H (Lower North) Fluid Applied
B (Upper Southeast) Fluid Applied
F (Upper Gallery) Fluid Applied
H (Upper North) Fluid Applied
Upper Main Fluid Applied
Upper Tile Tile
Main Structure Asphalt Shingle
Main Structure Fluid Applied
Main Structure Asphalt BUR
City Attorney Approved Version 8/2/2022
.
'
.
.
.
~
'
.
'
.
0
. .
.
.
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
Building Name Address Approximate
Roof Area
Farmers Claims Building 2351 Faraday Avenue 6,936
Fire Station #1 1275 Carlsbad Village Dr. 5,894
Fire Station #1 1275 Carlsbad Village Dr. 2720
Fire Station #2 1906 Arena! Rd. 4882
Fire Station #3 3465 Trail Blazer Way 6,049
Fire Station #3 3465 Trail Blazer Way 579
Fire Station #3 3465 Trail Blazer Way 3,133
Fire Station #3 3465 Trail Blazer Way 703
Fire Station #3 3465 Trail Blazer Way 545
Fire Station #3 3465 Trail Blazer Way 1,576
Fire Station #3 3465 Trail Blazer Way 562
Fire Station #4 6885 Batiquitos Dr. 5,593
Fire Station #5 2540 Orion Way 10,469
Fire Station #5 2540 Orion Way 1,026
Fire Station #5 2540 Orion Way 698
Fire Station #5 2540 Orion Way 217
Fire Station #5 2540 Orion Way 189
Fire Station #6 7201 Rancho Santa Fe Rd. 726
Fire Station #6 7201 Rancho Santa Fe Rd. 13,654
Fleet Maintenance Bldg. 2480 Impala Dr. 1,254
Fleet Maintenance Bldg. 2480 Impala Dr. 7,574
Fleet Maintenance Bldg. 2480 Impala Dr. 1,254
Fleet Maintenance Bldg. 2480 Impala Dr. 700
Harding Community Ctr. 3096 Harding St. 5600
Harding Community Ctr. 3096 Harding St. 1359
Harding Community Ctr. 3096 Harding St. 3618
Harding Community Ctr. 3096 Harding St. 3860
Hawthorne Building 2065 Camino Vida Roble 660
Hawthorne Building 2065 Camino Vida Roble 1856
Hawthorne Building 2065 Camino Vida Roble 2625
Hawthorne Building 2065 Camino Vida Roble 144
Hawthorne Building 2065 Camino Vida Roble 104
Hawthorne Building 2065 Camino Vida Roble 101
Hawthorne Building 2065 Camino Vida Roble 24
Hawthorne Building 2065 Camino Vida Roble 186
Hawthorne Building 2065 Camino Vida Roble 588
Hawthorne Building 2065 Camino Vida Roble 36
Hidden Canyon Park 2685 Vancouver St. 1,412
Holiday House 3235 Eureka Pl. 1,191
Holiday Park Restroom East 3200 Pio Pico Dr. 836
Holiday Park Restroom West 3200 Pio Pico Dr. 927
Holiday Park Horseshoe Pit 3200 Pio Pico Dr. 224
Kruger House 3215 Eureka Pl. 1,819
La Costa Canyon Park Restroom 3020 Pueblo St. 667
Laguna Riviera Park Restroom 4900 Kelly Dr. 818
Las Palmas Building 2075 Las Palmas Dr. 23,400
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 4,300
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1,675
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 456
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 229
24
PSA23-2103FAC
Roof Name RoofType
Main Structure Asphalt BUR
Main Structure Single Ply Hypalon
Butler Building Metal Low Slope
Main Structure Single Ply PVC
A (Apparatus Bay) Tile
B (North High Tile Section) Tile
C (Main Flat Section) Single Ply PVC
D (East Flat Section) Single Ply PVC
E (South High Flat Section) Single Ply PVC
F (West Tile Section) Tile
G (Hose Tower) Tile
Main Section Tile
Main Section Modified Bitumen
Storage (Upper Section) Modified Bitumen
Storage (Lower Section) Asphalt BUR
Hose Tower (Upper) Modified Bitumen
Hose Tower (Lower) Modified Bitumen
South Lower Section Modified Bitumen
Main Section Tile
A (Lower North Section) Asphalt BUR
B (Upper Section) Asphalt BUR
C (Lower South Section) Asphalt BUR
D (Wash Rack) Asphalt BUR
Auditorium Asphalt Shingle
"D" Building Asphalt Shingle
Admin Offices Asphalt Shingle
Recreation Hall Asphalt Shingle
A (Northwest Section) Tile
B (Main Center Section) Modified Bitumen
C (Main East Section) Modified Bitumen
D (West Section) Tile
E (East Lower Section) Metal Low Slope
F (West Center) nle
G (East Lower) Metal Low Slope
H (Southwest Section) Tile
I (East Section) Tile
J (East Center) Tile
Main Section Tile
Main Section Asphalt Shingle
Main Section BUR
Main Section Asphalt Shingles
Main Section BUR
Main Section Asphalt Shingle
Main Section BUR
Main Section BUR
Main Section Fluid Applied
Hacienda Tile
Barn (Visitors Center) Wood Shingle
A -Cabana (Restrooms) Tile
B -Cabana (Restrooms) Asphalt BUR
City Attorney Approved Version 8/2/2022
.
