Loading...
HomeMy WebLinkAboutC-3511 - Sewer Main Televising Program'i 1 1 .1 ,, • 0 CITY CLERK CITY OF NEWPORT BEACH REQUEST FOR PROPOSAL Proposals may be received at the office of Public Works, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 a.m. on the 22nd day of May 2002, for SEWER MAIN TELEVISING PROGRAM Title of Project Contract No. 3511 $115,000.00 (Estimated Televising Funds) Approvd by Stephen G. Badum Public Works Director For further information, call Mike Sinacori, Project Manager at (949) 644 -3342 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' SEWER MAIN TELEVISING PROGRAM CONTRACT NO. 3511 TABLE OF CONTENTS NOTICE INVITING PROPOSALS ............................................. ............................... Cover ' INSTRUCTIONS TO CONTRACTOR ............................................... ..............................3 ' TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.13 INFORMATON REQUIRED OF CONTRACTOR .............................. .............................16 ' NOTICE TO SELECTED CONTRACTOR ....................................... .............................19 ' CONTRACT ..................................................................................... .............................20 I' TECHNICAL SPECIFICATION ............. ............................... ......................Attachment "A" 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER MAIN TELEVISING PROGRAM CONTRACT NO. 3511 INSTRUCTIONS TO CONTRACTOR 1. The following documents shall be completed, executed and received by the Public Works Department in accordance with REQUEST FOR PROPOSAL: INSTRUCTIONS TO CONTRACTOR CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF CONTRACTOR TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT TECHNICAL SPECIFICATIONS 2. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Contractor's are advised to review their content with their legal agents prior to submission of bid. I' 3. The City estimates that approximately $115,000 in funding is available for this contract and will based on the firm that provides the most televising for this total contract amount along with acceptable reference checks for work performed for other public agencies. 4. Documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 761395 C36 C42 Contractor's License No. & Classification Hoffman Southwest Corp., dba Professional Pipe Services Contractor 0\ \_ Assistant Secretary Authorized Si nature/Title May 21, 2002 Date 3 it. • • OVERVIEW HOFFMAN SOUTHWEST CORP., dba PROFESSIONAL PIPE SERVICES Hoffman Southwest, a California Corporation, located in Mission Viejo, California, has been in business for 50 years and has been incorporated since 1972. ' Hoffman Southwest owns the largest Roto Rooter franchise in the country; operating 23 offices in seven states and employing over 600 employees. ' Hoffman Southwest began the operation of Professional Pipe Services in 1992. Professional Pipe Services, (Pro Pipe), is led by Dean Monk, the Regional ' Manager. Dean has been with Hoffman Southwest since 1987. Pro Pipe's regional office is located in Phoenix, Arizona, with offices in Anaheim California, Portland Oregon, and Salt Lake City Utah. Pro Pipe also has the advantage of being able to operate from any of the company owned Roto Rooter offices located throughout the Western states, including San Diego, California. Pro Pipe has been providing cleaning and video inspection of sewer lines in a variety of sizes for the past ten years in Southern California, Nevada, Arizona, ' and New Mexico. We have extensive experience with large video and cleaning ' projects throughout the Southwest and Mexico. A;' ' • PIPE 9 .1 0 Our Pan & Tilt cameras are state -of- the -art equipment with 360 degree viewing capability. Views are captured digitally. Our hydro -vac service is a powerful system that produces a cleansing action that eliminates obstructions, leaving lines free and clear. We are capable of cleaning and televising 4 to 108 inch sewer lines, as well as, storm drains, catch basins, lift stations, dry wells, and wet wells. In addition to the cleaning and televising services, Pro Pipe also performs Magnesium Hydroxide spraying to prevent corrosion of sewers and control odors, and point repairs of pipe. ` PRIC FINANCIAL OUTLOOK 0 Hoffman Southwest Corp., dba Professional Pipe Services, is a privately held Company. The company has been in business since 1947. There are no negative financial situations to report. The company has equity in excess of $4,000,000 and is financially healthy. 