Loading...
Project 331 - Contract - Tunnelworks Services, IncAGREEMENT FOR PUBLIC WORKS Project #331 Sewer Siphon Evaluation This Agreement ("AGREEMENT") is made and effective as of February 18, 2020, between the Costa Mesa Sanitary District, a sanitary district ("DISTRICT"), and Tunnelworks Services, Inc., a corporation ("CONTRACTOR"). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: This AGREEMENT shall commence within seven days after date of Notice to Proceed and shall remain and continue in effect until tasks described herein are completed within 25 working days from the date work commenced, unless sooner terminated pursuant to the provisions of this AGREEMENT. 2. SERVICES The SERVICES to be provided are more particularly described in the Scope of Services attached hereto as Exhibit "A" and incorporated herein by reference. 3. PERFORMANCE CONTRACTOR shall perform all SERVICES under this AGREEMENT in a skillful and competent manner, consistent with the standards generally recognized as being employed by CONTRACTORs in the same discipline in the State of California and consistent with all applicable laws. CONTRACTOR shall provide DISTRICT its work product in "turnkey" form. DISTRICT reserves the right to perform reasonable testing of CONTRACTOR's work product before accepting the same. CONTRACTOR shall warrant that all services provided and equipment installed shall perform in a workmanlike manner and be fit for its particular purpose. 4. COMPENSATION Compensation for the SERVICES shall be lump sum for each item as shown on Exhibit "A" and the total shall not exceed Seventy Five Thousand Eight Hundred Seventy -Eight Dollars ($75,878.00). The written change order requirement cannot be waived. Failure to submit a written change order and receive written approval by the DISTRICT prior to performing extra work shall constitute a waiver of a claim for additional time or compensation. Invoices shall be submitted to DISTRICT monthly as performance of the SERVICES progresses. DISTRICT shall review and pay the approved charges on such PSA 30U 12 10 invoices in a timely manner. SERVICES on the PROJECT shall begin immediately and be completed within 25 working days from the date work commenced 5. PREVAILING WAGES CONTRACTOR understands that this job, if over One Thousand Dollars ($1,000.00) in value and not exempt, requires compliance with the prevailing wage law. (Labor Code §§ 1720 et seq.) As such, DISTRICT will ascertain the prevailing wages to be paid on this job from the Director of Industrial Relations. Said amounts are listed at http://www.dir.ca.gov/disr/pwd/index.htm. CONTRACTOR agrees to pay prevailing wages and maintain prevailing wage records regarding those payments. CONTRACTOR is also required to comply with the apprentice requirements. CONTRACTOR shall defend, indemnify, and hold the DISTRICT, its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. CONTRACTOR recognizes that state law makes eight (8) hours a day's work, and any worker working in excess of that time must be paid overtime. (Labor Code § 1813.) CONTRACTOR acknowledges that if required, it must be registered with the Department of Industrial Relations (DIR) to perform this work and affirms that it is registered. CONTRACTOR agrees to submit electronic payroll information unless this requirement is suspended by the DIR. DISTRICT will file a PWC 100 form with the DIR to register this project. 6. SUBCONTRACTING This paragraph only applies if this Agreement was awarded following a competitive bid. If CONTRACTOR submitted a subcontractors list, CONTRACTORA may only substitute a listed subcontractor by complying with the Subletting and Subcontracting Fair Practices Act. (See Public Contract Code § 4100 et seg.) CONTRACTOR cannot perform work using a subcontractor who is debarred. CONTRACTOR hereby assigns unfair business practice claims (Clayton Act and Cartwright Act) to the DISTRICT. CONTRACTOR declares by signing this Agreement that CONTRACTOR did not collude to obtain this job. (Public Contract Code § 7106.) 