Loading...
HomeMy WebLinkAboutSancon Engineering II Inc; 2003-12-09; 38401ACity of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager: Mark Biskuo Date Issued: September 25, 2003 (760) 602-2763 Request For Bid No.: 38401 A [REBID] Mail To: CLOSING DATE: October 6,2003 Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-731 4 Award will be made to the lowest responsive, responsible contractor based on total price. Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4:OO p.m. on the day of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid No. 38401A. PW M04-13ENG DESCRIPTION Labor, materials and equipment to Clean and Remove Existina Liner from Umer Faradav Lift Station Wet Well. lncludina Wastewater BvDass and Additional Work Described in attached Exhibit “1 .” No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Mark Biskuo Phone No. 1760) 602-2763 Submission of bid implies knowledge of all job terms Contractor acknowledges receipt of Addendum No. 1 (-), 4 0,5 (J. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor - .hhCOh n&r;sq E, IhC. Name (719 871- 2323 Telephone -1 - Revised 5/1 O/OO Name and Title of Person Authorized t sign contracts. Name Bob lOhngsworf4 sazt-crr y a Signature e Title Date ITEMNO. UNIT 1 1 I QTY DESCRIPTION TOTAL PRICE Lump Sum All Work Described in attached Exhibit"1" 13. 350- 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, rnaterials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. SUBMllTED BY: 73r797 Contractor's License Number A Classification(s) I /31/05 Expiration Dat'e I a/7/03 Date ~ ~~ ~~ ~~~ TAX IDENTIFICATION NUMBER OR (Individuals) Social Security #: /' -2 - Revised 511 O/OO DESIGNATION OF SUBCONTRACTORS /- Set forth below is the full name and location of the place of business of each subcontractor 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 subcontractor for any portion of the work to be performed under the contract in exces of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word “NONE.” PORTION OF WORK SUBCONTRACTOR* - Total % Subcontracted: 6.5 % Indicate Minority Business Enterprise (MBE) of subcontractor. -3- Revised 511 0100 Labor: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. 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: M’f3P-K RI SKU P (project mansger) Wage Rates: The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. - 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. -4- Revised 5/1 O/OO Signature: =% 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. Jurisdiction: -5- Revised 5/1 O/OO The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Completion: I agree to complete work within \O working days after receipt of Notice to I agree to start within 30 working days after receipt of Notice to Proceed. Proceed. CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California By: Bob hb/l/nqsw~t--+~ Sw-eSar Y (address) By: (sign here) (telephone no.) (print name and title) CH&L ?&3Qr'>. cl .Q. ATTEST: vity Clerk - (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Deputy City Attorney -6- Revised 5/1 O/OO CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of 1 ss. On , personally appeared ersonally known to me F proved to me on the basis of satisfactory evidence Place Notary Seal Above to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. mS my hand and official seal. n \-g< 4nd. Signature of Notary Public OPTIONAL 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 Signer's Name: ~ 0 Individual 0 Corporate Officer - Title(s): Partner - Limited General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator I7 Other: Signer Is Representing: - 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 f8 ".. ,a 70- 7-03; 4:35PM;ClTy Of carlsbad ;l 760 602 8556 fi I/ 2 CAy of Carlsbad October 2,2003 ADDENDUM NO. 1 RE: Rebid-UPPER FARADAY LIFT STATION, PROJECT NO.: 384011A Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-rnentioned bid. New date for bid owning is: Thursday, October 9,2003 Time remains the same: 4:OO p.m. This addendum-receipt acknowledged-must be included to your bid when your bid is submitted. . EVIN DAVIS Buyer KD:jlk I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue - Carlsbad, CA 92008-7314 - (760) 602-2430 - FAX (760) 602-8553 www.ci.carlsbad.ca.us - Business License (760) 602-2495 - Utility Billing (760) 602-2420 @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 POMS and ASSOC Fax: 1-81 8-876-3322 Nov 21 2003 10:24 P. 02 At%€CBQM CERTIFICATE OF LIABILITY INSURANCE ~ DATE (MMmPpRWY) 11/21/2003 PRODUCER (8 18) 876- 3 3 36 “4023 Park Sorranto Attn: Mary H, Pafo FA% (8 18) 8 76- 3 32 1 Poms 81 Associates rite if110 I INBURER E: I 1 THIS CERTIFICATE IS ISSUED AS A MAITER OF INFORMATION ONLY AND CONFERS NO RIOHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POtlCiES BELOW. I Lalabasas, CA 91302 INSURED 5ancon Engl neerS ng 11, Inc , 5641 Engineer Drlve Huntfngron Beach, CA 92649 I I IG~eKALumun I I INSURER$ AFFORDING COVERAGE NAlC # INSURER E Lfberty Insurance UndeFwv+ters A)xv IWURERC: hrkan Int‘l . Specialty Lfnes b+p+/xv INSURER D: I GENIEFUL LIABILITY WlMS MAD€ 1x7 OCCUR A THE PQClClES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN( ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMEM WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1CGS0113 200 lO/Ol/2003 I BODILY IWURY (Per accldenr) PROPERTY DAhfAOE (Per accident) I AUTO ONLY - E4 ACCIDENT AU OWNED AUTOS SCHEDULED AUTOS NONSWNED AUTOS 1 s J S 1CA50113300 10/01/2003 I I GARAGE LIAEULIW ANY AUTO EXCESSIYMBKELLA IJABILIPI 3 OCCUR [3 CLAIMS MAE 6 DEDUCTIBLE RETENTION $ WORKER8 COMPENSATIOU AND EMPLOYEM’ UABIUW LQI-B71181325013 10/OL/2003 10/0 1/2 004 I DESCRIPTION OF OPeRATl f I LOCA NS I MHICLES I CXcLUSlO~O ADDED BY ENDDRSEMSNT / SPECIAL PROV ke: Upper Faragy LSR StatSon - Prosect No. 3840-1A -- - EACH OCCURRENCE s 4,000,OOd AQGftEGATE 8 4,000,600 s L COMSINED SINGE ClMT (Ea scE‘acnt) BODILY INJURY A ANY PROPRIETOWPARTNSRCUTIVE OFFICERMEMBER EXCLUDED? 1CW501l3100 10/01/2003 if 6 deeXlbeundw SI&M PROVISIONS belw ,OW= CPL1176136 10/01/2003 -ontractor’s Pollut4on LfabSlfty CCPL) OMERTHAN I I AUTO ONLY AGG 1 S t fs agreed that-the CSty of Carlsbad ig namd as AddStr’onal Insured per the attached endorsement. *IO Days Notice of CancelIatCon Shall Apply for Non-Payment of Premium. EXPIRATION DAT6 THERSOF, ??IO tS5UlNG INSURER WILL ENDEAVOR TO WL DAYS WITEN NOTICE TO ‘ME CERTIFICATE HOLDER NAMED TO ME LfiFT, - Cfty of Carlsbad 1635 faraday Avenur Caflsbad, CA 92008-7314 POFlS and ASSOC Fax: 1-81 8-876-3322 Nov 21 2003 10:25 P. 03 Clty of Carlsbad Certificate .issued to City of Carlsbad 11/21/2003 -ems & Associates 1/2 1/2 003 4Srginia Surety Company, Inc. - Admitted A/IX Policy No, 1CC50113200 Add4tfonal Insured - Owners, Lessees or Contractors (FORM B) This endorsement modifies insuranca provlded under the fo71owing: COMMERCIAL GENERAL LIAEILITY ?ART SCHEDULE Kame of Person or Organ-ization: City OF Carlsbad (lf no entry appears above, information requfred to complete this enLJrsement will be shown fn the Declarat5ons as applicable to this endorsement.) WHO IS AN INSURED (Section 11) 4s amended to include as an insured the person or organfzatfon shown in the Schedule, but only with respect to llabjliry arising out of "your work" for that insured by or for you ' IS0 ENDORSEMENT #CC 20 10 I1 85 . .I. Company Profile Page 1 of 2 Company Profile VIRGINIA SURETY COMPANY, INC. 1000 MILWAUKEE AVENUE GLENVIEW, IL 60025 Former Names for Company Old Name: COMBINED SPECIALTY INSURANCE COMPANY Effective Date: 07-24-2003 Old Name: VIRGINIA SURETY COMPANY, INC. Effective Date: 07-19-2002 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 40827 NAIC Group #: 0317 Date authorized in California: License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: ILLINOIS California Company ID #: 2643-5 June 30, 1982 Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE http://cdinswww.insurance.ca.gov/pls/wu_co_prof/idb_co_prof_utl.get_co_prof?p_En>=6... 12/15/2003 A.M. Best's Rating for Virginia Surety Company, Inc. Page 1 of 1 02314 - Virginia Surety Company, lnc. - Member of Aon Corporation Group View a list of aroup members or the aroup's ratinq A.M. Best # 02314 NAlC # 40827 Best's Rating (Excellent)* Financial Size Category 3X ($250 million to $500 million) 'Ratings as of 12/15/2003 04:24:44 PM €.ST. Rating category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may reaister online. Copyright 0 2003 by A.M. Best Company. Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. http://www3 .ambest.com/ratings/rating.asp?AMBNum=023 14&Refnum=023 14&Site=ratin 12/15/2003 Company Profile MISCELLANEOUS PLATE GLASS SPFUNKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Page 2 of 2 - .. . - - ____ Company Complaint Information Company Enforcement Action Documen& Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - October 16,2003 01:24 PM Copyright Q California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~prof?p~E~=6. . . 1211 512003 APPENDIX “A” UPPER FARADAY LIFT STATION SPECIFICATIONS FOR PUMP STATION WET WELL LINER REMOVAL AND AND WASTEWATER BYPASS 1. GENERAL The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the 2003 supplements thereto, hereinafter designated “SSPWC”, as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and the specifications which follow herein. Precedence of Contract Documents: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Technical Specifications in this document. 3) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 4) Standard Specifications for Public Works Construction. 5) Reference Specifications. 6) Manufacturer’s Installation Recommendations. 2. SCHEDULE Complete all fieldwork within two (2) calendar weeks. Unless otherwise approved by the Engineer, all work shall be performed during weekend hours, specifically between 7:OO a.m. Saturday and 500 p.m. Sunday. Shut down of the lift station shall be coordinated with City crews. Work shall commence within 30 calendar days of the notice to proceed. For each consecutive calendar day in excess of the time specified for completion of Work. UPPER FARADAY LIFT STATION WET WELLS LINING REMOVAL CONTRACT Page 1 of7 SITE INFORMATION - 3. A. See Exhibit “A for the Location Map. 6. Flow Information. The following tables provide typical recent flow data from the lift station. 240 88 Additional flow information is available upon request. 4. SCOPE OF WORK A. General Contractor shall furnish all labor, materials, tools, equipment, and incidentals necessary to complete all of the work described herein. Generally this work includes removal and disposal of the existing lining system from the interior wall of the Upper Faraday Lift Station’s 8-foot diameter, 17 foot deep wet well, identified on Exhibit ‘ID” of this agreement. Additional work includes traffic control, wastewater bypass with sewage spill contingency plan and modifications to an existing access hole, all described herein. B. Wastewater Bypass This work includes the requirements for installation of a sewer bypass system to be used to temporarily divert trunk sewer flows from the Upper Faraday Lift Station. Due to the volume of sewage flow in the sewer line, traffic volumes, and sensitive environmental habitats, at no time will the bypass system be allowed to fail. The Contractor shall take all precautions and steps necessary to maintain the bypass system as required to remove the liner from the lift station wet well. Any spills or flow of sewage other than through the bypass system and trunk sewer shall result in immediate shutdown of the project and the Contractor will incur liquidated damages. The Contractor will be required to clean up all spills per direction of the City or other governing agencies. All cost for cleanup of spilled sewage will be borne by the Contractor. The Contractor shall meet with the Engineer and City prior to placement of the bypass system, and after submittal to and review by the Engineer and City of a bypass plan, in order for all parties to review and raise concerns over the plan and system. Forty-eight hours prior to implementation of the approved bypass plan, the Contractor shall contact the City to coordinate shutting down the lift station and the installation of the bypass system. UPPER FARADAY LIFT STATION WET WELLS LINING REMOVAL CONTRACT Page 2 of 7 .- Sewer Bypass Plan Submittal: A sewer bypass plan is required and shall be submitted by the Contractor to the Engineer for approval. A “Conceptual Bypass Plan” is shown in Exhibit “B to provide the Contractor with an understanding of the sewer system near the lift station. Exhibit “B” the “Conceptual Bypass Plan” is not an approved bypass plan for this project Approval of the Contractor’s Submitted bypass plan must be attained prior to placement of any bypass equipment on the project. The sewer bypass plan shall include, but not be limited to the following: 1) Drawings showing the location of piping, all appurtenances, trunk sewer main and lateral connections, etc., including the sequence of their installation and application. 