HomeMy WebLinkAboutWatkins Contracting Inc; 1999-06-30; FAC 99-7JUNE 29, 1999
TO: DEPUTY CITY CLERK
FROM: Purchasing Officer
SIGNATURE REQUEST FOR A MINOR PUBLIC WORKS CONTRACT
Attached is a minor public works contract for routing and execution.
Thank you.
RUTH FLETCHER
Attachment
c
-Ir
WATKINS CONTRACTING, INC.
HAZARDOUS MATERIAL REMEDIATION v DEMOLITION
June 28,1999
City of Carlsbad
Purchasing Department
1200 Carlsbad Village Drive
Carlsbad, CA 92008-1989
Attn: Mr. Kevin Davis, Buyer
Dear Mr. Davis:
Per our telephone conversation of June 25, 1999, attached is the contract document for
the work that is awarded to us.
As a corporation, our corporate officers are Greg S. Watkins (President) and Daren J.
Bar-one (CEO, Secretary and Treasurer). Since, this has been signed by both of them, I
just had Mr. Bar-one put his other title (Secretary).
Should you need any information, please do not hesitate to call me at (858)279-7516.
Thank you.
Sincerely,
Edith D. Dela Cruz
Watkins Contracting, Inc.
5490 Complex Street A Suite 603 San Diego, CA 92 123 A ph. (6 19) 279-75 16 (800) 660-75 I6 fax (6 19) 279-6332
CA IIC #667708 . A53 Cert #A6437 . OSHA #367
City of Carlsbad 2 sb3
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Chuck Walden Date Issued:
(760) 434-2992 Request For Bid No.:
Mail or Deliver to: CLOSING DATE:
Aoril 14. 1999
FAC 99-7
ADril27. 1999
Purchasing Department
City of Carlsbad 1200 Cansbad Village Drive
Carlsbad, CA 92008-l 989
Bid must be received prior to 500 p.m. on the
date of Bid closing.
Please use typewriter or black ink.
Award will be made to the lowest responsive,
responsible contractor based on total price.
Envelope MUST include Request For Bid No.
FAC99-7
DESCRIPTION
Labor, material and equipment to safely remove non-intact lead based paint and prime exposed wood at the Carlsbad Convention and Visitors Bureau (Santa Fe Depot). As per attached specifications.
Mandatory job walk-through is scheduled Tuesday, April 20”,
iisitors Bureau located at 400 Carlsbad Village Dr. in Carlsbad.
1999 at 8:30 AM at the Convention and
Project Manager: Chuck Walden
Phone No. 760-434-2992
Submission of bid implies knowledge of all job tens and conditions.
Contractor acknowledges receipt of Addendum No. 1 (),2 (),3 (,4 (, 5 (.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name ood Address of Contractor Name and Title of Person Authorized to
i(/.mj;J=; LJLwLwti~ z=. Name =lgn Y.k=
ScYfo /j)cryvlp/ey ST *Go3
gz JPJ / a c 4zir3 Name . ,.i‘ ‘z”,’ ‘.
City/State/Zip
6L9- *27q- 7$/& Title
Telephone $?UZ-99
619- 27q- 6 33A Date
Fax -
JOB QUOTATION
FAC Request for Bid - Santa Fe Depot LBP Removal l-
Quote Lump Sum, including all applicable taxes. Award is by total price.
Job completion date: pkpc o&J/v-5 5w--
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening,
unless otherwise stipulated by the City of Cadsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to
accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to
determine the intended bid. The City reserves the right to conduct a pre-award inquiry to determine the
contractor’s ability to perform, including but not limited to facilities, financial responsibility,
materials/supplies and past performance. The determination of the City as to the Contractor’s ability to
perform the contract shall be conclusive.
SUBMITTED BY:
fy$-iwt>s- &&‘v14 /AC
Company/Business Name
66774 k
Contractor’s License Number
/ Authorized Signature
Gfi&amemDEa
Printed Name and Title
x~;~ho;;I ; J47fz i’ ff-u cJw?- . .
3: 3b &Qr
Expirabon Date
Y-n-95
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 3 3 -0 Y 7 55 YA
OR
(Individuals) Social Security #:
FAC Request for Bid - Santa Fe Depot LBP Removal 2-
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 subcontractor 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 SUBCONTRACTOR*
Total % Subcontracted: I
l Indicate Minority Business Enterprise (MBE) of subcontractor.
FAC Request for Bid - Santa Fe Depot LBP Removal 3-
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with directions and
subject to inspection approval and acceptance by: Chuck Walden, Facilities Suoerintendent.
