in-service cleaning and inspection of the city of lompoc

12
We hereby certify that: This bid was not made in the interest of or on behalf of any undisclosed person, partnership, association or corporation. This bid is genuine and not collusion or sham; and that we did not, directly or indirectly, induce or solicit anyone else to submit a false or sham bid. We have not, directly or indirectly, by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Lompoc, or any other bidder or anyone else interested in the proposed contract; and further, Did not, in any manner, directly or indirectly, seek by agreements, communications, or conference with anyone to raise or fix any overhead, profit, or cost element of this bid price, or that of anyone else. (Please type or print) PLEASE FAX/EMAIL YOUR QUOTE TO: Please respond with current pricing. Be sure to supply part/catalog numbers. Follow the form below. Send your quote to: Theresa Hernandez [email protected] FAX Number: (805) 735-7628 Phone Number: (805) 875-8020 By: November 1, 2019 @ 2:00pm PDT Qty UOM Description Extended Price 1 JOB In-service cleaning and inspection of the City of Lompoc, Avalon Water Reservoir utilizing commercial divers trained in potable water operations TOTAL Delivery ARO: Days FOB: DESTINATION Payment Terms: Net 30 Discount for Payment in 20 Days: % Estimated Start Date: Estimated Completion Date: Company Name Signature Of Authorized Representative Address Name And Title (Please Print) City, State And Zip Code Email Address Phone Number Fax Number Date Web Site Address Purchasing Division 1300 West Laurel Avenue Bldg. 4A, Lompoc CA 93436 • 100 Civic Center Plaza Lompoc, CA 93436 Phone: (805) 875-8020 • FAX: (805) 735-7628 www.cityoflompoc.com Request for Quotation No. 2931 Inspection and Cleaning of Water Reservoir (This is not an order)

Upload: others

Post on 01-Mar-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: In-service cleaning and inspection of the City of Lompoc

We hereby certify that:

This bid was not made in the interest of or on behalf of any undisclosed person, partnership,association or corporation.

This bid is genuine and not collusion or sham; and that we did not, directly or indirectly, induce orsolicit anyone else to submit a false or sham bid.

We have not, directly or indirectly, by agreement, communication or conference with anyoneattempted to induce action prejudicial to the interest of the City of Lompoc, or any other bidder oranyone else interested in the proposed contract; and further,

Did not, in any manner, directly or indirectly, seek by agreements, communications, or conferencewith anyone to raise or fix any overhead, profit, or cost element of this bid price, or that of anyoneelse.

(Please type or print)

PLEASE FAX/EMAIL YOUR QUOTE TO: Please respond with current pricing. Be sure to supply part/catalog numbers. Follow the form below.

Send your quote to: Theresa Hernandez [email protected]

FAX Number: (805) 735-7628Phone Number: (805) 875-8020By: November 1, 2019 @ 2:00pm PDT

Qty UOM Description Extended Price 1 JOB In-service cleaning and inspection of the City of

Lompoc, Avalon Water Reservoir utilizing commercial divers trained in potable water operations

TOTAL Delivery ARO: Days FOB: DESTINATION Payment Terms: Net 30 Discount for Payment in 20 Days: %

Estimated Start Date: Estimated Completion Date:

Company Name Signature Of Authorized Representative

Address Name And Title (Please Print)

City, State And Zip Code Email Address

Phone Number Fax Number

Date Web Site Address

Purchasing Division 1300 West Laurel Avenue Bldg. 4A, Lompoc CA 93436 • 100 Civic Center Plaza Lompoc, CA 93436 Phone: (805) 875-8020 • FAX: (805) 735-7628

www.cityoflompoc.com

Request for Quotation No. 2931 Inspection and Cleaning of Water Reservoir

(This is not an order)

Page 2: In-service cleaning and inspection of the City of Lompoc

RFQ 2931 Page 2 of 12

“Registered Bidder Information Sheet” Request for Quotation No. 2931

Inspection and Cleaning of water Reservoir Bid Closing Date: November 1, 2019 at 2:00 pm

To stay informed of any changes or modifications to this solicitation you must:

1. Complete this form (print or type your information).

2. Fax the completed sheet to (805) 735-7628 or email [email protected]

(Please type or print) Company Name Signature Of Authorized Representative

Address Name And Title (Please Print)

City, State And Zip Code Email Address

Phone Number Fax Number

Date Web Site Address

Page 3: In-service cleaning and inspection of the City of Lompoc

RFQ 2931 Page 3 of 12

In-service cleaning and inspection of the City of Lompoc, Avalon Water Reservoir utilizing commercial divers trained in potable water operations.