2) List of proposed equipment including size or capacity, showing that the proposed bypass system meets the design capacity requirements. 3) Name and manufacturer designation of equipment used in sewer bypass system. 4) Name, address, phone and fax number, e-mail, and contact name of bypass system manufacturer, or representative. 5) Emergency sewer bypass contingency plan. 6) Name, address, and phone number of all personnel in-charge of and overseeing bypass system, and all personnel maintaining bypass system. 7) Name, address, phone number, and pager number of two (2) contacts employed by the Contractor that can be called by the City, Engineer, or other appointed representative for emergencies 24 hours a day. Products The Contractor shall furnish and install all sewer bypass system equipment required for completion of this project. The sewer bypass system shall include all pipe, plugs, flow-through plugs, pumps, power sources, and stand-by equipment to provide a complete and operable system to bypass the entire flow of the trunk sewer system, as specified and shown on the Contract Documents and the City approved bypass plan. Precautions shall be taken to prevent equipment and materials from entering into the sewer system. Plugs and flow-through plugs shall be adequately restrained and tethered. Sewer Bvpass System Meetinq The Contractor, City, and Engineer shall meet at a designated date and location set by the Engineer and City, after submittal and review of the bypass system plan by the Engineer and City. This meeting will be conducted by the Engineer and City. This meeting is designed to allow both the Contractor, City, and Engineer to discuss issues and concerns on the bypass system and plan. Final approval of the bypass system plan will not take place until completion of the meeting and all changes to the plan required by the Engineer and City are met by the Contractor. UPPER FARADAY LIFT STATION WET WELLS LINING REMOVAL CONTRACT Page 3 of 7 Execution The Contractor shall install the sewer bypass system in accordance with the approved bypass system plan. All installation shall conform to requirements of the contract and approved bypass plan. Sewer Bvpass System Information 1) The bypass system shall be installed and operational prior to commencement of lift station rehabilitation per this contract's specifications. 2) The bypass system shall be operational during the entire time to complete work in the lift station. This will include nighttime operation of the bypass system. 3) AT NO TIME SHALL THE BYPASS SYSTEM BE ALLOWED TO FAIL. All costs related to spills or backups due to the failure of the bypass system shall be borne by the Contractor. B. REMOVE AND DISPOSE OF WET WELL LINER Contractor shall furnish all labor, materials, tools, equipment, and incidentals necessary to remove existing wet well liner. During lining removal process, satisfactory precautions shall be taken to ensure no damage occurs to the existing structure. Disposal of all resultant debris shall be the responsibility of the Contractor and considered part of this contract. C. MODIFY EXISTING ACCESS HOLE NO. 2 Access hole shall be modified and retuned to service per details of Exhibit "C". D. TRAFFIC CONTROL Traffic control shall be provided as described herein throughout the duration of the project. Any barricades, warning signs, lights, or flagmen required to protect the public shall be furnished, installed and removed by Contractor. They shall be supplied in conformance with the latest edition of the "Manual of Traffic Controls", California State Department of Transportation. All Traffic Control plans shall be submitted to the City Engineering Department and approved prior to working in Public Right-of-way. Full compensation for traffic control plans and maintaining traffic (traffic control) shall be considered as included in the contract price, and no additional compensation will be allowed. 