Loading...
HomeMy WebLinkAboutTejon Constructors Inc; 1999-09-03;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID Thisisnot anorder Project Manager Mark Biskup (760)438-3367 Mail or Deliver to: Purchasin Department Ci is of Ca sbad R 12 0 Carlsbad Village Drive Carlsbad, CA 920081989 Award will be made to the lowest responsive, responsible contractor based on total price. Datelssued: ,/, /qT Request For Bid No.:99401 CLOSINGDATE: )7 ct Bid must be received prior to 500 p.m. on the date of Bid closing. Please use typewriteror black ink. Envelope MUST include Request For Bid No. 99 -L/of . DESCRIPTION Labor, materials and e through the installationo 7 uipment to rehabilitate the wetwell in the Terrarmar Sewage Lift Station a custom fabricated liner composed of two (2) layers of structuralfiberglass and a inner liner non-porous membrane. The lining must be the Multiplexx Liner SystemTM- Multiple, structural fiberglass layers with a non-porous diaphragm bonded between the layers of fiberglass and molded to the existing structure manufactured by Terre Hill Composites or an equivalent as determined by CMWD. Construction shall include final cleaning of surfaces and removal of resulting sewage and debris from the wetwell. CMWD will provide bypass and hauling of sewage as well as traffic control throughoutconstruction. .: No job walk-through sched$e . Contractors to arrange site visit by contacting: Project Manager 1 ,/ ,Mark Biskup Phone No. ./ /-/ 760438-3367ext.7120 ,.F” Subt)ssion of bid implies knowledge of all job terms and conditions. *..I”, F ‘. .F /dntractoracknowledges receipt of Addendum No. 1 I), 2 (),3 (, 4 (),5 (. i SUBJECTTO ACCEPTANCEWtTHlN (90) DAYS Name and Address of Contractor 75~5UN GNsmuc7uAs z&e Name Ik(l 2 73-J378T Fax 926 &$7 Aw P-8 Address CA 73559 City~StateJZip (i%I) 273- g570 Telephone s -l- 2/26/99 I cpwrch 9-2vpi $f .’ - Name and Title of Name JOB QUOTATION A lTEM NO. UNlT QTY DESCRIPTION TOTAL PRlCE 1 1 see: Technical Specifications attachment “A” Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are bindin opening, unless otherwise stipulated by t 9h subject to acceptance at any time within 90 days after e City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The Ci f3 all bids and to accept or reject any item(s) therein or waive any in reserves the right to reject any or rmality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonableas to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre- award inquiry to determine the contractor’s ability to perform, including but not limited to facilities, financial responsibility, materialslsuppliesand past performance. The detemination of the City as to the Contractors ability to perform the contract shall be conclusive. SUBMIT-TED BY: c W5&3t$ Contractors License Number A Classification(s) . /4fw%va JrG/7w sm/m~~J g-31-m ZaL Printed Name and Tile Expiration Date 9-13-W Date TAX IDENTIFICATION NUMBER (Corporations)Federal Tax I.D.#: (Individuals)Social Security #: 95- 38&35/ OR . -2- 2/26/99 . DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each subcontractorwhom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in 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 emergen or necessity in accordance with the provisions of the Subletting and Subcontracting r air Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subwntractorsare to be employed on the project, enter the word “NONE.” PORTION OF WORK TO BE SUBCONTRACTED kern Descrlptionof NO. work SUBCONTRACTOR’ T’“““““D’i Address 1% MBE Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) . Labor: I propose to employ only skilled workers and to abide by all State and Cii 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: n? a r K B s 6 P (project manauger) Wage Rates: The general prevailing rate of wa shall be those as determined by t 7l es for each craft or type of worker needed to execute the contract e 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 Workers’ Compensation: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions of that code? and I will comply with such provisions before commencing the performance of the work of this contract Signature: Print Name: /%Ms#22 3- swIA/ -4- 2/26/99 , . , Commercial General Liability and Automobile Liability 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 certrficatesshall 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 Bests 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 grsr$ an amount not less than... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , 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 includin any and all claims, loss, damages, inju 3; and liability, a those related to safety and health; and from directly or indirectly from the nature of owsoever the same may be caused, resulting e work covered b caused b Y the sole or active negligence or willful miscon cy the Contract, except for loss or damage uct of the City. The expenses of defense include a I costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. -5- 2/26/99 t start work: I agree to start within A.