7. PROGRESS PAYMENT Progress payment may be authorized if this job will take in excess of thirty (30) days. DISTRICT agrees to promptly make progress payments on undisputed and properly submitted payment request within thirty (30) calendar days and to comply with the provisions of Public Contract Code § 20104.50. If this Agreement is for at least Five Thousand Dollars ($5,000) and progress payments are made, DISTRICT will retain five percent (5%) of the total contract amount until sixty (60) days after the notice of completion is filed. (Public Contract Code §§ 2 PSA 30U 12 10 7107, 9203.) CONTRACTOR may substitute securities in lieu of retention pursuant to Public Contracts Code § 22300. 8. INSURANCE CONTRACTOR shall, at its expense, procure and maintain for the duration of this AGREEMENT insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of this AGREEMENT by the CONTRACTOR, its agents, representatives, employees, or subcontractors. CONTRACTOR shall also require all of its subcontractors to procure and maintain the same insurance for the duration of this AGREEMENT. If CONTRACTOR is an employer or otherwise hires one (1) or more employees during the term of this PROJECT, CONTRACTOR shall procure and maintain workers' compensation coverage for such employees which meets all requirements of state law (Labor Code § 1861). At a minimum, CONTRACTOR is required to submit proof of insurance in accordance with the following standards: Minimum Scope of Insurance: Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001): (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance: CONTRACTOR shall maintain limits of no less W (A) General Liability. One Million Dollars ($1,000,000.00) per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this AGREEMENT/location or the general aggregate limit shall be twice the required occurrence limit. (B) Automobile Liability. One Million Dollars ($1,000,000.00) per accident for bodily injury and property damage. (C)Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Liability limits of One Million Dollars ($1,000,000.00) per accident for bodily injury or disease. Insurance Endorsements: The insurance policies shall contain the following provisions, and a separate endorsement stating to add the following provisions to the insurance policies shall be submitted and approved by DISTRICT: 3 PSA 30U 12 10 (A) General Liability. The general liability policy shall be endorsed to state that: (1) DISTRICT, its directors, officials, officers, employees, agents, and volunteers shall be covered as additional insureds with respect to the work or operations performed by or on behalf of the CONTRACTOR, including materials, parts, or equipment furnished in connection with such work; and (2) the insurance coverage shall be primary insurance as respects DISTRICT, its directors, officials, officers, employees, agents, and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the CONTRACTOR's scheduled underlying coverage. Any insurance or self-insurance maintained by DISTRICT, its directors, officials, officers, employees, agents, and volunteers shall be excess of the CONTRACTOR's insurance and shall not be called upon to contribute with it in any way. (B) Workers' Compensation and Employer's Liability Coverage. The insurer shall agree to waive all rights of subrogation against DISTRICT, its directors, officials, officers, employees, agents, and volunteers for losses paid under the terms of the insurance policy which arise from work performed by the CONTRACTOR. (C)AII Coverage. Each insurance policy required by this AGREEMENT shall be endorsed to state that: (A) coverage shall not be suspended, voided, reduced, or canceled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to DISTRICT, and (B) any failure to comply with reporting or other provisions of the policies, including breaches or warranties, shall not affect coverage provided to DISTRICT, its directors, official, officers, employees, agents, and volunteers. Acceptability of Insurers: Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A-:VIII, licensed to do business in California, and satisfactory to DISTRICT. All insurance documents must be submitted and approved by the District's Risk Manager prior to execution of any AGREEMENT with DISTRICT. 