I. Small Project Public Works Exemption

Contractors who work exclusively on small public works projects are not required to register as a public works contractor or file electronic certified payroll reports for those projects. However, Prevailing wages must still be paid on this project. Contractors are still required to maintain certified payroll records on a continuous basis, and provide them to the Labor Commissioner’s Office upon request. Additionally, awarding agencies are not required to submit the notice of contract award through DIR’s PWC-100 system on projects that fall within the small project exemption. The small project exemption applies for all public works projects that do not exceed:

$25,000 for new construction, alteration, installation, demolition or repair $15,000 for Maintenance - maintenance is defined in the “California Public

Contract Code” as normal reoccurring work (versus repair or improvement).

Section 1 – Statement of Work

I. Project

The project includes the cleaning of accumulated bottom sediment, removal of any debris and the visual and video inspection of one (1) water storage reservoir utilizing certified commercial divers trained in potable water operations. It is the intent of the City of Lompoc to utilize the reported inspection findings for documentation of routine preventative maintenance on the reservoir. The city is requesting specific documentation as detailed below in the Scope of Work.

The tank is described in Section 3 of these specifications. The contractor shall furnish all labor, materials, equipment, insurance, training and certifications to complete the proposed work.

Specifically, the City of Lompoc will not have to make arrangements for:

Additional utility personnel or equipment

Special scheduling – no interruption means work can be completed as soon as confirmedand tasked.

OSHA Confined Space compliance requirements for drained reservoirs.

Additional disinfection procedures (See AWWA C652-02).

Down time or bypassing the reservoir.

Page 4: In-service cleaning and inspection of the City of Lompoc

RFQ 2931 Page 4 of 12

II. Scope of Work

A. Cleaning

The contractor shall provide the procedure, labor, equipment and supplies necessary to thoroughly remove all accumulated bottom sediment and debris from potable water storage reservoir.

1. Contractor will pour 12 gallons of chlorine into tank prior to commencing diveinspection. Chlorine will be provided by City to Contractor divided into 4 separatecontainers.

2. All accumulated bottom sediment and debris shall be removed in a manner thatdoes not compromise the tank integrity and or coating system. The work shall notcause disruption to the use or quality of the water.

3. Removed water, debris (or other waste materials) and any necessary permitting willbe the responsibility of the Owner.

4. Removed water must be dechlorinated.

5. The total price entered on the Bid Response Form shall be based on the removal ofsediments up to one (1”) inch in depth, averaged over the entire floor area. Contractor’sbid shall provide a unit price, per cubic yard, for the removal of bottom sediments inexcess of one (1”) inch in the reservoir. Should the bottom sediment exceed the one (1”)inch in the reservoir, the City will be notified and a signed authorization from the City, orthe City’s Designated Representative, will be obtained prior to the City incurring anyadditional cost.

6. The total price entered on the Bid Response Form shall include up to one (1) hour ofdebris removal from the reservoir.

7. Hourly price for debris removal in excess of one (1) hour in the reservoir. Shouldrequired debris removal exceed one (1) hour, the City will be notified.

B. Inspection

The inspection and reporting shall be focused on documenting findings related to the following criteria:

1. Inspections shall document any OSHA, AWWA and NFPA-22 health or safetycompliance discrepancies related to the reservoirs, (e.g. potential contaminationsources, ladders, balconies and hatches, etc.).