- “r\ working days after receipt of Notice to Proceed. /c Completion: l&ggreto complete work within LniL c L working days after receipt of Notice to CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California (address) (telephone no.) 926 E (addresz 7 A& P-B P Ala?&+Lk L+2 93550 (city/state/zip) La&) 273 -8570 (telephone no.) t&/) 273 - g7A5 (fax no.) ATTEST: CALETRA L. fwu~~bm~N2 City Clerk LORRAINE M. WOOD, Deputy City Clerk (Proper notarial acknowledgmentof 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: -6- 2/26/99 - ALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT before me, personally appeared Name(s) o#Signer(s) , )d personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@ whose nams@i&@subscribed to the within instrument and acknowledged to me that same in M/e@authorized f@/h@%Jsignatur$J on the or the entity upon behalf of which the person@ acted, executed the instrument. WITNESS my hand and official seal. I Signature of Notay Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: G Signer(s) Other Than Named Above: Capacity@ Claimed by Signer@ . Signer’s Name: %&I&, II, d 0 Individual 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here Signer’s Name: &/I@ (3 6 f!tQauf Cl Individual !3 0 Partner 10 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 1995 National Notary Association - 6236 Remmet Ave., P.O. Box 7164. Cancga Park, CA 91309-7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-876-6627 I 1 . * , J . f-- TECHNICAL SPECIFICATIONS FOR REHABILITATION OF WET WELL AT TERRAMAR LIFT STATION Part l-General 1 .O 1 DESCRIPTION A. Statement of Work The work to be performed under this contract shall consist of furnishing all labor, equipment, and materials for installation of the Multiplexx Liner SystemTM, multiple, structural fiberglass layers with a non-porous diaphragm between the layers of fiberglass, manufactured by Terre Hill Composites or equivalent on the interior surface of the Terramar Lift Station wetwell. B. Responsibilities The Contractor shall tinnish and install a ten inch (10”) plug in the influent gravity line on the wetwell inlet side. CMWD will install a ten inch (10”) plug in the influent gravity line on the access hole side of the line during construction. The plug may be mechanical or air and be capable of holding 30 psi. The Contractor shall submit a plug installation and release plan to Engineer for approval. At the end of each working day both plugs shall be removed and the lift station shall be activated until the next morning when the plugs are reinstalled. Working hours shall be between 790 A.M. and 7:00 P.M.. The Contractor shall install the Multiplexx Liner System TM, by Terre Hill Composites most recent installation specifications. The Carlsbad Municipal Water District (CMWD) will provide the preliminary cleaning and removal of wastewater and grease from the wetwell no more than one week before construction is scheduled to begin. The final cleaning and preparation including high pressure hydro-jet spraying and degreasing with solvents according to the lining manufacturer’s specifications shall be provided by the Contractor. The debris resulting from the hydra-jet cleaning will be removed and disposed of by CMWD. The Contractor shall begin work on a Monday. CMWD shall provide the bypassing and hauling of wastewater throughout the construction of the wetwell lining. The Contractor shall remove and replace the existing bubbler line. CMWD will provide the parts to reconnect the bubbler line after the lining is installed. CMWD will provide any further traffic control beyond that specified under item number 10 under “Standard Specifications” in the attached proposal; Exhibit “B”. 1.02 ENVIRONMENTAL CONDITIONS The coating system shall be capable of holding up in a wastewater environment with ambient air temperatures ranging from twenty (20) to one hundred (100) degrees and wastewater temperatures ranging from fifty (50) to (75) degrees Fahrenheit. 1.03 QUALITY ASSURANCE The Contractor’s employees installing the lining shall have certification from Terre Hill Composites stating that they are qualified to install the manufacture’s product and have a minimum of ten (10) applications using this manufacturer’s product. Provide ten (10) references for previous jobs completed. I 1.04 SUBMITTALS A. Submit manufacturer’s data sheets showing the following information. 1. Percent solids by volume. 2. Minimum and maximum recommended fmished thickness of lining. 3. Recommended surface preparation. 