5. GENERAL REQUIREMENTS A. Contractor Experience The Contractor's supervisor(s) performing the work must be qualified to perform the work as noted in these specifications and have a minimum of five (5) years experience in cleaning, rehabilitation and or construction of wastewater pipeline and or lift station wet wells. UPPER FARADAY LIFT STATION WET WELLS LINING REMOVAL CONTRACT Page 4 of 7 The Contractor must submit a minimum of three (3) references form individual sources, of work previously completed with a comparable scope of work to this contract. B. Water Pollution Control The Contractor shall comply with all state rules, regulations, statutes and the Water Quality Control Act of July 1974 and exercise every precaution to protect streams, lakes, reservoirs, bays, and coastal waters from pollution with fuels, oils, and other harmful materials. Full compensation for the cleaning of any sewer spill caused by the Contractor’s negligent operations or equipment malfunction shall be considered as included in the contract price paid and no additional compensation will be allowed therefore. Any spill damaging private property for the reasons stated herein should be remedied to the satisfaction of the property owner and County Health Department Inspector. A letter of satisfaction signed by the property owner shall be submitted to the Engineer prior to final acceptance of the contract. If the Contractor fails to immediately complete the cleanup as indicated herein, the Carlsbad Municipal Water District reserves the right to complete the clean-up and all expenses borne will be deducted from the Contractor’s payment. In the event of a sewage spill, the Contractor shall be fully responsible to: 1) Take all necessary action to immediately stop the spill. 2) Repair the line(s). 3) Clean up the area as required by the County Health Department, City of Carlsbad, and the Regional Water Quality Control Board. 4) Be responsible and liable for any claim against the City of Carlsbad resulting from a sewage spill. C. Equipment Storage Equipment storage locations shall be selected by the Contractor, subject to written approval by the Engineer. When any material or equipment is to be stored outside the street right-of-way, or sewer easement, Contractor shall first obtain written permission from the property owner of the property where storage is to be made and file with the City of Carlsbad said written permission together with a written release from the property owner absolving the City of Carlsbad from any and all responsibility in connection with the storage of equipment on said property. D. Safety The Service Provider’s supervisor(s) must be able to communicate both verbally and in writing with City staff as well as with his crew. The Service Provider’s supervisor must demonstrate the capability to read, interpret, and understand the Safety/OSHA requirements, drawings, and specifications as necessary. All work and equipment utilized shall conform to Fed-OSHA and CAL-OSHA Title 8 requirement including, but not limited to, work performed in confined space UPPER FARADAY LIFT STATION WET WELLS LINING REMOVAL CONTRACT Page 5 of 7 E. F. G. and/or gas hazardous environment. Service Provider shall provide a minimum of a three-person crew at all times. Confined Space Issues and Safety Issues - All manholes and wet wells in this work are defined as Title 8 Permit Required Confined Space. The Service Provider's attention is directed to the General Industry Safety Orders of the State of California, Article 108, Confined Spaces, Section 5157 (Title 8 of California Code of Regulation, Sections 5167, 5157, 5158). Confined space entry, shall be conducted in strict accordance with permit required confined space entry regulation. These regulations include, at a minimum: entry permit, trained authorized entrant(s), attendant(s), entry supervisor(s), full body harness (with life line), mechanical retrieval device, continued force air ventilation, continuous air monitoring, communication system (minimum two types), and all other protective equipment that may be required. Work shall be conducted in accordance with all Federal, State, and local laws and regulations. Contractor shall have an intrinsically safe portable gas monitor capable of detecting Oxygen, Hydrogen Sulfide, and combustible gases. The gas monitor shall