Loading...
HomeMy WebLinkAboutSancon Engineering Inc; 2013-02-25; PWM13-30UTILPWM13-30UT1L City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID Project Manager: Don Wasko/Clavton Dobbs Date Issued: January 22. 2013 Phone: (760) 438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to rehabilitate approximately 99' of 8" VCP sewer line from manhole 6C-88 to manhole 6C-87 on Via de Canto and approximately 159' of 8" VCP sewer line from manhole 6C-87 to manhole 6C-86 on Via Tulipan with cured in place pipeline (CIPP) lining. • See Exhibit "A", Scope of Services & Locations • List ALL sub-contractors • Right Way Permit (ROW) required, no fee • Cal-OHSA Regulations will be in place and enforced by contractor Cost not to exceed: $27,100 No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Don Wasko /Clavton Dobbs 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 Engineering. Inc. (714) 891-2323 Name Telephone 5841 Engineer Drive (714) 891-2524 Address Fax Huntington Beach. CA 92649 chuck(g?sancon.com City/State/Zip E-Mail Address -1 - Revised 09/01/09 Name and Title contracts ed to sign Title Name Date JOB QUOTATION ITEM NO. UNIT DESCRIPTION TOTAL PRICE 1 1 Heavy cleaning of sewer lines including root removal $3,^00 2 1 Rehabilitate approximately 99' of 8" VCP sewer line from manhole 6C-88 to manhole 6C-87 on Via de Canto with cured in place pipeline (CIPP) lining. 3 1 Rehabilitate approximately! 59' of 8" VCP sewer line from manhole 6C-87 to manhole 6C-86 on Via Tulipan with cured in place pipeline (CIPP) lining. $23,900 TOTAL $27,100 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Sancon Engineering. Inc 731797 Company/Busines Autbdrifed Signature Printed Name and Title Date ^ Contractor's License Number Class A Classification(s) Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: S3 0'l3o3\S 2-Revised 09/01/09 Check a License - License Detail - Contractors State License Board Page 1 of2 DEPARTMENT OF CONSUMER AFFAIRS . Contractors State License Board 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 Extract Date 2/13/2013 Classifications Bonding 731797 SANCON ENGINEERING INC Business Phone Number: (714) 891-2323 5841 ENGINEER DRIVE HUNTINGTON BEACH, CA 92649 Corporation 01/27/1997 01/31/2015 ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR C33 PAINTING AND DECORATING D12 SYNTHETIC PRODUCTS 010 ELECTRICAL B GENERAL BUILDING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with HANOVER INSURANCE COMPANY. Bond Number: BLF9304692 Bond Amount: $12,500 Effective Date: 11/25/2011 Contractor's Bond Historv BOND OF QUALIFYING INDIVIDUAL https://vvvvw2.cslb.ca.gov/OrilineServices/CheckLicenseII/LicenseDetaiLaspx?LicNuni=73... 2/13/2013 Check a License - License Detail - Contractors State License Board Page 2 of 2 The Responsible Managing Officer (RMO) DI 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. Effective Date: 05/01/2003 BQI's Bond Historv 2. The Responsible Managing Officer (RMO) PARSONS CHARLES BROWNING certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 07/07/2003 WORKERS' COMPENSATION This license has workers compensation insurance with TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Policy Number: DTJUB9818R93A12 Effective Date: 10/01/2012 Expire Date: 10/01/2013 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Workers' Compensation Personnel List Other Licenses Conditions of Use | Privacy Policv Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNuin=73... 2/13/2013 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 wnting 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." List all subcontractors used 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 Total % Subcontracted: 0 Indicate Minority Business Enterprise (MBE) of subcontractor. 3-Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $45,000) 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/Clavton Dobbs (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. 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: U^<^ S)>tei->0^eTO Revised 09/01/09 Commercial General Liability, Automobile Liability and Workers' Compensation insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. 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 ansing out ofthis 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., a California corporation (^gn hefe) (print name and title) CITY OF CARLSBAD a municipal corporation of the State of California: (address) (e-mail address)) Bv: (sign here) CH<^^ T^e^eDerrb sec. (print name and title) ' (address) (city/state/zip) 111 til l.'S-L'S (telephone no.) (fax no.) (telephone no.) (date) ATTEST: City Clerk (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: , City Attorney BY: Revised 09/01/09 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of 6g./»o<,^ On 2 Is/i-i^ Date before me, OHJ9^A,U£S T^^AJZ ^ A3zrr^<un' Po>is w Here Insert Name and Title of the Officer personally appeared ^IMA, \s "L>>fkt;..