4. Curing requirements and instructions. Part 2Products 2.01 Liner The finished liner shall be Multiplexx Liner System TM, by Terre Hill Composites or equivalent. The liner system shall include three layers. Layer #I shall be 18 oz. structural fiberglass impregnated with a modified epoxy resin and bonded to the existing substructure. Layer #2 shall be a non-porous diaphragm with fleeced sides bonded to layer #I and layer #3. Layer #3 is a 18 oz. structural fiberglass saturated with epoxy and bonded to the non-porous diaphram. The three layers will cover the inner walls and ceiling of the wetwell and exclude only that lower portion beginning above the top of the two (2) pump suction inlets, see Exhibit A. Part 3-Execution 3.0 1 Installation A. CalOSHA All Cal-OSHA safety regulations shall be followed and particularly the confined space rules and regulations. B. Manufacturer’s Recommendation Contractor shall install lining in strict accordance with the manufacturer’s written instructions and recommendations. C. Cleaning Prior to installation of the Multiplexx Liner Systemm all surfaces of the structure shall be thoroughly cleaned with a high pressure hydra-jet sprayer with an operating pressure of three thousand five hundred (3,500) psi minimum and ten thousand (10,000) psi maximum. After pressure cleaning, surface is to be cleaned with muriatic-acid, degreaser or other solvents as needed to remove any film or residue from the surface. Structure shall then be pressure rinsed with water. Debris resulting from the hydro-jet high pressure cleaning shall not be allowed to enter the sewer system. CMWD will remove and dispose of said debris in coordination with the Contractors cleaning. 2 D. Inspection The Contractor shall notify the city of Carlsbad Engineering Inspection one week prior to the beginning of construction. Part 4 - Contractors Proposal and Manufacturer’s Specifications 4.0 1 Attachments The attached Contractors Proposal and Specifications- Exhibit B and the Manufacturer’s Specification- Exhibit C will be complied with in conjunction with the above stated specifications. r ,“c‘ /c : I I l PROPOSE0 WETMLL LINING ETWELL FLOOR 24. ACCESS HOLE GRAM NOTE: LINING SHALL SE CONSTRLClED BELOW THE 6’ 6. x 3’ STEEL OOOR \ THE ET WELL LOW WAlER LINE A MINIMUM OF 6. A8oK THE Top OF THE wsnNc SucnoN LINES ELEvAnffl 430 24’ ACCESS HOLE \ 10’ lN!UENT GRAWY UNE (I.E. 2s87 \ mw- - UN’NG- SEE NO?E --, SUCnON UNE / ,ee. t2= o- MA. -. SECTION A-A TERRAMAR LIFT STATION T 7Y 1 -T cs- 1 8- -T 6’ 8- 1 EXHIBIT ‘+A” $i./F/1994 19:03 8052738785 i’ I ’ r’ 4’ TEJON CONSTRUCTORS PAGE.02 E )cBlBlT "BY CONSTIUCTOlts INC. Lhmmdlnstall8rW mrrs llll esmrrs1trs MuUprexx Unrr System August 3, 1999 Mr. Mark Biikup City of Carl&ad Carl&ad Municipal Water District 5950 El Camlno Real r Carlsbad. CA 92008 Dear Mr. Biskup: In response to your Htation to bid on the Multiplexx Liner System located in the city of Carisbad, we are pleased to make the following proposal. We will furnish all labor, equipment, materials and insurance to complete the work for the prices listed b&W 1. Line Terramar Wet Well on Canyon Road $ 9,900.00 GRAND TOTAL S s,soo.oo The preceding prices are subject to the following Standard Conditions: 1. Tejon Constructors, Inc. will not start work until proper California Preliminary Notice information has been provided to Tejon Constructors, Inc. by your personnel. 2. All work to be performed in accordance with the manufacturer’s recommended procedures, generally accepted construction procedures, and all applicable safety standards, 3. Payments in full to be made within 35 days of completion of each liner. Interest will be charged at the maximum legal rate per annum on past due accounts. Retention shall not apply. 926 East Avenue F-8 l Palmdale, CA 935503333 - (661) 2738570 . 0: 2y1994 19:m 8052738785 TEJON CONSTRUCTORS PAGE 03 I . ’ * cd&ad Munk+d Wamr DMa Muw.=~~~~ PageZotS s-a-00 4. The warranty period and terms for the liner is as provided by the manufacturer, sae specifications #5. In addition, the installer has a one- (1) year warranty against defects in workmanship, starting from the date of acceptance of work. 5. If bond is required, add 2.75% to the total bid. 6. It is understood that the Multiplexx Liner System is not intended to replace structural integrity. You agree to furnish sufficient inspection and restoration to satisfy yourself that all manholes are structurally sound enough to allow the manufacturers recommended cleaning and application procedure and that all liners are property installed and acceptable for payment purposes prior to our leaving the job. If after pressure cleaning it is determined by Tejon Constructors, Inc. that the manhole walls cannot be lined or era unsuitable for lining, Manhole restoration will be by others, or Tejon Constructors, Inc. will restore the walls at an hourly rate of $280.00. 