Wage Rates:
The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be
those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less
than the said specified prevailing rates of wages to all workers employed by him or her in execution of the
contract.
Workers’ Compensation:
I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions
of that code, and I will comply with such provisions before commencing the performance of the work of this
contract.
Signature: <
Print Name:
FAC Request for Bid - Santa Fe Depot LBP Removal 4-
Commercial General Liability and Automobile Liability 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 certificatesshall 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 Bests 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 . . . . . . . $500,000
Property damage insurance in an amount of not less than.. . . . . ..$lOO,OOO
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.
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.
-5- 2/26/99
,-
Start Work: I agree to start within working days after receipt of Notice to Proceed.
Completion: I agree to complete work within Proceed. working days after receipt of Notice to
(print name and trtle)
r490 &pf- 5E # Lb3
6/g- 2W-7Cb
(telephone no.)
b/4- 279-c33&-
(fax no.)
ATTEST:
KAREN R. KTJNDTZ, Assistant City Clerk
(Proper notarial acknowledgmentof 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.)
APPROVEDAS TO FORM:
-6- 2/26/99
,- w
.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
w=Dk~~
County of sA4u b U2&3
On S;;MZ 2, 149B
JDATE
before me, &I* W l @AJ~UC., &IVY L&/K.
NAME, TITLE OF OFFICER E.G., LANE DOE. NOTARY pucuc”
,
personally appeared s- tmfKLvLs, &An
‘NAME(S) OF SIGNER(S)
t
w personally known to me - OR - q proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
0 INDIVIDUAL
q CORPORATE OFFICER&)
lOe%T
TITLE(S)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
0 PARTNER(S) 0 LIMITED
17 GENERAL b q ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
0 OTHER:
NUMBER OF PAGES
h&‘i 23, ‘1944
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
UmKms Lzaumm*. !AJc SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7184 l Canoga Park, CA 91309-7184
Carlsbad Convention and Visitors Bureau (Santa Fe Depot)
Lead Based Paint Abatement
Part One: General
Contractor will perform all work in accordance with CAUOSHA and EPA regulations regarding lead based paint abatement. Workers and supervisors shall be certified by
the State of California Department of Health Services to perform lead related tasks. The
contractor will schedule all work to minimize interference with the normal operation of
the building including safe access for the public. The safety of the public and the office
staff will be of paramount importance.
Part Two: Products
Upon completion of the abatement operation the removal areas will be primed using ICI
Ultra-Hide Duras Exterior Alkyd Primecoat.
Part Three: Execution
Areas to be abated shall be precleaned using HEPA vacuuming techniques. Abated
areas shall be contained using re-usable tarps, barrier tape and CAUOSHA signage.
Manually remove the loose, non-intact LBP. Rough edges will be power sanded with
HEPA shrouded sanders. Upon completion of the abatement and priming, these areas
will be final cleaned using a HEPA vacuum and wet-wiping techniques. Clearance dust
levels shall meet HUD Guideline clearance criteria. Final clearance dust samples shall
be collected by an independent lead consultant contracted by the City. Disposal of
waste will be the responsibility of the contractor. Waste will be properly containerized
and transported to an EPA-approved waste facility. The City will provide an EPA
Generator Number for the manifesting and transportation of the hazardous waste.
-7 FAC Santa Fe Depot - Lead Based Paint Abatement
I.
I s E 3
!Z jF I
3
-Z
5
5
1 ; i \ I
I
:% 12
P ‘U 6iZ
“c
!E
ram
t
1 Y
f@
@ \
I
‘I
‘\
J
,.i
>’ ‘I
I .m 0 c Paint St&s w
A modified alkyd primecoat for priming and sealing
unpainted wood. Ideal for reconditioning previously
painted wood, stucco, masonry, cement-asbestos
shingles and aluminum siding. Also ideal for priming
and reconditioning hardboard, pressure treated
wood and factory finished wood products. Resists
nail head staining and tannin staining over woods
such as redwood or cedar. Not recommended
for use on unpainted stucco, masonry, cement-
asbestos shingles or cement-based coatings.
Excellent stain resistance over cedar and redwood
Excellent sealing
Good mildew resistance
High solids and film build
Moisture-resistant
Performance alternate for Federal Paint
Specifications TT-P-25E and MIL-P-28582
l Alkyd Resin
l Titanium Dioxide and Extender Pigments
l Not manufactured with lead- or mercury- containing materials.