9. INDEMNIFICATION (a) Indemnification for Professional Liability. When the law establishes a professional standard of care for CONTRACTOR's services, to the fullest extent permitted by law, CONTRACTOR shall indemnify, protect, defend, and hold harmless DISTRICT and any and all of its officials, employees, and agents from and against any and all losses, liabilities, damages, costs, and expenses, including attorney's fees and costs to the extent the same arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONTRACTOR, its officers, agents, employees, or subCONTRACTORs (or any entity or individual that CONTRACTOR shall bear the legal liability thereof) in the performance of professional services under this AGREEMENT. 4 PSA 30U 12 10 (b) Indemnification for Other than Professional Liability. Other than in the performance of professional services and to the fullest extent permitted by law, CONTRACTOR shall indemnify, defend, and hold harmless DISTRICT and any and all of its employees, officials, and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses, or costs of any kind, whether actual, alleged, or threatened, including attorney's fees and costs, court costs, interest, defense costs, and expert witness fees) where the same arise out of, pertain to, relate to, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this AGREEMENT by CONTRACTOR or by any individual or entity for which CONTRACTOR is legally liable, including, but not limited to, officers, agents, employees, or subCONTRACTORs of CONTRACTOR. 10. SAFETY AND SITE CONDITION CONTRACTOR shall perform all operations with due regard for safety and in strict compliance with all applicable laws relating thereto. It shall be CONTRACTOR'S responsibility to keep the site in a clean, neat and orderly condition. It shall also be CONTRACTOR'S duty to dust -palliate all working areas and access routes, if applicable. All operations shall be conducted by CONTRACTOR so that no fire hazards are created. 11. TERMINATION DISTRICT may terminate this AGREEMENT at any time with or without cause. If DISTRICT terminates this AGREEMENT without cause before PROJECT completion, CONTRACTOR shall be entitled to be paid for SERVICES adequately completed prior to the notification of termination. CONTRACTOR may terminate this AGREEMENT for cause only. 12. WARRANTY CONTRACTOR shall perform, at its own cost and expense and without reimbursement from DISTRICT, any services necessary to correct errors or omissions which are caused BY CONTRACTOR's failure to comply with the standard of care provided for herein. CONTRACTOR shall guarantee work done on the PROJECT for a one-year (1) period commencing on the date of substantial completion. CONTRACTOR shall warrant that all services provided and equipment installed shall perform in a workmanlike manner and be fit for its particular purpose. 13. MISCELLANEOUS This AGREEMENT shall be interpreted according to the laws of the State of California and any action arising from this AGREEMENT shall be brought in the superior or federal district court with jurisdiction over DISTRICT. This AGREEMENT and the attachments hereto shall contain the entire agreement between the parties. This AGREEMENT cannot be modified except in a writing signed by both parties. In the event of inconsistency between this AGREEMENT and any attachment hereto, this AGREEMENT shall control in all respects. 