'
"
...
.
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F70202
Building Name Address Approximate
Roof Area
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 480
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1960
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1270
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 600
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 600
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 1590
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 4543
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 780
Leo Carrillo Ranch Historic Park 6200 Flying LC Ln. 400
Library Learning Center 3368 Eureka Pl. 1856
Library Learning Center 3368 Eureka Pl. 3,377
Library Learning Center 3368 Eureka Pl. 120
Library Learning Center 3368 Eureka Pl. 630
Library Learning Center 3368 Eureka Pl. 522
Library Learning Center 3368 Eureka Pl. 425
Library Learning Center 3368 Eureka Pl. 291
Library Leaming Center 3368 Eureka Pl. 42
Library Learning Center Annex 3368 Eureka Pl. 6000
Magee House 258 Beech Ave. 100
Magee House 258 Beech Ave. 180
Magee House 258 Beech Ave. 3,085
Magee Park Barn 258 Beech Ave. 852
Magee Park Restroom 258 Beech Ave. 153
Magee Park Restroom 258 Beech Ave. 1096
Magee Park -Heritage Hall 2650 Garfield St. 1383
Magee Park -Heritage Hall 2650 Garfield St. 267
Magee Park -Granary 2659 Garfield St. 780
Monroe Pool Swim Complex 3401 Monroe St. 2,325
Monroe Pool Swim Complex 3401 Monroe St. 300
Monroe Pool Swim Complex 3401 Monroe St. 1,200
New Village Arts Theatre 2787 State St. 4,095
New Village Arts Theatre 2787 State St. 7,245
Oak Public Works Facility 405 Oak Ave. 1134
Oak Public Works Facility 405 Oak Ave. 3990
Oak Public Works Facility 405 Oak Ave. 1978
Oak Public Works Facility 405 Oak Ave. 655
Oak Public Works Facility 405 Oak Ave. 1658
Oak Public Works Facility 405 Oak Ave. 2563
Parks Maintenance 1166 Carlsbad Village Dr. 1062
Parks Maintenance 1166 Carlsbad Village Dr. 1161
Parks Maintenance 1166 Carlsbad Village Dr. 1413
Parks Maintenance 1166 Carlsbad Village Dr. 758
Pine Community Center 3209 Harding St. 360
Pine Community Center 3209 Harding St. 7752
Pine Community Center 3209 Harding St. 72
Pine Community Center 3209 Harding St. 2,291
Pine Community Center 3209 Harding St. 320
Pine Community Center 3209 Harding St. 2608
Pine Community Center 3209 Harding St. 616
Pine Block House/ Restroom 3209 Harding St. 535
25
PSA23-2103FAC
Roof Name RoofType
Cantina Wood Shingle
Caretakers Residence (Modular) Asphalt Shingles
Carriage House TIie
Dee Dee's House BUR
Garage/ Restrooms Tile
Caretakers House (Admin Offices) Tile
Stable & Bunkhouse Wood Shingle
Chicken Coop (Restrooms) Asphalt BUR
Wash House Tile
A (Main Section North) Single Ply PIB
B (Main Section South) Single Ply PIB
C (Lower Section West) Single Ply PIB
D (Lower Section South) BUR
E (Northwest Deck) Single Ply PIB
F (Northeast Deck) Single Ply PIB
G (Southeast Deck) Single Ply PIB
H (Lower Section West) BUR
Main Section Single Ply EPDM
A (Center Flat Section) Asphalt BUR
B (Porch Flat Section) Asphalt BUR
C (Main Section) Asphalt Shingle
A (Main Section Asphalt Shingle
A (Flat Section) Single Ply PVC
B (Sloped Section) Asphalt Shingle
A (Sloped High Section) Asphalt Shingle
B (Lower Section) Asphalt Shingle
Main Section Asphalt Shingle
A (Main Section) Modified Bitumen
B (East Section) Modified Bitumen
C (Equipment Room) Modified Bitumen
A (East Low Slope Section) Modified Bitumen
B (West Pitched Section) Asphalt Shingle
A (North Lower Section) Asphalt BUR
B (Main Section) Metal Low Slope
C (Modular Trailer) Asphalt BUR
D (Supervisor Offices) Asphalt BUR
E (Storage) Metal Sloped
F (Shops) Metal Sloped
A (Admin Building) Asphalt Shingle
B (Storage/Breakroom) Asphalt Shingle
C (Admin Modular) Asphalt BUR
D (Maintenance Barn) Metal Sloped
A (Northwest Lower Section) Asphalt BUR
B (Main Section Gym) Asphalt BUR
C (East Center Section) Asphalt BUR
D (Center Section) Asphalt BUR
E (Lower Southeast Section) Asphalt BUR
F (Main Section South) Asphalt BUR
G (Southeast Balcony) Asphalt BUR
Main Section Standing Seam Metal
City Attorney Approved Version 8/2/2022
.