'M?in ,• • ATTACHMENT "A" TECHNICAL SPECIFICATIONS for SEWER MAIN VIDEO INSPECTION SERVICES Contract No. 3511 ' A. General — Sewer Main Televising Contractor (Contractor) will furnish all labor, materials, equipment, and incidentals necessary for the video inspection of various lengths and sizes of sanitary sewers located throughout the City of Newport Beach - as shown on attached Exhibits A, ' B and C. The City shall provide the Contractor a set of atlas maps for their use. The maps will show the locations of sewer pipe and manholes. Typical data on the plans shall include pipe size, pipe material, pipe slope, manhole ID numbers, locations, and lateral locations. ' Sewer lines are typically vcp and pvc. They range in size from 6 to 15 inches in diameter. Company must also be capable of inspecting 4 and 6 -inch house laterals if necessary. Payment will be based on the actual acceptable footage of inspections. ' All attempts will be made to have sewers cleaned sufficiently by others for the Contractor's camera to pass through the pipe. Reverse setups (i.e. resetting the inspection equipment to begin inspection from the opposite manhole due to obstruction, etc.,) shall be paid at the unit price bid ' per reverse setup. In the event that the CCTV camera encounters broken pipe, etc., and there is a possibility that continuation of the inspection could cause the camera to become stuck or result in additional pipe damage or collapse, it is the responsibility of the Contractor to discontinue the ' inspection. Sewers with excessive debris prohibiting the camera to successfully inspect the pipe section will be subject to a minimum set up fee. Contractor Requirements — Contractor must be qualified to perform the work as noted in these ' specifications and have a minimum of five (5) years experience in videotaped sewer line inspections. Contractor shall be fluent in the English language for work direction and safety purposes and shall also demonstrate the capability to read, interpret, and understand the City's atlas drawings. All work and equipment utilized shall conform to CAL -OSHA requirements, ' including, but not limited to work performed in confined spaces and /or gas hazardous environments. Contractor shall provide a minimum of a two- person crew at all times. ' Contractor's Licenses. At the time of the award and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach ' B. Access. For inspections where entry must be made onto homeowner's property, notice must be given for permission to enter property. Coordination of sewer inspection will be made through City of Newport Beach's representative Mike Sinacori at (949) 6443342. Mike Sinacori shall be ' notified one week in advance of the Awarded Contractor's anticipated work in the area. He will provide assistance with manhole access and make arrangements as needed for entry onto private property for the inspection of sewers in easements. ' C. Work Hours /Noise Requirements - Contractor's normal working hours shall be 7:00 a.m. to 5:00 p.m., Monday thru Friday. However, if nighttime work is required because of excessive flow, special arrangements must be made by the Contractor so that no overtime is realized by the City. ' Contractor shall provide the necessary equipment to minimize noise in the residential neighborhoods. ' ATTACHMENT A Contract No. 3511 1 ' • •D. Confined Space PrOCAke — The CCTV inspection shall be6ducted from above ground. Manhole entry, if required, shall be conducted in strict accordance with permit required confined space entry regulations. These regulations include, at a minimum: An 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. CCTV inspection shall be conducted in accordance with all Federal, State, and local laws and regulations. ' All manholes in this work are defined as Title 8 Permit Required Confined Spaces. The Contractor'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 Regulations, Sections 5167, 5157, 5158). Contractor shall attend a safety meeting at City prior to the award for the purpose of reviewing the Contractors safety manuals, his knowledge of Title 8, and to discuss all safety aspects of the job. Work shall only commence with the City's approval. Traffic Control — All traffic control shall be in accordance Section 7 -10 of the Standard Specifications for Public Works Construction (Green Book) and the Work Area Traffic Control ' Handbook (WATCH, 2001 Edition) published by Building News, Inc. Safe and adequate pedestrian and vehicular access shall be provided at all times. NOTE — Inadequate or improper signing and delineation for traffic control may be cause for canceling the work and non - payment. E. Television Inspection — A color video recording on high quality VHS tape in standard mode will be made of the television inspection and submitted to OCSD's representative(s), along with the required Inspection Report and log sheets. In addition, a digital CD will be submitted showing only the noted defects. Videotaping shall be done during normal work hours, unless otherwise directed by the City. City will divert gravity flows whenever possible. It is anticipated that inspections on lines with 12 -inch and larger diameters will be performed at night. 