7. This proposal is void if not accepted within 20 days. 8. Should either patty to this agreement bring suit in court to enforce the terms of this agreement, any judgment awarded shall include court costs and reasonable attorney’s fees to the successful party. 9. City to provide a sourca of water near wet welt. 10. Traffic control includes “Road Constructlon Ahead” 8 “Men Working” signs and cones. Any traffic control needing detours, arrow board, or flagmen is excluded, and must be done by others. 11. Allow 1 week from receiving writtan notice to measure holes, (must have a valid contract or P.O. at this time), to measure holes. Allow an additional 3 weeks to receive material. SPECIAL CONOITIONS: a. Tejon accepts no responsibility for damage to structure due to inflation pressure. b, Tejon to cut off and replace tines coming into wet well, excluding any electrical connactions. City to provide parts to reconnect after wet well is lined. c. Wet well will be lined without smoothing watts with new grout d. Aibw 3 days for the lining process. e. Lining requires a minimum 10 hours bypass each day. f. General contractor to plug lo’ inlet for bypass. EXCLUSIONS: a) Construction water costs, mater costs or meter moving cask. b) Notkations. c) Manhole restoratkm or structural repair, except if employed for that purpose as stated in Paragraph 5 above. d) Manhole step replacement. e) Bypass or sewage flow control. r) Night time work or weekend work. g) Channel re-hab, including channel infiltration prevention. 926 East AVenua p-8 - Palmdale, CA 935563333 l 166% 273-8570 * 1 L/ .--- u - . . . ml-l I6 IT “C ” JVIULTIPLEXX LINER SYSTEMS BY TERRE HILL COMPOSITES Division of TERRE HILL CONCRETE PRODUCTS 485 WEAVERLAND VALLEY ROAD TERRE HILL, PA 17581 . Phone: (717) 4453100 FAX.: (717) 4453108 This specification is available on disk. CALIFORNIA REPRESENTATIVE AND INSTALLER Tejon Constructors Inc. 926 East Avenue P-8 . Palmdale, CA 93550 Phone 661-273-8570 Fax 661-273-8785 I. PRODUCT DESCRIPTION Multiplexx Liner Systemm - Multiple, structural fiberglass layers with a non-porous diaphragm bonded between the layers of fiberglass, and molded to the existing structure. ,- 2. PRODUCT DESCRIPTION The rehabilitation liner system shall be non-porous fiberglass reinforced system for manholes, pump stations, wet wells and vaults. It shall provide an impervious water, chemical, and sewer gas resistant barrier. Therefore, this liner system is ideal for correcting both H2S gas deterioration, and infiltration and exfiltration problems in sewer structures. The liner permanently adheres to wet or dry surfaces of brick, concrete, PVC and ductile iron; it prevents further deterioration, infiltration and exfrltration while providing reinforcement to the existing structure. This water proof liner system completely seals off all infiltration. The epoxy resins utilized in conjunction with the fiberglass liner fabric are unaffected by typical gases and chemicals encountered in sewage. The iiner is the type that allows rehabilitation of concentric, eccentric or flat top manholes without removing the manhole ring and top section, or corbel. The-liner material and components are custom fabricated at the Terre Hill Composites manufacturing plant prior to the commencement of the liner installation to minimize the on-site field time required for the liner installation. Materials and Liner Installation @stem: The Multiplexx Liner System is a three-layered composite system. Layer #I is 18 oz. structural fiberglass impregnated with a modified epoxy resin and bonded to the existing 1 , . .- * ,“’ . -” . substructure. Layer #2 is a non-porous diaphragm with fleeced sides bonded to layer #I and Layer #3. - ]er #3 is 18 oz. structural fiberglass saturated with epoxy and bonded to the non-porous diaphragm, forming an interior wall to the existing manhole, The impregnating resin is a modified Polyamide Bisphenal ‘A’ Epichlorohydrin system that is field applied. After the resin is applied, the liner is lowered into the manhole where it is pressurized at a minimum of 3 psi. and heated to approximately 200 degrees Fahrenheit. Within two (2) hours the liner is completely cured in place and has become a non-porous, frberglass and epoxy, structural, monolithic wall bonded to the existing structure. Sizes: Each Multiplexx Liner is custom fabricated to fit each individual structure. There is no standard configuration in manholes; therefore, exact measurements must be completed and submitted prior to manufacturing each liner. Typical drawings are provided by Terre Hill Composites for configuration measurements and other special notations and observations. 