5 PSA 30U 12 10 DISTRICT shall own all work product prepared in the course of providing the SERVICES under this AGREEMENT. In the event of termination of this AGREEMENT, CONTRACTOR shall immediately turn all work product over to DISTRICT. If specialized software or computer hardware is required to view or transmit said work product, CONTRACTOR shall make that software and hardware available to the DISTRICT at no cost during normal business hours. If the Services and Equipment required by this Agreement exceed $25,000 the CONTRACTOR shall obtain a labor and material bond and a faithful performance bond on District forms both in the amount of 100% of the contract value. (Civil Code § 9550). This AGREEMENT cannot be assigned without the prior written consent of the DISTRICT. DISTRICT acknowledges that if it provides CONTRACTOR with locations of underground pipelines and DISTRICT is incorrect and those utilities must be relocated, DISTRICT will pay for those relocation costs in accordance with statutory requirements. (Government Code § 4215.) If excavation is required, CONTRACTOR agrees to comply with Gov. Code § 2016 and delineate any area to be excavated before contacting The Regional Notification Center and obtaining authorization to excavate. CONTRACTOR agrees to provide DISTRICT with notice of any hazardous materials or subsurface or latent physical site conditions it encounters if this work involves excavation deeper than four feet (4'). If this exceed Twenty -Five Thousand Dollars($25,000.00) and the excavation exceed five feet (5), CONTRACTOR must provide a detailed trenching plan. (Public Contracts Code § 7104; Labor Code § 6705.) For claims that are less than Three Hundred Seventy Five Thousand Dollars ($375,000.00), the provisions of the Public Contracts Code § 20104 et seq. (Article 1.5 — Resolution of Construction Claims) shall be followed. CONTRACTOR is and shall at all times remain as to DISTRICT an independent contractor. No employee benefits shall be available to CONTRACTOR in connection with the performance of this AGREEMENT. Except for the fees paid to CONTRACTOR as provided in this AGREEMENT, DISTRICT shall not pay salaries, wages, or other compensation to CONTRACTOR for performing any services hereunder for DISTRICT. DISTRICT shall not be liable for compensation or indemnification to CONTRACTOR for injury or sickness arising out of performing any services hereunder. All information gained by CONTRACTOR in the performance of this AGREEMENT shall be considered confidential and shall not be released by CONTRACTOR without DISTRICT's prior written authorization. CONTRACTOR shall not, without written authorization from the General Manager or unless requested by the District Counsel, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories, or other information concerning the work 6 PSA 30U 12 10 performed under this AGREEMENT, Response to all subpoena or court order shall not be considered "voluntary"' provided CONTRACTOR gives DISTRICT notice of such court order or subpoena. CONTRACTOR warrants that the individual who has signed this AGREEMENT has the legal power, right, and authority to make this AGREEMENT and bind the CONTRACTOR hereto. If you agree with the terms of this AGREEMENT, indicate by signing and dating two original agreements where indicated below and return both to the undersigned. Once the documents are fully executed, one original will be returne4l to you for your records. Fffpffi� eneral Manager Approved as to Form: Harper & Burns LP District Counsel 7 PSA 30U 12 10, relo"Off NTNUN'2 Reviewed and Accepted by: Zillz Name Title Date Exhibit A Scope of Service (Attached) PSA 30U 12 10 77 �SP .SANITARY o ORA'l COSTA MESA SANITARY DISTRICT ORANGE COUNTY. CALIFORNIA BID PROPOSAL FORM SEWER SIPHON EVALUATION 2019 Project No. 331 November 4, 2019 _a Name of Bidder: . r _ r Address: Phone No.: TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT: Pursuant to and in compliance �.Nith the Notice Inx iting Bids (Bids] and the other documents relating thereto, the undersigned bidder has carefully examined and is completely familiar "°ith the plans, specifications. and contract documents including the local conditions affecting the performance of the contract, the character. quality. quantities. and scope of the v,ork, and the materials to be furnished as to the requirements of the specifications and the contract. If awarded the contract. the undersigned bidder hereb\ proposes and agrees to perform within the time stipulated in the contract. including all of its component parts and everything required to be performed. and to furnish any and all of the