Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Sancon Engineering Inc; 2012-05-07; PWM12-45UTIL
City of Carlsbad MINOR PUBLIC WORKS CONTRACT CONTRACT This is not an order PWM12^5UTIL Project Manager Don Wasko (760) 438-2722 Date Issued: April 12, 2012 Mail To: Purchasing Department City of Carlsbaci 1635 Faraclay Avenue Carlsbaci, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to rehabilitate two sections of sewer main pipe, known as Shelter Cove Siphon, with cured in place pipe (CIPP) at two locations: between Cove Dhve and Marina Way - line 205 feet of 10 inch sewer pipe; between Cove Dhve and Manna Way - line 205 feet of 16 inch sewer pipe. See Exhibit "A", Scope of Work Contractor to obtain hght-of-way permit The City will provide traffic control The CAL-OSHA safety standards will be in effect Contract not to exceed $37,560.00 No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Don Wasko Phone No. (760) 438-2722 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Sancon Engineenng. Inc. Name 5841 Engineer Drive Address Huntington Beach. CA 92649 City/State/Zip 714-891-2323 Telephone 714-891-2524 Fax chuck(a)sancon.com E-Mail Address Revised 09/01/09 Name and Title of Person Authorized to sign contra Signature Title Name Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 205 feet of 10 inch pipe Rehabilitate section of 10 inch sewer mainline with cured in place pipe (CIPP) liner installation 2 205 feet of 16 inch pipe Rehabilitate section of 16 inch sewer mainline with cured in place pipe (CIPP) liner installation TOTAL (not to exceed) $37,560.00 Quote Lump Sum, including all applicable taxes. Award is by total pnce. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the hght 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: Sancon EnqineQ,r[p Compeay/Busi 731797 Contractor's License Number Authorized Signature Chuck ParsonsA/P Printed Name and Title Classification(s) Expiration Date -4 Date ' TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 3% -O-^So-bi^) Revised 09/01/09 Check a License - License Detail - Contractors State License Board Page 1 of2 Department of Consumer Affairs • ,^ Contractors State Licen^e^uoard Contractor's License Detail - License # 731797 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity Issue Date Expire Date License Status Classifications Bonding 731797 Extract Date 4/17/2012 SANCON ENGINEERING INC 5841 ENGINEER DRIVE HUNTINGTON BEACH. CA 92649 Business Phone Number:(714) 891-2323 Corporation 01/27/1997 01/31/2013 ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR 033 PAINTING AND DECORATING D12 SYNTHETIC PRODUCTS 010 ELECTRICAL B GENERAL BUILDING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number BLF9304692 in the amount of $12,500 with the bonding company HANOVER INSURANCE COMPANY. Effective Date: 11/25/2011 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) Dl BENEDETTO NICHOLAS FREDERICK certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. https://vyww2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=7317... 4/17/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 Effective Date: 05/01/2003 BQI's Bonding History 2. The Responsible Managing Officer (RMO) PARSONS CHARLES BROWNING certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 07/07/2003 BQI's Bonding Historv This license has workers compensation insurance with the TRAVELERS INDEMNITY COMPANY OF CONNECTICUT Policy Number:DTJUB9818R93A11 Workers" Compensation g^^^^j^^ ^Q/Qy2o^i Expire Date: 10/01/2012 Workers' Compensation Historv Personnel listed on ttiis license (current or disassociated) are listed on ottier licenses. Personnel List Other Licenses Conditions of Use | Privacy Policv Copyright © 2010 State of California https://wvyw2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=7317... 4/17/2012 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No NONE Total % Subcontracted: 0% 0 Indicate Minority Business Enterprise (MBE) of subcontractor. 3-Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor. 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: Don Wasko (project manager) The Payment of Prevailmg Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at contractor's discretion. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: CHWC/K- l^/ise.^ Revised 09/01/09 Commercial General Liabiiity, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Revised 09/01/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to Proceed. CONTRACTOR: SANCON ENGINEERING. INC. CITY OF CARLSBAD a municipal corporation of the State of California: By: (name of Cootractor) (sign here) (print name and titfe) City Manager (address) (e-mail address)) (telephone no. (sign here) i4g-&«t.-n-0 (print name and title) ATTEST: (address) \K9, , CA (city/state/zip) LORRAINE M. WOOD City Clerk (telephone no.) •=^-tci> e^n, (fax no.) (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: uty City Attorney^ -6 Revised 09/01/09 EXHIBIT "A" Scope of Work Obtain right-of-way permit Glean and dry sewer line (Affordable Drain Services) Cal OSHA approved confined space entry Cal OSHA regulations applied throughout length of project Provide plugs to control sewer flow Provide pre-lining CCTV video Install minimum 6 mm thickness of (CIPP) cured in place pipe liner in approximately 410 feet of sewer mainline located between Cove Drive and Marina Way known as the Shelter Cove Siphon Provide post-lining CCTV video Clean site as to before installation condition All working hours between 7 a.m. and 5 p.m. Monday through Friday unless specifically designated by the project manager City Inclusions 1. Pipe cleaned and dewatered to maximum extent practicable (MEP) prior to CIPP lining 2. Mobile water meter 3. Traffic control outside of cones and signage Revised 09/01/09