Color:
White
Finish:
Low Sheen, 20 units maximum @ 60”
Clean-up Solvent:
Mineral Spin-ts
Density: 11.9 Ibs/gal (1.43 kg/L)
voc:
2.61 lb-s/gal (313 g/L)
Solids:
Volume - 60% f 1%
Weight - 78% f 1%
Practical Coverage: Apply at 400-500 sq ft/gal (lo-12 m*/L).
Actual coverage may vary depending
on substrate and application method.
Flash Point:
105°F (41°C)
Dry Time 77°F (25°C) 8 SO% RH:
To touch - 6-8 hours To recoat - 24 hours
Shelf Life:
1 year minimum - unopened
All surfaces must be sound; dry, clean and free with latex filler 3010 or 4000. Galvanized Metal
of oil, grease, dirt, mildew, form release agents, and Aluminum - Prime with solventborne metal
curing compounds, loose and flaking paint and primer 4160 or 4120. Aluminum may be primed
other foreign substances. with this paint.
NEW SURFACES: Wood - Spot prime pine knots
with acrylic primer DECRA-SHIELD 2000. Prime
entire surface with this product. Caulk with Decra-
Seal. Preprimed and Unprimed Hardboard -
Prime entire surface and all edges with this product.
Caulk with Decra-Seal. Steel - Prime with solvent-
borne metal primer 4160 or 4100. Concrete and
Masonry - Cure at least 30 days before painting.
pH must be 10.0 or lower. Roughen slick poured or
precast concrete by acid etching or sandsweeping.
Follow acid manufacturer’s application and safety
instructions. Rinse thoroughly with water and allow
to dry. Remove loose aggregate. Prime with acrylic
primer DECRA-SHIELD 2000. Fill concrete block
PREVlOUSLy PAINTED SURFACES: Wash to
remove contaminants. Rinse thoroughly with water
and allow to dry. Dull glossy areas by light sanding.
Remove sanding dust. Remove loose paint. Scrub
heavy chalk areas and overhead areas such as
eaves with soap and water. Remove all mildew
by washing with a solution of 16 oz (473 ml) liquid
household bleach and two oz (59 ml) non-
ammoniated liquid detergent per gallon (3.785 L)
of water. Rinse surfaces clean with water and allow
to dry for 24 hours. Prime bare areas with primer
specified under NEW SURFACES. Weathered
Aluminum - Remove dirt and chalk. Prime with
this product.
’
TINTING: May be tinted toward the finish coat color
with up to two oz/gal of ZERO VOC ICI Colorants.
SPREADING RATE: Recommended coverage
400-500 sq ft./gal (IO-12 m2/L). Actual coverage
may vary depending on substrate and
application method.
APPLICATION: Mix thoroughly before use.
May be applied by brush, roller or spray. No
thinning required. For airless spray, use a .015” tip.
Adjust pressure as necessary. Do not apply when
surface or air temperature is below or expected
to be below 40°F (4°C).
DRYlNG TIME: At 77°F (25°C) and 50% R.H.,
dries to touch in six to eight hours and to recoat
in 24 hours. High humidity, thick films or poor
ventilation will increase these times.
CLEAN-UP: Clean immediately with mineral spirits. I
DANGER! COMBUSTlBLE LlQUlD AND VAPOR. HARMFUL OR FATAL IF SWALLOWED. ASPlRATlON HAZARD - CAN ENTER LUNGS AND CAUSE DAMAGE. HARMFUL IF INHALED. MAY CAUSE CENTRAL NERVOUS SYSTEM EFFECTS, INCLUDING DIZZINESS, HEADACHE OR NAUSEA. CAUSES EYE, SKlN AND RESPIRATORY TRACT IRRITATION. OVEREXPOSURE MAY CAUSE LlVER, KlDNEY DAMAGE. CONTAlNS CRYSTALLlNE SIUCA WHICH CAN CAUSE LUNG CANCER AND OTHER WNG DAMAGE IF INHALED. USE ONLY WlTH ADEQUATE VEHTILATlON. KEEP OUT OF THE REACH OF CHILDREN. NOTICE: Pmducts in thii series contain sohfen& Reports have associated repeated and prolonged Occupational overexpclsure tosolvellfswith permanent brain and nervous system damage. Intentional misuse by deliberately concentrating and inhaling the amtents may be harmful or fatal. Products in this series may contain chemicals subject to California Proposiion 66. For emergency information call (800) 5452643. Keep away from heat, sparks and flame. Do not smoke. Vapors may ignite. Extinguish all flames, burners, stoves, heaters and pilot lights and disconnect all elect&l motors and appliances before use and until all vapors are gone. lf sanding is done, wear a dust mask to avoid breathing of sanding dust. Do not breathe vapors or spray mist. if you experience eye watering, headaches, or dizziness, leave the area. If properly used, a respirator may offer additional protection. Obtain professional advice before using. Close container after each use. ARST AID: In case of skin contact, wash off quickly with plenty of soap and water, remove contaminated clothing. For eye contact flush immediately with large amounts of water, for at least 15 minutes. Obtain emergency medical tn?atfnent. I swallowed, obtain medical treatment immediately. ff inhalation causes physical discomfort, remove to fresh air. if diifti per&s or afly breathing difficulty occurs, get medical help. Note: These warnings encompass the product series. Prior to use, read and follow product- specific MSDS and label information.