labor. material. tools. equipment. transportation. services, permits. utilities. and all other items necessary to perform the contract and complete in a workmanlike manner. all of the \Mork required in connection with the construction of said work all in strict conformity with the plans and specifications and other contract documents. including addenda Nos.:-L�Y and on file in the District office for the prices hereinafter set forth. The undersigned as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein. that this proposal is made without collusion with am person. firm. or corporation: and he proposes and agrees. if the proposal is accepted. that he will execute a contract «ith the District in the form set forth in the contract documents and that he will accept in full payment thereof the following prices. to wit: P-7 6 PROJFCT NO. 331 it BID FORM SEWER SIPHON EVALUATION 2019 BID APPROX. ITEM QUANTITY DESCRIPTION UNIT TOTAL PRICE AMOUNT Bonds. Insurance.. and Permits: Work under this item I Lump Sum includes any costs incurred for securing bonds. insurance Lump permits and financing for construction work. Sum Mobilization. Demobilization and Cleanup.- Work under this item shall Include preparatory and cleanup operations including. but not limited to. those necessan, for the movement of personnel- equipment. materials. and incidentals to and from the project site, securing a temporan,, construction yard. installation of temporar\ chain link fencing, securing all necessar\ permits from `CMSD 2 Lump Sum and City of Costa Mesa, securing the �Nork site during all Lump work activities, and maintaining the project site In a safe Sum and orderl\manner during construction. Amount bid for mobilization 1, demobilization shall not exceed 4.0% of contractors bid total. District shall pay 50% of this item for mobilization activities, and 50% for demobilization activities upon project completion. CMSD Project No. 331 - November 4, 2019 Bid Form — 2 of 9 i i i I OACT NO. 331 tit A BID FORM �y��R �TEo�°•' SEWER SIPHON £VALVA710N 2019 BID I APPROX. DESCRIPTION ITEM QUANTITY Varies Per W+ c for IWM os. 3 dirough 12 of the Bid Fom Manhole See in&xks, bin l riot Iiiraited to the following: cleaning of Below siphons to remove wastewater, settleable solids. roots. soil. mineral scales, pieces of broken pipe. bricks. grease. grit, sand. and other debris. thus facilitating internal video inspection for sewer evaluation: closed-circuit television {CCTV} inspection of siphons to obtain quality videos and inspection reports suitable for the Engineer to evaluate sewer repair and rehabilitation recommendations: cleaning by balling. access: confined space entry: traffic control: sewer bypass: and ankr other necessan, incidental items. equipment, or manpower for a turnkey installation. Note that siphon cleaning must be done under full bypass. The pipe must be dewatered after cleaning to perform CCTV to ensure it is clean. Therefore. it is required to dewater the siphon using a vactor truck and then hydro clean with a camera watching while continuing to dewater. This is coordinated work with typical slog- production. Heavy tuberculation such as from DI/CI pipe shall be removed using a "lumberjack" or other chain flail device. All mineral deposits shall also be removed using high velocity cleaning equipment so that the pressurized nozzle moves continuously. Bypassing of the siphons is critical and can be simple or terribly complex because ever; siphon is different. It is the Contractor's responsibility to determine if the j smallest barrel at each location can handle the flow. if so double headed bypass plugs at US and DS ends of the siphon will allow each barrel to be isolated during dewatering and cleaning. Otherwise, full bypass at upstream manhole(s) is necessary. Traffic control shall include engineered traffic control plans to be approved by the city of Costa Mesa providing the required traffic control including. but not limited to. changeable message boards. signs. delineators. traffic cones. barricades, flashing arrow sins. and all other work necessary to comply with \'ork :Area