• l
. .
1
'
'
\ .
.
-. . '
'
'
DocuSign Envelope ID: 2756C968-B959-4CC3-AED1-D6A367F702D2
Building Name Address Approximate
Roof Area
Pio Pico Garage 2598 Pio Pico Dr. 456
Poinsettia Community Park 6600 Hidden Valley Rd. 186
Poinsettia Community Park 6600 Hidden Valley Rd. 382
Poinsettia Community Park 6600 Hidden Valley Rd. 328
Poinsettia Community Park 6600 Hidden Valley Rd. 531
Poinsettia Community Park 6600 Hidden Valley Rd. 720
Poinsettia Community Park 6600 Hidden Valley Rd. 183
Poinsettia Community Park 6600 Hidden Valley Rd. 197
Police & Fire HQ 2560 Orion Way 4,500
Police & Fire HQ 2560 Orion Way 4,333
Police & Fire HQ 2560 Orion Way 471
Police & Fire HQ 2560 Orion Way 25,371
Train Depot 400 Carlsbad Village Dr. 3789
Scout House 3225 Eureka Pl. 2,387
Senior Center 799 Pine Ave. 318
Senior Center 799 Pine Ave. 1,240
Senior Center 799 Pine Ave. 740
Senior Center 799 Pine Ave. 740
Senior Center 799 Pine Ave. 409
Senior Center 799 Pine Ave. 115
Senior Center 799 Pine Ave. 115
Senior Center 799 Pine Ave. 110
Senior Center 799 Pine Ave. 110
Senior Center 799 Pine Ave. 820
Senior Center 799 Pine Ave. 1,225
Senior Center 799 Pine Ave. 55
Senior Center 799 Pine Ave. 240
Senior Center 799 Pine Ave. 80
Senior Center 799 Pine Ave. 800
Senior Center 799 Pine Ave. 1,752
Senior Center 799 Pine Ave. 3,456
Senior Center 799 Pine Ave. 1,744
Senior Center 799 Pine Ave. 10,541
Shore House Kitchen 2833 826
Shore House Kitchen 2833 1096
Stagecoach Community Ctr 3420 Camino De Los Caches 3,832
Stagecoach Community Ctr 3420 Camino De Los Caches 872
Stagecoach Community Ctr 3420 Camino De Los Caches 5,162
Stagecoach Community Ctr 3420 Camino De Los Caches 9,450
26
PSA23-2103FAC
Roof Name Roof Type
Main Section Asphalt Shingle
North Blockhouse (Sloped Section) Metal Standing Seam
North Blockhouse (Flat Section) Asphalt BUR
South Blockhouse (Sloped Section) Metal Standing Seam
South Blockhouse (Flat Section) Asphalt BUR
East Blockhouse Metal Standing Seam
Storage Building (Sloped Section) Metal Standing Seam
Storage Building (Flat Section) Asphalt BUR
Lower Section (Conference Area) KEE Single Ply
Middle Section (Conference Area) KEE Single Ply
Lower Section (Main Entrance) KEE Single Ply
Upper Section (Main Building) KEE Single Ply
Main Section Wood Shingles
Main Section Asphalt Shingle
A {Northwest Lower Section) Modified Bitumen
B (Southwest Lower Section) Modified Bitumen
C (West Center Section North) Modified Bitumen
D (East Center Section South) Modified Bitumen
E (South Lower Section) Modified Bitumen
F (Southeast Lower Section) Modified Bitumen
G (Center Southeast Lower Section) Modified Bitumen
H (East Lower Section South) Modified Bitumen
I (East Lower Section North) Modified Bitumen
J (East Middle Section) Modified Bitumen
K (Center Section) Modified Bitumen
L (Northeast Lower Section) Modified Bitumen
M (Center Lower Section) Modified Bitumen
N (Kiln Room) Modified Bitumen
0 (North Middle Section) Modified Bitumen
P (North Section) Modified Bitumen
Q (North Center Section) Modified Bitumen
R (Northeast Section) Modified Bitumen
Tile Sections Tile
A (Sloped Section) Asphalt Shingles
B (Flat Section) BUR
Lower Section Modified Bitumen
Lower Section A&B Modified Bitumen
Tile Roof Sections Tile
Upper Section Modified Bitumen
City Attorney Approved Version 8/2/2022
.
.
-
'
I