3. INSTALLATION PROCESS Cleaninq: All surfaces of the structure are to be cleaned with a high pressure hydro-jet sprayer with an operating pressure of at least 3,500 psi. After pressure cleaning, surface is to be cleaned with muriatic acid, degreaser or other solvents as needed in order to remove any film or residue on the surface. Structure shall then be pressure rinsed with water. Final Preparation: All incoming laterals and main trunk line openings shall be properly trimmed and rated with hydraulic or portland type II cement, forming a filet between the structure wall and each pipe. A.. .,rlet and outlet pipes should be trimmed so they do not extend into the manhole more than two inches. Such application of grout shall extend at least six inches from the line outlet onto the wall area. Inlet pipes, benches, and walls shall be required or refinished as appropriate using chemical grout, hydraulic cement or type II cement. Benches shall be lined with Multiplexx Liner System materials saturated with the epoxy resin and placed in the bottom and extending approximately 6 inches up the wall section, so as to overlap with the liner wall section. Liner Installation: Once the liner is fully saturated with resin at the job site, it shall be lowered into the structure to the pre-marked position at the cover seat of the manhole entrance ring. The liner shall form a monolithic structure permanently connecting the ring and cover seat to the chimney, corbel, walls and benches. Unless otherwise required, the liner will end at the beginning of the channel. Channel lining will require that sewage flow be stopped for a period of 8 hours minimum. The Multiplexx Liner shall be pressurized at a minimum of 3 psi. and heated by an energy transfer system using pressurization and heat injection inside the manhole, creating a virtual autoclave environment that raises the liner temperature to approximately 200 degrees Fahrenheit. The curing time will be one to two hours depending on the size and temperature of the structure. Upon completion of the liner curing process, the inflation bladder shall be removed and all lines reopened ar++he liner cut off at the manhole cover seat. Normal installation procedures do not require the re,.. ,cting or by-passing of the main trunk line sewage flow contained within the channels. In case channels need to be lined, the same process that is used on the benches will be used in the channels. If 2 * sslr;h is required it shall be specifically noted in the Terre Hill Composites or the client’s quotation request. 4. AVAILABILITY AND COST Availability: Available nationally and internationally. GQ& Due to the custom manufacture and installation requirements for each manhole, a firm quotation needs to be submitted for each unit. The Multiplexx Liner is a long term rehabilitation. 5: WARRANTY . Terre Hill Comoosttes warrants the Multiplexx Liner System fabrics and resins to be free of defects in material and workmanship for a period of FIVE (5) YEARS on manhole and pump station installations. Terre Hill Composites, does not certify the structural integrity of existing substructure, but the Multiplexx Liner will eliminate further deterioration and significantly increase the life of the existing structure. 6. MAINTENANCE Although no maintenance is anticipated for decades, The Multyplexx Liner System is easily repaired. Small holes or cracks can be repaired with TerrelightTM troweling epoxy. Larger areas can be repaired using fiberglass fabric coated on both sides with Hydropoxxy”“’ for greater structural integrity. The liner m-r be drilled through for the addition of incoming lateral lines. Terrelight troweling epoxy is rt mmended for use as a seal on all raw edges. 7. SOLE SOURCE SUPPLIER U.S. patent number 5,106,440. Canadian and European patent rights are reserved. All patent, trademark or copy rights are reserved by Terre Hill Concrete Products. 8. TECHNICAL SERVICE * Contact any Terre Hill Composites representative in your area, or call or fax to above mentioned address. A:\MULTl56CVVPD 4/30/99 August 20, 1999 Mr. Mike Smith Tejon Constructors Inc. 926 East Ave. P-8, Palmdale, CA 93550 Phone 661-273-8570 Fax 66 1-273-8785 Subject: Installation license State of California, USA. Dear Mr. Smith; Herewith Terre Hill Concrete Products grants exclusive license to Tejon Constructors Inc. as installer of the Multiplexx Liner and related products in the State of California. This installation license agreement is made in recognition of Tejon Constructors’s Inc. proven experience and expertise in the installation of the patented process. *- Tejon Constructor’s commits to purchase the liner products exclusively from Terre Hill Composites a division of Terre Hill Concrete Products. The Multiplexx Liner is a proprietary product protected under US Patent 5,106,440. Cc: Mike Zeiber Bob Lazarchick F:\USERS\HDebruijtXORRESPONDENCE\COR0002.doc CONCRETE BLOCK & BRICK DIVISION, PRECAST CONCRETE DMSION TERRE HILL, PA 17581 PHONE: (717) 445-3100 FM: (717) 445-3108