Protection and Traffic Control Handbook (WATCH manual). recent edition. other traffic control publications. and the cite of Costa Mesa. Traffic control for work shall conform to the provisions on the City of Costa Mesa encroachment permit. CMSD Project No. 331 h ember #, 2019 UNIT I TOTAL PRICE I AMOUNT Varies No Number Per Bid Here Item Bid Form — 3 of 9 I n [l 1 r PROJECT N 331 BID FORM °RPOR.4iEo� SEVER SIPHON EVALUATION 2019 BID APPROX. DESCRIPTION ITEM QUANTITY UNIT TOTAL PRICE AMOUNT SIPHON# 01 HOT SPOT# HS39 GIS U/S MH# 106078 GIS D/S MH# 106070 Number of Pipes = 3 Pipe Size ;' Material = 8-inch Ductile Iron Pipe Lump Sum 3 Location: Autoplex and Golf Course Lump Work under this item shall include furnishing all labor. Sum material. and work necessam for cleaning and CCTV inspection of the siphon. Sewer Bypass: Use alternating pipes. Assume Existing Floe = 135 gpm (each direction) from gravity sewer analysis. Or bypass using tanker trucks from UlS MH# 106088 in Bristol Street and from U.%S MH# 106055 in Autoplex. Traffic control required for tanker trucks. Coordination %Kith -Autoplex (Audi Dealer) required. SCOW 02 HOT SPOT# HS41 GIs U/S MH# 105884 GIS D/S MH# 105894 Number of Pipes = '' Pipe Size i Material = 8-inch ;'Ductile Iron Pipe 4 Lump Sum Location: Acapulco , Bristol Street Work under this item shall include furnishing all labor. material, and work necessary for cleaning and CCTV inspection of the siphon. Sewer Bypass: Use alternating pipes. Assume Existing Flow = 40 apm from gravid sewer analysis. Or bypass using tanker trucks from U%S MH# 105841 in Bristol Street. Traffic control required for tanker trucks. CMSD Project No. 331 November 4, 2019 Bid Form — 4 of 9 SANIr4 Rra, PROJECT NO.331 " P BID FORM '��PpRAT�9`Q* SEWER SIPHON EVALUATION 2019 BID ITEM APPROX. DESCRIPTION UNIT TOTAL UANTITY PRICE AMOUNT SIPHON# 03 HOT SPOT# HS45 GIS U/S MH# 110512 GIS D/S MH# 105903 Number of Pipes = 1 Pipe Size / Material = 6-inch i Cast Iron Pipe-- 5 Lump Sum Location: Paularino / Flood Control Channel Work under this item shall include furnishing all labor. material, and cork necessary for cleaning and CCTV inspection of the siphon. Sewer Bypass: Bypass using tanker trucks from U/S MH# 105975. Traffic control required. Assume Existing Flow _ 40 gpm from both directions (Enterprise Street and Paularino Avenue) based on gravity setver analysis. SIPHOM 04 HOT SPOT# HS74 GIS U/S %4HO 105871 GIS D/S MH# 105864 Number of Pipes = 2 Pipe Size ;' Material = 8-inch / Ductile Iron Pipe 6 Lump Sum Location: :Mesa Drive i Ir-vine Avenue Work under this item shall include furnishing all labor. material. and work necessary for cleaninv- and CCTV inspection of the siphon. Sewer Bypass: Use alternating pipes. Assume Existing Flow = 314 gpm from gravity sewer analysis. Or bypass using tanker trucks from U/S MH# 105877 in Mesa Drive turn pocket. Traffic control required for tanker trucks. CMSD Project No. 331 Im 4, 2419 Bid Form - 5 of 9 5AN/7,� PROJECT,1 BID FORM q* SEWER SIPHON EVALUATION 2019 BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT SI 'MM 45 HOT SPOT# HS85 GIS U/S MH# 107380 GIS D/S MH# 105922 ?dumber of Pipes = I Pipe Size,' Material = 12-inch . Vitrified Clay Pipe 7 Lump Sum Location: Anton Boulevard !'Park Center Drive Work under this item shall include furnishing all labor. material. and -work necessary for cleaning and CCTV inspection of the siphon. Sewer Bypass: Bypass using tanker trucks from U/S MH# 107416 in Park Center Drive and from U/S MH# 107344 in Anton Boulevard. Traffic control required. Assume Existing Flow = 81 apm from both directions based on gravity sewer analysis. SIPIIC949I HOT SPOT# HS75 GIS UiS MH# 104991 GIS DO'S MH# 104992 ' Number of Pipes = Unknown Pipe Size,' Material = Unknown 8 Lump Sum Location: Babb Street i Post Road Work under this item shall include furnishing all labor.. material. and work necessary for cleaning and CCTV inspection of the siphon. Sewer Bypass: Bypass using tanker trucks from U/S MH# 105023 in Post Road. Traffic control required. Existing flo-vv shall be determined by Contractor