2. Interior coatings are to be inspected for conditions including peeling, blistering orother indications of loss of coating integrity. Any areas of pitting or rust, as well as anyassociated undercutting or migration, should be documented in the final reporting.Findings are to be graded in accordance with the applicable standards from thefollowing agencies:

Page 5: In-service cleaning and inspection of the City of Lompoc

RFQ 2931 Page 5 of 12

• Coatings – Society for Protective Coatings – ANSI/SSPC-Vis 2-82/ASTM-D6 10-85• Corrosion – National Association of Corrosion Engineers – ASM/NACE RPO 178-

91, A, B, C• Welds – American Welding Society – ANSI/AWS B1.11-88• Concrete – American Concrete Institute – ACI 201.1R-92

3. Representative pit and blister survey. Interior pitting depth measurements, to 10 milsaccuracy, shall be reported by location and character.

4. Non-destructive coating mil thickness test – DFT (dry film thickness) of installedcoating system. DFT sampling shall be performed on various surfaces of the reservoirslisted. Representative readings (location and findings), from accessible areas of theinterior and exterior coating are to be provided in the final reports.

C. Reservoir Site Access (Landfill Access)

Contractor is to access the site by first passing by the Landfill Scales and Scale House to sign in. Once signed in the Contractor can proceed to the Reservoir Site. The Landfill hours on weekdays are from 7:30 a.m. to 4:30 p.m. Access to the site before 7:30 will require Water Division Personnel to open the gate and escort contractor to the Reservoir. The same will be for departure from the site after 4:30. Water Division Staff will have someone remain with the contractor from 4:30 till departure. Any access before or after the normal Landfill operating hours must be arranged with the Water Division prior to scheduling the Dive Inspection work.

III. Reporting

Reporting for the facility shall include the following:

A. Interior DVD video and Digital Image documentation of designated facility, both above andbelow the waterline. Narrated color videotape shall review at a minimum the conditions ofinternal walls, floors, roofs, hatches, welds, overflow structures, sediment and any identifieddiscrepancies.

B. Estimates of corrosion both above and below the waterline based on NACE and SSPCguidelines.

C. Grading of the weld seams based on AWS criteria.

D. A description of concrete condition denoting any problem areas such as cracking, spallingor deterioration.

E. Description of hatch condition, vent and screen condition, ladder condition and overflowstructure and flap condition.

F. Recommendations and cost estimates for repairs shall be provided.

Reporting for the reservoir shall include interior video inspection with real-time closed circuit

Page 6: In-service cleaning and inspection of the City of Lompoc

RFQ 2931 Page 6 of 12

high-resolution color underwater video equipment. All pertinent findings shall be documented on DVD format videotape (including dive maintenance technician’s findings and narrative summary) and digital images, as well in a comprehensive listing of all discrepancies found (interior and exterior), with corresponding photos and recommendations. The report shall be bound and include an electronic PDF copy of report. The report shall be delivered to the City within 30 days.

IV. Bid

A. One (1) signed copy of the bid shall be submitted in the bid package along with the requireddocuments and certifications listed on the Bid Response Form.

B. The City of Lompoc retains the right to issue Addenda for items not covered in the originalbid request. If issued, the City of Lompoc will attempt to notify all known prospective bidders.However, it shall be the responsibility of each Contractor to ensure that their proposal isinclusive of all Addenda. Failure to acknowledge all Addenda may result in rejection of the bidas non-responsive.

Section 2 - Specifications for Potable Water Diving Operations

I. All diving operations to be conducted by certified commercial divers who are ACDEcardholders. Alternatively, divers who have completed specialized military training i.e., Navy1st or 2nd Class Dive Courses or Master dive School shall also qualify.

II. All diving operations shall be conducted with surface-supplied commercial grade divingequipment, including compressor (or compressed air bottle storage system), volume tank, aircontrol system filter system and pneumofathometer. The air source shall have been tested,within the past 180 days, for oil mist and other contaminants, in accordance with OSHA 29CFR.