be calibrated in accordance with manufacturer's recommended frequency. The contractor is responsible for providing all confined space support ani+ I --- c7acue personnel in accordance with applicable laws. Submittal: Provide to the City docermentatici, PJ~ all confined space entry support and operations procedures a minimum of two weeks prior to beginning any work in any confined spaces involved in this project. Sound Control The noise level from the Contractor's operation shall conform with Carlsbad Municipal Code: CC § 8.28. Air Pollution Control The Contractor shall comply with air pollution control rules, regulations, ordinances, and statutes, which apply to any work performed pursuant to the contract. Access to Work Area All work shall be conducted within the City Right of Way of Faraday Avenue and the City's Upper Faraday Lift Station property. City staff shall provide access onto the Lift Station property. If access to the work area is made through property other than the street right-of- way, or sewer easement, Contractor shall first obtain written permission from the DroDertv owner of the DroDertv and file with the Citv of Carlsbad. UPPER FARADAY LIFT STATION WET WELLS LINING REMOVAL CONTRACT Page 6 of 7 H. Acquisition of Water Water acquisition shall be arranged though the City’s Operations and Maintenance Division. Any connection the public water system shall be made through the permission of the City. All operation of valves in the public water system shall be done by authorized City staff only. Connection to the public system may require City approved backflow device. I. Enqineer Engineer shall be defined for the purpose of this contract as the Public Works Engineering Division’s Deputy City Engineer or authorized representative of. The Engineer shall inspect the work determining the acceptability and fulfillment of work; decide on all questions, which may arise as to the quality and acceptability of work performed and as to the manner of performance and rate of progress of the work. J. Pre-bid Walk Through There is no scheduled pre-bid walk through. While not required, a pre-bid walk through may be arranged by contacting Mark Biskup at (760) 602-276 UPPER FARADAY LIFT STATION WET WELLS LINING REMOVAL CONTRACT Page 7 of 7 LOCATION MAP ,- 1 INCH A 4! - fI PROJECT NAME: UPPfRFARADAYLlFTSTAT/ON WET WELL LlNlNG REMOVAL PROJECT EXHIBIT CP 38401 I NUMBER I A I - FORCE MAIN CONCEPTUAL SEWER BYPASS PLAN I) RETURN LIFT STATION TO SERVICE WlTH 2) REMOVE PLUG TO LlFTSTATfON CIN FORCES. RETURNING FLOW To LIFT STATION. 3) lNSTALL SPECIAL PLUG WITH OVERFLOW PIPE PER EXHIBIT C". L ACCESS HOLE NO. 2 NOTES: PHASE I INSTALL FLOW-THROUGH Pl 1) ALL WORKSHALL BE DONE UNDER SUPPERVISION OF CITY STAFF DEVIATIONS FROM THlS PROCEDURE SHALL BE PERMITTED WTH CITY ENGINEERAPPRDVA FOR SMIER BYPASS AND SPILL OVERSION PER CONTRACT SPECIFICATIONS. 2) CONTRACTOR SHALL MEET MINIMUM REQUIRMENTS FORCE MAIN BY CITY FORCE ACCESS HOLE NO. 1 m LIFTSTATION I PHASE I 1) INSTALL FLOW-THROUGH PLUG IN AH#Z(PT. "A" TOPT. ' 2) REMOVE EXISTING PLUG AND REFORM CHANNEL To ALLOW FLOW FROM PT. A- To PT. c: 3) REMOVE DEBRIS FROM AH #2. I ACCtSmt NQZ PHASE I1 FORCE MAIN SHUT DOWN I 1 1FT STATION SHUT DOWN BY CITY FORCES ACGts HOLk NO. 2 1 7 I PHASE 111 lNSTALL PLUG I pr. "A= I WITH OVERFLOW B PER EXHIBIT C" PHASE 11 f) REDIRECTFLOW-THROUGH PLUG (PT. 'A" TO PT. C") 2) INSTALL TEMPORARY PLUG PREVENTING FLOW TO LIFT STATION. 3) REMOVE DEBRIS FROM AH #2 3) FLOWNOWGOES THROUGHAHRAS SHOWN IN PHASE 2 DIAGRAM, THROUGH FLOW-THROUGH PLUG OR NEW CHANNEL. 4) PERFORM WETWELL LINING REMOVAL PER SPECIFICA TIONS. 1 IFT &A TlON RETURN TO SERVfCE SPEClAL NOTE: THIS BYPASS PUW IS NOT AN APPROVED PLAN AS REQUlRED IN THE PR(UECT SPECIFICATIONS; ITIS INTENDED FOR INFORNATION PURFVSEONLY. I SEE BYPASS SPECIFIC4TlONS FOR APPROVAL REQUIRMENTS 2ROJECT NAME: UPPER FARADAYLIFTSTATION WET WE11 LINING REMOVAL AH '#2 DETAIL PROJECT NAME: UPPER FARADAYMFTSTATION WET WELL LINING REMOVAL NOTE: PROJECT EXHIB!T NUMBER CP 38401 C INSTALL 8"DIA PVC OVERFLOW PIPE EXST. 12" DfA PVC PlPi, EXSK 12" DIA PVC PlPE /------ \\ \\ SUF ', 'I It b.J t SECTION 8-6 PlPE MORTAR SECTION A-A ir. ,'RO JECT NAME: UPPER FARADAYllFTSTATlON WET WELL LlNlNG REMOVAL 5." I PROJECT EXHIBIT NUMBER CP 38401 D