>s>6.TywTr<J ^ rOv<>.». "^'ty^ft./s/iCT>i6.TrO Name(s) of Signer(s) CHARLES B. PARSONS Commission # 1943036 ( Notary Public - California 1 Orange County g My Comm. Expires Jul 30. 20151 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isf/are subscribed to the within instrument and acknowledged to me that hi6/sl?fe/they executed the same in bte/brer/their authorized capacity (ies), and that by iys/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and officiaLs^al- Place Notary Seal Above Signature: OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPPiNT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUWBPBSNT OF SIGNER Top of thumb here I 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 EXHIBIT "A" SCOPE OF SERVICES • Perform rehabilitation of sewer pipeline with a CIPP liner with a minimum thickness of 4.5 mm. o MH 6C-88 to MH 6C-87, 99'of 8" VCP o MH 6C-87 to MH 6C-86, 159'of 8" VCP • Clean pipeline before rehabilitation begins with a combination truck/high velocity rodder. • Perform CCTV inspection of sewer pipeline prior to installing CIPP liner. • Use of device or means to prevent construction residual from entering downstream sewer manhole and pipeline. • Reinstatement of all laterals. • Perform a final CCTV inspection of sewer pipeline when the install is complete. • Clean work site. • Comply with all Cal-OSHA regulations. LOCATIONS Via Tuilpan and Via de Canto FEE Not to exceed $27,100 Revised 09/01/09 Searches EXHIBIT A Sewer Atlas Storm Water Atlas Water Atlas SANCON ENGINEERING. INC. GENERAL ENGINEERING CONTRACTOR Tel" (714)891-2323 STATE CONTRACTORS LICENSE #731797 Fax: (714) 891-2524 BID # B13155 Date: January 16, 2013 To: City of Carlsbad Attention: Don Wasko Phone: 760-438-2722 Email: don.wasko(§)carlsbadca.gov Project: Via Tulipan Lining Owner / Agency: City of Carlsbad Based on information furnished to Sancon plus a review of the job site, please find below our proposal to rehabilitate approximately 99' of 8" VCP Sewer from MH 6C-88 to MH 6C-87 and 159' of 8" VCP Sewer from MH 6C-87 to 6C-86 per the following: Our proposal Includes; Confined Space Entry Procedures & Equipment, Standard residential traffic control Certified payroll if required, Standard Insurance coverage up to $4 Million Bypass of flow during pipe lining operations using above ground pumps and hoses if required Pre-video of sewer main just prior to lining to confirm and document immediate acceptability for lining. Install Sancon CIPP liner at 4.5 mm thickness for ''Fully Deteriorated" Pipe Conditions Robotic reconnection of active HC's within lined pipe. Procurement of "No Fee Electronic" Encroachment Permit Final video inspection to confirm successful CIPP liner installation and lateral re-instatement. Assumptions / Notes: • Water services shall be shut off during our work to prevent liner damage and to prevent private property damage as a result of using water while sewer services are blocked. If water services are not shut off homeowner/Agency will be responsible for any private property damage as a result of backups into pnvate laterals / property. • Normal working hours M - F 7 AM to 5PM • Agency to provide no parking and notifications for our work • This quotation shall become part of any future Contract, Agreement or Purchase order This proposal excludes: • Excludes BMP's, Survey and Staking, Preparing As-builts, infiltration control (none anticipated) • Excludes cleaning of sewer main, including root removal. Sancon can perform this service at the price below if desired. If Agency or others clean the line and the segment is not linable once Sancon is on-site, specialty cleaning will be done by Sancon at the T&M rate shown below. • Engineered TC Plans, 3^^ Party Testing • Excludes excavation type point repairs of any kind, if required, including pit construction / restoration. • Standby or work outside of our scope will be billed at $165.00 / manhour which is inclusive of equipment Price: $23,900.00 LS Lining of 8" VCP $3,200.00 LS Heavy Cleaning of VCP Sewer Please call me if you have any questions at 714-891-2323. PRICE IS BASED ON ONE MOBILIZATION. ADDITIONAL MOBILIZATIONS BILLED AT: $2,250.00 EACH. BOND, IF REQUIRED, WOULD ADD 1% TO TOTAL BID PRICE. PRICE IS BASED ON RETENTION BEING WITHELD A MAXIMUM OF 90 DAYS AFTER COMPLETION OF OUR WORK. PRICE IS FIRM FOR A PERIOD OF THIRTY DAYS FROM RECEIPT PAYMENT TERMS NET 30 DAYS OR PER CONTRACT. mitted. Accepted By: Date: Dan Chronisfer Sancon Engineering, INC. PC:. 5841 Engineer Drive Huntington Beach, CA 92649