III. All diving operations shall be conducted utilizing a totally encapsulated diving dress,including diver hardhat with sealed neck dam, and a vulcanized rubber dry suit; in good repair.A band mask shall be specifically prohibited, for any instance but in an emergency situation.

IV. The diver hard hat shall be equipped with operating voice communication to the surface,and the diver umbilical shall consist of at minimum, the following: Diver air hose,pneumofathometer, dive diver communication cable, video cable and high intensity lightingpower cable.

V. The dive team shall consist of no less than a three-person team (Diver, Tender & DiveSupervisor). All of whom shall be certified commercial divers. All team members shall have acurrent CPR & First Aid Card, 02 Administrator Card, as well as a complete diver physicalwithin the previous 24 months.

VI. All diver equipment and any other equipment introduced into the reservoir shall bededicated for potable water operations, and further, shall be disinfected with no less than a

Page 7: In-service cleaning and inspection of the City of Lompoc

RFQ 2931 Page 7 of 12

200ppm chlorine scrub/spray prior to entry into the reservoir.

VII. Underwater welding is not permitted in potable water reservoirs unless the reservoir isisolated from the system and the water is drained to waste following the welding procedures.

VIII. Dive contractor shall have available for examination, the following documentation: Copy ofStandards and Procedures Manual, Safe Practices Manual, Diver Logbooks, and the latest AirTesting Reports.

IX. Dive team shall be equipped with live color video with live voice recording (and associatedlighting system) between diver and surface team, to allow for real-time surface monitoring of alldiving activities and findings, as well as quality-control of the complete work.

X. Contractor security protocols shall include mandatory drug and criminal background checksof all field employees prior to employment.

Page 8: In-service cleaning and inspection of the City of Lompoc

RFQ 2931 Page 8 of 12

Section 3 - Tank Specifics

Tank Avalon Reservoir Location South end of Avalon Road on City of Lompoc Landfill

Property (nearest cross street is Olive Avenue & Avalon Road)

Type of Tank Above ground at grade. Tank Construction Welded Steel Hatch Size & Location Roof, South side, 3 feet square Tank Dimension: Diameter Height

136 feet (inside diameter) 39 feet (inside wall)

Tank Capacity 4 Million Gallons Ladders Internal Yes Ladders External Yes Safety Climb Yes – Rail and Cage outside, Cage only inside. 110 volts on site No Year Built 2001 Date Last Inspected 2013 Date Last Cleaned 2013 Inlet Outlet Size Common inlet outlet, 16” Cathodic Protection Yes

Page 9: In-service cleaning and inspection of the City of Lompoc

ATTACHMENT "A" INSURANCE REQUIREMENTS

The City of Lompoc requires that you furnish and maintain current certificates of insurance for the duration and term of that contract within the scope and limits of the Indemnity and Insurance Requirements listed here. The certificates and endorsements are to be signed by a person authorized by the insurers to bind coverage on their behalf.

You must secure the following insurance coverage to protect the City from claims brought against the City, employees, authorized representatives, agents, or third parties.

1. Worker's Compensation Insurance in anamount not less than $1,000,000 peroccurrence as required by State of Californiastatutes, and employer's liability insurance(including disease coverage). Insurer shall waiveall rights of subrogation against the City, itsemployees, representatives, and agents.

2. Automobile Liability Insurance withcoverage for any vehicle including those owned,leased, rented, or borrowed. This insurance shallhave an endorsement naming the City asAdditional Insured and with a standard cross-liability clause or endorsement. The limit amountfor this insurance shall be not less than$500,000 per occurrence combined single limitfor bodily injury and property damage.

3. General Liability Insurance includingpremises and operations, products, completedoperations, contractual liability, independentcontractors, and broad form property damagecoverages. This insurance shall be on acommercial insurance, occurrence form with anendorsement naming the City as AdditionalInsured and with a standard cross-liability clauseor endorsement. The limit amount for thisinsurance shall be not less than$1,000,000 per occurrence combined single limitfor bodily injury and property damage.