1. Equipment CCTV equipment shall include video cameras, a video monitor, cables, power sources, ' and all equipment necessary to perform a CCTV inspection per the Contract Documents. A backup camera shall be available at all times. ' The camera shall be specifically designed and constructed for the sanitary sewer environment, shall be intrinsically safe, tested, and labeled as explosion proof. The camera will be operative in 100 percent humidity conditions. The camera and video ' monitor shall produce a minimum 460 lines of resolution. Illumination sensitivity shall be 3 lux or less. During inspection, lighting intensity shall be adjusted to minimize reflective glare. Lighting and picture quality shall be adjusted to provide a clear, in -focus picture of the entire periphery of the pipeline for all conditions encountered. Camera focal distance ' shall be adjustable through a range from 25mm (1 -inch) to infinity. CCTV inspections shall be performed using Pan - and -Tilt camera (with a minimum of t 360x270 - degree rotation) video system. Contractor shall have the capability to perform "Inclinometer" surveys if requested. ' Manual winches, power winches, TV cable powered rewinds, or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions ATTACHMENT A Contract No. 3511 2 • shall be used to Oe the camera through the sewer lin &enever non - remote powered and controlled winches are used to pull the television camera through the line, telephones, radios, or other suitable means of communication, will be set up between the two manholes of the section being inspected to ensure that adequate communications exist between the members of the crew. Contractor shall have available a main line launched lateral evaluation inspection system similar to the Aries LETS System and the Cues LAMP system. This shall be a separate ' bid item only to be paid when in use for lateral inspections when requested by the City. 2. Procedure The camera shall be lowered into the Manhole and placed into the pipe. The camera cable shall be retracted to remove slack to ensure an accurate footage reading. The cable footage — counter shall be reset to the distance between the centedine of the manhole and ' the front lens of the camera. The camera shall move through the pipeline in a downstream direction whenever possible at a maximum uniform rate of 30 feet per minute for all vcp and pvc sewers. The cable footage- counter shall measure the distance between each ' inspection segment— centerline to centerline. The counter shall be accurate to less than 1- percent error over the measured distance. The camera shall stop at all significant observations to ensure a clear and focused view of ' the pipe condition. Each observation shall be documented by text overlay on the videotape and voice recording, with the exception of ongoing conditions such as hairline cracks and hair roots at most joints - in which case a general observation shall be ' documented. The observations shall also be noted on the inspection reportwith stationing referenced. These observations shall include but not be limited to: • Laterals — open or sealed • Laterals — protruding or defective • Cracks ' Offsetjoints • Open joints • Sags ' . Line deviations • Siphons • Missing sections • Infiltration ' • Debris • Grease • Roots ' • Vermin Operator shall provide a 360 - degree pan of all manholes. ' Camera lens shall be kept clear of condensation and debris. Video taped footage showing steam, inadequate lighting, or other poor image quality will be cause for rejection and non- , payment by the District. If during the inspection operation the television camera cannot pass through the entire manhole section (obstruction, etc.), the Contractor will re -set up his equipment in a manner ' so that the inspection can be performed from the opposite manhole. Minimum set up fee shall apply. If, again the camera fails to pass through the entire section, the Contractorwill notify City's representative(s) immediately for further instructions. ATTACHMENT A Contract No. 3511 3 I - 3. Sewer Flow Coal • Depth of Flow: Recommended Maximum Depth of Flow for CCTV Inspection shall be 25 percent. ' At low flow hours and after all possible flow diversions have been made, the depth of flow is greater than recommended for CCTV inspection, it may be necessary to reduce flow by ' plugging or bypassing the line. All plugging and /or bypassing shall be at the discretion of City and will be conducted by a City - approved contractor. Soill Reporting and Handling In the event of any Contractor- related overflow or interruption /backup of customer service, the Contractor shall immediately notify the City and shall contain and control all overflow. ' Contractor shall be responsible for any fines levied by others, reimbursement of any agency incurred costs, damage, cleanup, restoration of flow, and any disruption of service ' costs to customers as of a result of Contractors work. This is in addition to any and all costs incurred by the customer. ' 4, CCTV Inspection Report and Video Recording Upon completion of the video inspection, the Contractor shall provide the agency with an ' Inspection Report that includes the following: 1. Brief summary of the work performed. 