prior to bypass. CMSD Project No. 331 Novawibw4 2019 Bid Form — 6 of 9 D C� D D D BID FORM SEWER SIPHON EVALUATION 2019 BID ITEM APPROX. DESCRIPTION UNIT TOTAL _QUANTITY PRICE AMOUNT SPHOM-07 HOT SPOT# HS76 GIS UfS MH# 104843 GIS D/S MH# 104844 Number of Pipes = U nkno« n 9 Lump Sum Pipe Size i Material = Unknown Location: Mendoza Pump Station Influent Sewer Work under this item shall include furnishing all labor. material. and work necessary for cleaning and CCTV inspection of the siphon. Sewer Bypass: Bypass using tanker trucks from U%S MH# 104868 in Mission Drive. Traffic control required. Existing flow shall be determined by Contractor prior to bypass. SIP OM -08 HOT SPOT-" HS45 GIS U/S MH# 105907 GIS DOS MH# 105908 Number of Pipes = 4 Pipe Size / Material = 8-inch r Ductile Iron Pipe 10 Lump Sum Location: Bristol Street ' Hotel Way Work under this item shall include furnishing all labor_ material, and work necessary for cleaning and CCTV inspection of the siphon. Sewer Bypass: All four pipes are in operation flowing approximately 40-percent full. Bypass from L'"S MH# 105906 and pump to D/S MH# ] 05909. Traffic control required. Assume Existing Flow = 412 gpm from 4 pipes floe ina at 40% full each from grayiri sewer analysis. CMSD Project No. 331 N d## mW 4, 1019 Bid Form — 7 of 9 C� - Ry . 331 y�!.[' BID FORM SEWER SICK E ; �� ONI'g �pBRhTEq BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT SIPH}# 09 HOT SPOT# \/A GIS U/S MH# 103607 GIS D/S MH# 103606 Number of Pipes = l Pipe Size / Material = 12-inch / Vitrified Clay Pipe Location: South Coast Drive at Ikea 1 1 Lump Sum Work under this item shall include furnishing all labor, material. and work necessary for cleaning and CCTV inspection of the siphon. Sewer Bypass: Bypass at night using tanker trucks from U/S MH# 103507 and 103608. Traffic control required at MH# 103507 in South Coast Drive. Coordination required at MH# 103608 because in Chargers training facilit} . CMSD will provide assistance with coordination with Chargers facility manager and security. Assume Existing Flow = 45 gpm from each direction. SIPI N#.10 HOT SPOT# NIA GIS U/S MH# 103665 GIS D/S MH4 119894 Number of Pipes = 1 Pipe Size / Material = 15-inch .'Vitrified Clay Pipe 12 Lurnp Sum Location: Pinecreek Drive / Adams Avenue Work under this item shall include furnishing all labor. material. and work necessarxfor cleaning and CCTV inspection of the siphon. Sep%er Bypass: Bypass at night using tanker trucks from U/S MH# 103573. Traffic control required. Assume Existing Floe = 359 gpm from gravity sewer analysis. TOTAL AMOUNT OF ITEMS 1 THROUGH 12 $ (TOTAL IN WORDS) � „/ I'T "/fit ` �1 � T ' f i_ �. .. x: -.�aa �• l' 4 _J✓1 L I CMS`D'�'' Project No. 331 N 44 A 17 Bid Form —8of9 �:J L� Bidders Initials - J Note: In case of a discrepancy between the words and figures. the words shall prevail. A. The General Contractor (Contractor) must perform at least fifty-one percent (5 1 %) of the total project work awarded and may sublet no more than forty-nine percent (49%) of the total project work awarded to any one subcontractor. The name and location of place of business of each subcontractor who will perform work or labor or render service to the General Contractor in or about the construction of the work, or improvements, in an amount in excess of 'i4 of 1 % of the General Contractor's total bid. and the portion of the work which will be done by each subcontractor is set forth as follows: Work to be Name of Subcontractor Location of Office Subcontracted Except as hereinabove proti ided. Contractor ackno%N ledges and agrees that Contractor will perform all required work related to this Contract in accordance with Section 4106 of the Public Contract Code. B. Person who inspected site of the proposed work for your firm: Name: Date of Inspection: - - C. Licensed in accordance with the California State Contractor's License Law. Contractor's License No. - 0 Name of Bidder: 1 Title of Bidder: t { Signature of Bidder: d (President, Owner. or Representative) - Date: CMSD Project No. 331 Novihib&4,10 9 Bid Form — 9 of 9