4. You must provide evidence the insurancepolicy names the City and it officers,employees and representatives as additionalinsureds or a separate endorsement namingthem as additional insureds referencing yourname and policy number. Examples of suchendorsements are ISO CG 25 04 11 85, ISO CG25 03 11 85, ISO CG 25 01 11 85.

5. The insurance policies described above shallinclude the following provisions or have addedby endorsement:

a. The coverages shall be primary, and noother insurance or self-insurance such asmay be utilized by the City shall contribute toa loss under these policies.

b. The policies shall not be canceled ormaterially altered without 30-days’ priorwritten notice to the City.

6. The insurers utilized shall conform to thefollowing terms:

a. Insurers shall have at least an "A-"policyholder's rating and a "VII" financialrating in accordance with the most currentBest's Key Rating Guide.

b. Vendor shall furnish the City, within ten (10)calendar days of receiving Notice of Award,or a Request for Insurance letter, and notless than two (2) working days prior to thecommencement of the work, with adequatecertificates of insurance and with originalendorsements affecting coverage as willdemonstrate that the provisions and/orrequirements of this section have beencomplied with.

Please send insurance Certificates to:

City of Lompoc, Purchasing Division 1300 West Laurel Avenue, Bldg. 4A; Lompoc CA 93436-5163 Fax: (805) 735-7628 or via email to [email protected]

For more information, please call (805) 875-8000

Page 9 of 12RFQ 2931

Page 10: In-service cleaning and inspection of the City of Lompoc

PURCHASE ORDER TERMS AND CONDITIONS

1. TERMS OF ORDER: This order is limited to theterms herein unless expressly agreed in writing bythe City.

2. SELL OR ASSIGN: The supplier has no right to sell,assign, or transfer any obligations resulting from thisorder without the specific written consent of thePurchasing and Materials Manager.

3. SAFETY DATA SHEETS: Supplier shall conform toCalifornia Labor Code Section 6360 and Title B CAC,Sections 339 and 5194 and submit Material SafetyData Sheets with orders of hazardous substances.

4. COMPLIANCE WITH LAWS/HOLD HARMLESS:All goods shall comply with all applicable federal,state, and local laws and regulations. Supplier furtheragrees to indemnify, defend, and hold the Cityharmless for failure to so conform and/or against anyclaim, loss and liability arising from Supplier’snegligent act or omission in the performance of thisorder.

5. TAXES: This order is subject to California Sales Tax.The City is exempt from Federal Excise Tax.

6. WARRANTY: Supplier fully warrants all materialsand equipment, including without limitation, anyoptional equipment purchased by the City under theterms of this order, against poor and inferior qualityand workmanship of equipment, labor and materials,for one year after the date of final acceptance by theCity, unless otherwise stated hereon.

7. LAWS GOVERNING CONTRACT: This order shallbe in accordance with the laws of the State ofCalifornia. Vendor further stipulates that this orderwas entered into in the State of California, and theState of California is the only appropriate forum forany litigation as a result of breach hereof or anyquestions risen here from.

8. BUSINESS TAX NUMBER: Firms performingservices or installations in the City of Lompoc musthave a current City of Lompoc Business TaxNumber. Please contact the City Clerk Office at 805875-8242 for information.

9. AUTHORIZED DISTRIBUTOR: Vendor representsthat vendor is an authorized distributor of the productordered. The City reserves the right to cancel thisorder at any time if it is determined that the vendor isnot an authorized distributor of the product ordered.

10. NEWEST MAKE & MODEL: Items ordered shall beof the newest make and model available unlessotherwise stated herein.

11. INSURANCE: Vendors performing work on Citypremises shall possess a current approved certificateof insurance on file with the Purchasing and MaterialsManager prior to the performance of work

12. PREVAILING WAGES: Vendors performing workexceeding a combined labor and materialscosts of $1,000.00 are required to comply withCalifornia Labor Code Sections 1773.2, 1776 and1777.5.

13. PAYMENT: Payment will be made only uponreceipt of all materials, services, and invoiceswhich are as specified and in accordance with theterms of this order, unless otherwise stated herein.