2. Summary list of all pipeline segments inspected (i.e. manhole to manhole). ' 3. Inspection reports (log sheets) of each segment. 4. All original recordings (videotapes, etc.). 5. Summary list of recorded defects !' 6. If requested, photographs of major defects for each pipeline segment. 7. Sewer maps given to contractor by the agency for the inspection. Minimum documentation shall consist of the Video Recording(s) and the Inspection Report ' The Inspection Report for each segment shall be as specified above and shall contain one or more of the following as directed by OCSD: 1. Agency project or Contract number 2. CCTV date 3. CCTV time ' 4. Weather condition 5. Contractor name 6. Contractor job number 7. Operators) name 8. Street name or location 9. Cross street name or location 10. Surface material (asphalt, concrete, dirt, etc.) ' 11. Construction drawing number and sheet number 12. Manhole number (access point) — up 13. Manhole number (access point) — down ' 14. Manhole to manhole segment number 15. Manhole depth — up ' 16. Manhole depth — down 17. Basin or Area ' ATTACHMENT A Contract No. 3511 4 ' Initial Screen Text Each pipe segment (manhole to manhole) shall be identified with an initial screen text and ' voice recording and shall include the following: ' ATTACHMENT A Contract No. 3511 5 • 18. Directionikamera 19. Pipe — size ' 20. Pipe — shape 21. Pipe — material 22. Pipe — age 23. Pipe — slope 24. Pipe — drop (total invert elevation change) 25. Pipe — footage centerlines (on plan, if available) 26. Pipe — footage centerlines (on CCTV) ' 27. Pipe — flow up (percent of pipe at inlet or height of flow) 28. Pipe — flow do (percent of pipe at outlet or height of flow) 29. Pipe —joint lengths 30. VHS tape number 31. Observation descriptions 32. Schematic of pipeline showing laterals and observations 33. Clock position of noted observations 34. Photographs of major defects or typical pipe condition 35. Notice of severely worn manhole covers ' 36. Notice of severely deteriorated manhole concrete structures 37. Notice of severely deteriorated manhole liners or coatings 38. Sewer precleaned prior to inspection? Yes or no 39. Purpose of survey A defect coding system, acceptable to City's representative(s) shall be used to log all ' defects discovered. A copy of the coding system shall be kept with the Contractor on -site. The contractor shall cross - reference his software's defect coding and rating system to the WRC defect coding and rating system on the Inspection Report and also the Summary List of Recorded Defects. Voice recordings on the videotape shall be clear, complete and distinct. The audio description shall be made on a real time basis and not in any voice over manner after the video image is recorded. A vocal description shall be recorded at the beginning of each tape and at the beginning of each inspection while the "Initial Screen Text" is displayed. A voice recording shall also be performed during each observation and at the conclusion of each inspection. Inappropriate language or idle chatter are not acceptable and shall be grounds for rejection of work by the Engineer in accordance with the Contract Documents. If rejected, the non- , conforming videotape(s) shall be corrected to comply at no cost to the City. Color video recordings of the data on the television monitor shall be made by the Contractor, copies of these are to be made on new, high standard VHS format (in standard play mode) and electronically on a CD -ROM and will be provided to City. Tapes and CDs will be new, previously unused units. Mechanisms for preventing accidental erasure from ' the medium shall be in place before submittal. Title to the tape will remain with City. The Contractor shall have all videotapes and necessary playback equipment readily accessible for review by the District's representative during the project. The Contractor shall also include an optional bid item for providing duplication of videotape information onto CD -Rom discs. ' Initial Screen Text Each pipe segment (manhole to manhole) shall be identified with an initial screen text and ' voice recording and shall include the following: ' ATTACHMENT A Contract No. 3511 5 1. Agenc *ject or contract number • 2. CCTV date 3. CCTV time 4. Weather history 5. Contractor name 6. Contractor operator name(s) 7. Streettlocation name 8. Manhole number — up 9. Manhole number — down 10. Direction of camera — with