Loading...
HomeMy WebLinkAboutSancon Engineering Inc; 2014-11-21; PWM15-34UTILPWM15-34UTIL CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT REHABILITATION OF GRAVITY SEWER MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 This agreement is made on the c5.f day of /^ov^femfcxSf^ 2014, by the City OfCarlsbad, California, a municipal corporation, (hereinafter called "City"), and Sancon Engineering, Inc. a California corporation, whose principal place of business is 5841 Engineer Drive, Huntington Beach, CA 92649 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Jesse Castaneda (City Project Manager). PREVAILING WAGES 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. Contractor 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 ofCarlsbad 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. REHABILITATION OF GRAVITY SEWER Page 1 of 7 City Attomey Approved 2/7/13 MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 PWM15-34UTIL Contractor hereby acknowledges that the filing of a false claim may subject 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: REQUIRED 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 ofthe contract and must be furnished to the City prior to the start ofwork. 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 clauses 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 an 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 resoiution of any disputes between the parties arising out of this agreement is San Diego County, Caiifornia. Start Work: Contractor agrees to start within 5 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. REHABILITATION OF GRAVITY SEWER Page 2 of 7 City Attorney Approved 2/7/13 MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 PWM15-34UTIL SANCON ENGINEERING, INC. (name of Contractor) 731797 (Contractor's license number) A, B, CIO, C33, D12 (license class, and exp. date) Exp. 1/31/15 5841 ENGINEER DRIVE (street address) HUNTINGTON BEACH, CA 92649 (city/state/zip) 714.891.2323 (telephone no.) 714.891.2524 (fax no.) Chuck Parsons; chuck(S)sancon.com (e-mail address) AUTHORITY. 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 SANCON ENGINEERING, INC., a Califomia corporation / Byx 1 ' ^ < CITY OF CARLSBAD, a municipal corporation of the State of California By: (sign here) Nick DiBenedetto / President (print name/title) By: (sign here) Chris DiBenedetto / Secretary Assistant City Manager, Doputy City Manager or Dopartmont Dircetor 03 auLI'iorizcd by ll'ie City Managef Kathryn B. Dodson ATTEST: BARBARA ENGLESON City Clerk (print name/title) 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, or Vice-President Group B 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: CELIA A. BREWER/ BY: REHABILITATION OF GRAVITY SEWER MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 Page 3 of 7 City Attorney Approved 2/7/13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On Oct. 7, 201j^fore me, Date personally appeared } Raquel Rojas, Notary Public Here Insert Name and Trtte of the Oificer Michael R. Langan Naiie(s) al Signei<s) C0>5M #1980954 z Piace Notary Seat Above who proved to me on tiie basis of satisfactory evidence to be the person(a^whose namely is/we-subscribed to the within instrument and acknowledged to me that he/ahoithey executed the same in his/bon/thsir^authorized capacity(i^, and that by his/hw/thoir signature^ on the instrument the personjjsf, or the entity upon behalf of which the person{«y acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ' OPTIONAL Though the information below is not required by law, ii 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: Payment Bond Document Date: Signer(s) Other Than Named Above: . Number of Pages:. Capacity(ies) Claimed by Signer(s) Langan Signer's Name: Michael R • Individual • Corporate Officer — Title(s): • Partner — • Limited • General 3: Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: Hanover Insurance RIGHTTHUMBPRINT OFSIGNER Top cH thumb here Comp, my Signer's Name: • Individual • Corporate Officer — Title(s): . • Partner — • Limited O General • Attomey in Fact • Trustee • Guardian or Conservator • Ottier: Signer Is Representing: RIGHT "I"HUMBPRiNT OFSIGNER Top of thumb here ©^007Natk>rtalNotaryAS50CiafiOTl•9350DeSotaA^e.,P.O.BaK240^•ChaIsworh ltem*590(7 RecHdec^CaBloWinee 1-800.676.6827 ACKNOWLEDGMENT State of California County of Orange On Octobers, 2014 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Nick DiBenedetto and Chris DiBenedetto who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) >^yare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Y^is/tnefltheir authorized capacity(ies), and that by tn^Siefdtheir signature(s) on the Instrument the person(s), orthe entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature. (Seal) C. VIZCARRA Commission No. 1896629 NOTAKV POBUC CALIFORNIA OHANGE COUNTY My Comm E«p.rM OCTOBER 30, 2016 1 15 PWM15-34UTIL EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR 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 Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project 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 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." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract Total % Subcontracted: REHABILITATION OF GRAVITY SEWER MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 Page 4 of 7 City Attorney Approved 2/7/13 PWM15-34UTIL EXHIBIT B (ENTER SCOPE OF WORK, SPECIFICATIONS, CONTRACTOR'S PROPOSAL, ETC.) JOB QUOTATION ITEIM NO. UNIT :::QTY:;; DESCRIPTION PRICE 1 Southbound El Camino Real, just south of Kelly Drive. Pre-clean and remove tuberculation from inside section of cast iron sewer main, install 317' of structural liner from MH 17D-73 TO 17B-78 $15,650.00 2 Brookfield Way, adjacent to Villas Lift Station, 2860 Winthrop Avenue. Clean sewer main to completely remove roots. $4,200.00 3 Brookfield Way - install 273' of structural liner from MH 7C-5 TO 7C-6 TO 7C-3 $16,660.00 1 Contingency at 1% $365.10 TOTAL* $36,875.10 ^Includes taxes, fee's, expenses and all other costs. REHABILITATION OF GRAVITY SEWER MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 Page 5 of 7 City Attorney Approved 2/7/13 PWIVI15-34UTIL EXHIBIT C LABOR AND MATERIALS BOND Number: 1028645 WHEREAS, the City Council of the City of Carlsbad, State of Califomia, has awarded to Sancon Engineering, Inc., a Califomia corporation, (hereinafter designated as the "Principal"), a Contract for: REHABILITATION OF GRAVITY SEWER MAINS ON EL CAMiNO REAL AND ON BROOKFIELD WAY CONTRACT NO. 55031 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk ofthe City of Carlsbad and all ofwhich are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the fumishing of a fctond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the peribmiance of the worit agreed to be done, or for any work or latior done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SANCON ENGINEERING, INC., as Principal, (hereinafter designated as the "Contractor"), and HANOVER INSURANCE COMPANY as Surety, are held finnly bound unto the City of Carisbad in the sum of Thirty Six Thousand Eight Hundred Seventy Five Dollars aqd Ten Cents ($36,875.10), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carisbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisbns, provender, supplies, or teams used in, upon, for, or about the perfonnance of the v/ork contract€Kj to be done, or for any other wori< or labor thereon of any kind, consistent with Califomia Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor perfonned under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Emptoyment Development Department from the wages of emptoyees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the worit and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attomey's fees, to b>e fixed by the court consistent with Califomia Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code sectton 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the tx>nd. Surety stipulates and agrees that no change, extenston of time, alteration or addition to the terms of the Contnct, or to the vyork to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. REHABILrrATIQN OF GRAVFTY SEWER Page 6 of 7 City Attomey Approved 2/7/13 MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 PWM15-34UTIL In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this of , 20_ CONTRACTOR: day Executed by SURETY this 10th day of October ,2014 SURETY: HANOVER INSURANCE COMPANY (name of Surety) 5 HUTTON CENTRE DRIVE, SUITE 1060 SANTA ANA. CA 92707 (sign here) (address of Surety) 714-4153808 (print name here) (title and organization of signatory) By:. lelephone number of Surety) By:. (sign here) (signatifre of Attorney-in-Fact) Michael R. Langan (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (print name here) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVEDASTO FORM: CELIAA. BREWER City Attorney Assistant City Attorney REHABILITATION OF GRAVITY SEWER MAINS ON EL CAMINO REAL AND ON BROOKFIELD WAY; CONT. NO. 55031 Page 7 of 7 City Attorney Approved 2/7/13 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POIVERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws ofthe State of Michigan, do hereby constitute and appoint Michael R. Langan of Pasadena, CA and each is a true and lawful Attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on Its behalf, and as its act and deed any place within the United States, or, If the following line be fiiied in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of Indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the Unitod States, not to exceed Ten Million and No/100 ($10,000,000) in any singie instance and said companies hereby ratify and confirm all and whatsoever sakl Attomey(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of sakl Companies which resolutions are still In effect: 'RESOLVED, That the President or ^ny Vice President, in conjunction with any Vice President, lie and they are hereliy authorized and empowered to appoint Attorneys-in-fact of the Company, jn its nanne and as its acts, to execute and acknowledge for and on its tiehalf as Surety any and an txxids, recognizances, contracts of indeiTinity, waivers of citatkin and all other writings otiligatory in the nature thereof, with po^ Anysuch writings so executed tiy such Attomeys-in-fact shall be as tiinding upon the Company as if they had been duly executed and acknowledged by the regularly elected ofik»rs ot the Company in their own proper persons.' (Adiopted October 7, 1981 - nie Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7,2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CfTIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presklents, this 23rd day of January 2013. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITtZENSylflSURANCE COMPANY OF AMERICA NS^rtlSURANCE COMPANY ( Robert Thomas. Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. On this 23rd day of January 2013 before me came the above named Vice Presktents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the Individuals and officers described herein, and acknowledged thatthe seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Conoorations. BARBARA A. GARLICK Notaty Pubic ConmiHM^ ot Massachuniu Uy Conitnssiofl Barbara A. Garlkdc, Notary PutMk: My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregQing Is a full, true and correct copy of the Original Power of Attomey issued by sakl Companies, and do hereby further certify that the said Powers of Attorney ar* still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company apd Citizens Insurance Company of America. "RESOLVED, niat any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certificatKin in respect thereto, granted and executed by the PreskJent or any Vice Presktent in conjum^kin with any Vk» Presktent of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile.' (Adopted October 7,1981 - The Hanover Insurance Company; Adopted April 14,1982-Massachusetts Bay InsuranceCompany; Adopted September7,2001 -Citizens Insurance Company of America) GIVEN under my hand and the seals of saW Companies, at Worcester, Massachusetts, this 7th day of October 2014. THE HANOVER INSURANCE COMPANY !!KIS.^9fli!IF"2.^*YJIISSJRANCE COMPANY CITfcENj IflSim^llrcE Cmmm OF AMERICA SANCON ENGINEERING, INC EXHIBIT D GENERAL ENGINEERING CONTRACTOR Tel: (714)891-2323 STATE CONTRACTORS LICENSE #731797 Fax:(714)891-2524 BID # B14285£Reyised) Date: June 30, 2014 To: City of Carlsbad Attention: Jesse Castaneda Phone: 760-438-2722 Fax: 760-431-2658 Email: jesse.castaneda@carlsbadca.gov Project: El Camino Real 8" 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 the designated 317' section of 8" VCP/CI from MH 17D-73 to MH 17B-78 per the following: Our proposal includes: Confined Space Entry Procedures & Equipment Prevailing wage / certified payroll if required. Standard insurance coverage up to $4 Million Bypass of flow during pipe lining operations using above ground pumps and hoses High velocity cleaning of sewer main prior to lining Mechanical cleanina to remove tuberculation in CI Section Traffic Control, permits, TC plan 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 Final video inspection to confirm successful CIPP liner installation Assumptions / Notes: Normal working hours M - F 7 AM to SPM GC to provide a mobile water meter or similar source 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 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 $200.00 / manhour which is inclusive of equipment Price: $ 15,650.00 (lump sum) Please call me ifyou have any questions at 714-891-2323. PRICE IS BASED ON ONE MOBILIZATION. ADDITIONAL MOBIQZATIGNS BIU.ED AT: $1,950.00 EACH. BOND, IF REQUIRED, WOULD ADD 1% TO TOTAL BID PRICE. PRICE IS BASED ON RETENTION BEING WITHELD A MAXII^UM OF 90 DAYS AFTER COMPLENON OF OUR WORK. PRICE IS RRM FOR A PERIOD OF THIRTY DAYS FROM RECBPT. PAYMENT TERMS NET 30 DAYS OR PER COITRACT. Respectfully Submitted, Accepted By: Date: . Chuck Parsons Sancon Engineering, INC. PO: 5841 Engineer Drive Huntington Beach, CA 92649 Map Drawer Page 1 of 4 iMfoR HANSEN 8 7/29/2014 14:01 Assets EXHIBIT D Current: Tool : select Zoom Level:6 OfB Layers Legend TStre Street • Scale 1 : Bound. 3135 Photo Contents 04/105 http ://hansenwcb/hansen8/print.htm 7/29/2014 SANCON ENGINEERING. INC. GENERAL ENGINEERING CONTRACTOR Tel: (714)891-2323 STATE CONTRACTORS LICENSE #731797 Fax: (714) 891-2524 BID # B14411 Date: June 30, 2014 EXHIBIT D To: City of Carlsbad Attention: Don Wasko Phone: 760-438-2722 Fax: 760-431-2658 Email: Don.Wasko@carlsbadca.gov Project: Brooicrield Way 8" 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 273' of 8" VCP from MH 7C-5 to 7C-6 to 7C-3 per the foilowing: Our proposal includes: Confined Space Entry Procedures & Equipment Prevailing wage / certified payroll if required. Standard insurance coverage up to $4 Million Bypass of flow during pipe lining operations using above ground pumps and hoses High velocity cleaning of sewer main prior to lining Heavy root removal Pre-video of sewer main just prior to lining to confirm and document acceptability for lining. Install Sancon CIPP liner at 4.5 mm thickness Final video inspection to confirm successful CIPP liner installation Assumptions / Notes: Access to pool area may be required to verif/ connection to restrooms Multiple style camera systems will be required to clean & video lower section due to angle points Normal working hours M - F 7 AM to SPM Agency to provide a mobile water meter or similar source 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 Public notices 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 $200.00 / manhour which is inclusive of equipment Pricing: Separate Trip to perform root removal and CCTV prior to lining: $ 4,200.00 CIPP installation: $ 16,660.00 Please call me if you have any questions at 714-891-2323. PRICE IS BASED ON ONE MOBILIZATION. ADDITIONAL MOBILIZATIONS BILLED AT: $1,950.00 EACH. BOND, IF REQUIRED, WOULD ADD 1% TO TOTAL BID PRICE. PRICE IS BASED ON RETENTION BEING WITHELD A MAXIMUM OF 90 DAYS AFTER COMPLEnON OF OUR WORK. PRICE IS FIRM FOR A PERIOD OF THIRTY DAYS FROM RECBPT PAYMENT TERMS NET 30 DAYS OR PER CONTRACT. Respectfully Submitted, Accepted By: w*--^- '^""^^i- Date: Chuck Parsons Sancon Engineering, INC. PO: 5841 Engineer Drive Huntington Beach, CA 92649 Map Drawer Page 1 of 4 iNjfoR HANSEN8 7/29/2014 14:06 Assets EXHIBIT D Current: Layers Legend Tool: zoomin 7 stre Zoom Level: 7 OfS 0 Street Bound; Scale 1 1568 Photo Contents 0^/105 http://hansenweb/hansen8/print.htm 7/29/2014