14. REJECTION OF MATERIALS/SERVICES: Allmaterials and services furnished shall be asspecified and are subject to inspection andapproval by the City. The City reserves the right toreject any material or service which does notcomply with the specifications and/or terms of thisorder.

15. F.O.B. POINT: All orders are shipped F.O.B.Destination.

16. TITLE: Except as, otherwise expressly providedherein, title to and risk of loss on all items shippedby vendor or vendor’s agent to the City shall passto the City upon the City’s inspection andacceptance of such items at the City’s premises.

17. SHIPPING & HANDLING CHARGES: Shipping,handling, packing, transportation, and any otherfees or charges are not allowed unless specifiedotherwise herein.

18. DELIVERY ADDRESS: Vendor shall deliver to thedelivery address indicated on this order. Deliveriesreceived at other locations may not be accepted.

19. PRODUCT LIABILITY: Vendor certifies thatinsurance covering product liability, shouldmalfunction occur causing property damage orpersonal injury, is in full force and effect, andagrees to indemnify, hold harmless, and defendCity from any claims, liabilities or damages arisingtherefrom.

20. DEFAULT BY VENDOR: The City reserves theright to cancel at any time any or all items notdelivered as directed and within the time specified.In case of default by Vendor, the City may procurethe goods or services from any source availableand charge the difference between the pricenamed in this order and the actual cost hereof tothe Vendor. Prices paid by the City are consideredat the prevailing market price at the time suchpurchase is made.

21. CHANGES IN ORDER: No alteration or variationof terms of this order is valid unless made in writingand signed by the Purchasing and MaterialsManager. No oral understandings or agreementsnot incorporated herein, and no alterations orvariations of the terms herein, unless made inwriting between the parties hereto.

April 23, 2018

Page 10 of 12RFQ 2931

Page 11: In-service cleaning and inspection of the City of Lompoc

Purchasing Division 1300 West Laurel Avenue Lompoc CA 93436-5163 ● 100 Civic Center Plaza Lompoc CA 93436-6916

Telephone: (805) 875-8000 FAX: (805) 735-7628 www.cityoflompoc.com

The City of Lompoc has recently transitioned to a new software procurement system called VENDOR SELF SERVICE (VSS) that will provide better service to all our business partners. Please visit our site at https://selfservice.ci.lompoc.ca.us/MSS/Vendors/default.aspx to register your company. This will allow us to issue a new purchase order to your company. You will be asked to select the products for which you desire to receive quote requests and indicate your communication preferences (i.e. email, fax).

If you choose not to self-register, please provide the following information and return to me via email or fax. If you have questions or require assistance or more information, please feel free to call me at (805) 875-8020 or email [email protected]

(Please type or print)

Company Name

DBA

Street Address

City, State And Zip Code

Telephone Number

Fax Number

Email Address

Payment Remit To address

Federal Tax ID

Contact Name and Email

Web Site Address

Signature Of Authorized Representative

Name And Title (Please Print)

Date

“Vendor Information Sheet”

Page 11 of 12RFQ 2931

Page 12: In-service cleaning and inspection of the City of Lompoc

Purchasing Division 1300 West Laurel Avenue Lompoc CA 93436-5163 ● 100 Civic Center Plaza Lompoc CA 93436-6916

Telephone: (805) 875-8000 FAX: (805) 735-7628 www.cityoflompoc.com

Banking Information. Bank Name: Routing No.: Account No.:

________________________ ________________________ ________________________

W-9 required.Download https://www.irs.gov/pub/irs-pdf/fw9.pdf?portlet=103.

Send via email, fax or attach file to vendor registration if self-registering.

□ Email to [email protected]

□ Sent via fax to (805) 735-7628

□ Attached to vendor registration

Insurance Certificates. Download requirements https://www.cityoflompoc.com/home/showdocument?id=648 Send via email, fax or attach file to vendor registration if self-registering.

□ Email to [email protected]

□ Sent via fax to (805) 735-7628

□ Attached to vendor registration

Purchasing Contact Name/Email

Thank you