I . .
s 1
-. 1
.i
FREIGHT CLASSIFICATION:
Paint, Combustible Liquid, PG Ill
FLASH POINli 105°F (41 “C)
PACKAGING:
1 gallon (3.785 L) 5 gallons (18.925 L)
UMnATlONOFWBlllTYTothsbsstofarkrowledge,~hstednl~~~~~lnarabandxxu- ratsalthedatsdlssuancebvtaresubjatlochanOew fWflltolJMSpf!Clfk&lWWflWWdhereln.WMAKENOO~WARRANlYoRGuARAHlEE EXPRESS OR IMPLlW, lNCLUGW4G MERCHANTABKITY M-l FITNES FIXI PARllCUWl PUflKM w, ii any,LsllmitadbrsplacementdIhepcoductorn(unddIhe~price.LABORORWSTOFLABOAAND OlHER coNsEwENn4l DAMAGES #WE HEREeY EmlJow.
fr B 3
f
5 P B 8 2 E .r 5 % s. 0 ?
. I
i-
I z 1
,
lW033UUltld UOlkEl~X3 CIAMW SflWlCl3~lH-V~ll’l~
s
/z-Y
J
17
i .’
0- ”
B
. .
f
[
P
. ..v)
I .$
4 ii
if
if
a- e” 5 e-
1:: p
I.
‘.
.-, . .
E. 4 a:
0.
g. -, 3.i 3
8
0
s
” t;
K -*
Y
e c L
4 ; 5
i
i
7 .t
.: .
: 4
.
. .* .
CITY OF CARLSBAD
Purchasing Department
1200 Carlsbad Village Drive
Carlsbad CA 92008
REPRESENTATION AND CERTIFICATION
The following representation and certification should be completed, signed and returned to City of Carlsbad.
REPRESENTATIONS: Mark all applicable blanks. This offeror
represents as part of this offer that the ownership, operation and
control of the business, in accordance with the specific
definitions listed below is:
Are you currently certifie b CALTRANS?
YES R- NO-
Certification #:
CERTIFICATION OF BUSINESS REPRESENTATION(S):
Mark all applicab!e blanks. This offeror represents as a part of
this offer that:
This firm is-, is not- a minority business.
This firm is-, is not- a woman-owned business.
DEFINITIONS:
WOMAN-OWNED BUSINESS: A woman-owned business is a
business of which at least 51 percent is owned, controlled and
operated by a woman or women. Controlled is defined as
exercising the power to make policy decisions. Operation is
defined as actually involved in the day-to-day management.
MINORIN BUSINESS ENTERPRISE: “Minority Business” is
defined as a business, at least 51 percent of which is owned,
operated and controlled by minority group members, or in the
case of publicly owned businesses, at least 51 percent of which is
owned, operated and controlled by minority group members. The
Small Business Administration defines the socially and
economically disadvantaged (minorities) as Black American,
Hispanic American, Native Americans (i.e. American Indian,
Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific
Americans (i.e., US. Citizens whose origins are from Japan,
China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S.
Trust Territories of the Pacific, Northern Marianas, Laos,
Cambodia anti Taiwan).
FIRMS PRIMARY PRODUCTS OR SERVICE:
@&FM 2-z
CONSTRUCTION CONTRACTOR:
CLASSIFICATION(S): a ’ _ K. ezt
LC7’7d k
: l-cprz &ss
LICENSE NUMBER: / w&T.
TAXPAYERS I.D. NO. 33--047s”i5J-+
CERTIFICATION: .- The information furnished is certified to be factual and correct as of the date submitted.
7
c 5490 COlUlPEX §T., SUITi 603’
4 Ass @@-k-i-r/ f
PRINTED NAME I
CA @t’pj3”11 p&S Y&.-f--
ADDRESS TITLE
CIN, STATE AND ZIP
/Yzz ^- p SlGtiTURE ---
6Pc- Z~%?.Qc $CzL~~
TELEPHONE NUMBER DATE