or against flow 11. Pipe material(s) — as specified on plans 12. Pipe footage — as specified on plans 13. Pipe size — as specified on plans 14. Tape number Running Screen Text During the CCTV inspection, the running screen shall show the running footage (distance traveled) and the following text information at the bottom of the screen: 1. Manhole number— upstream 2. Manhole number — downstream 3. Pipe size 4. Pipe length 5. Date 6. Time of day The format of the above text information shall be as shown in the following example: "MH32- 001 /MH32 -002 (12" -410') 4/18/01 — 10:20A.M." Ending Screen Text At the end of each pipe segment, an ending screen text and voice recording shall include the following: ' 1. "End of segment inspection" 2. Condition that prevented complete inspection, if applicable ' A District representative shall review and approve the screen layout prior to inspection. The display on the screen shall be temporarily moved or turned off as required to obtain the highest quality documentation on the pipeline defects. CCTV Recording Labels Each CCTV recording (VHS or digital) may contain one or more pipe segments. The CCTV recording shall have a label affixed to both the top and edge. Both labels shall be printed. ' The top label shall contain the following text information: 1. Agency project or contract number ' 2. Summary of pipeline segment(s) each listing shall show: • Manhole number — up • Manhole number — down Footages — plan & CCTV ' • Tape number • Dates of CCTV • Contractor name ' ATTACHMENT A Contract No. 3511 6 ' The edge label & contain the following printed text: • ' 1. Agency project or contract number 2. Tape number 3. Date of CCTV G. Bid Price Form: t In addition to the pricing requested on the bid price form, all bidders will submit a statement of qualifications package describing as a minimum: Five years of satisfactory experience and customer references related to the proposed work. • Description of equipment and tools to be used including safety and traffic control. • Experience of proposed crewmembers. • Compliance information regarding SB 198 CAL -OSHA. • Title 8, Section 5157 and employee training logs. • Sample video recording and Inspection Report representing the quality of video inspection and text to be provided by the Contractor in conformance with the Contract Documents. ' For ease of review, the data shall be organized in a logical manner, consistent with the Specification Section described herein. Non - compliance with this format maybe deemed as non- responsive and cause for bid rejection. Performance bonds are not required. ' H. Payment— Invoices will be based on the price per unit cost for the work completed as shown on the Bid Price Form. Progress payments will be made not less than monthly. ' I. BID PRICE FORM ' SEWER LINE VIDEO INSPECTION SERVICES CONTRACT NO. 3511 DUE DATE FOR BID SUBMITTAL: 10 a.m. on Tuesday. May 22, 2002. Any additions, substitutions, !' conditions, or alternates inserted by the bidder to the bid will be considered irregularities and may be cause for rejection of the bid. All bids must be completed in ink, or by typewriter. The bidder must initial erasures or "strike- outs". Incomplete submittal of requested information as called out in the bid specification requirements may deem the bid as non - responsive. ATTACHMENT A Contract No. 3511 7 O C:9 4) 0) 4) -j ------ ----- j _j --------- -- /F (� C) X W CITY OF PHOENIX LARGE DIAMETER PIPE CLEAN & VIDEO INSPECTION • LOCATION: • PHOENIX, ARIZONA • FIRM NAME: • URS GREINER • CONTACT: • MARK HOLSTAD • URS GREINER • (505) 884 -2611 • BLAINE ROBINSON • CITY OF PHOENIX • (602) 262 -4709 • START DATE: • COMPLETION • VALUE: 01/2000 JUNE 2002 $2 MILLION • PROJECT DESCRIPTION: Pro Pipe was contracted by URS Greiner to do a grid assessment of 1.4 million feet of 15 -inch up to 42 -inch of VCP pipe in the City of Phoenix. Upon initial review by Pro Pipe, it was discovered that heavy debris filled the lines. Pro Pipe was then asked to do the cleaning of the lines and video inspection. During the first eight (8) months of the contract, Pro Pipe completed 900,000 feet with two (2) trucks. The video was col- lected on VHS and logs were prepared with Flexidata software. During the last three (3) months Pro Pipe has made the conversion to digital collection and con- tinues to use Flexidate software. Pro Pipe worked along with URS Greiner on job walks, manhole inspections, and traffic control throughout the City of Phoenix. Dean Monk headed up this project and will be over the San Diego CCTV project also. Steve Johnson was the project man- ager for this project and is on the advisory team for the San Diego CCTV project. .1 I l❑ it_] 1 1 1 1 MOULTON NIGUEL WATER DISTRICT VIDEO INSPECTION • LOCATION: • LAGUNA HILLS, CALIFORNIA • FIRM NAME: • MOULTON NIGUEL, WATER DISTRICT • CONTACT: • BRAD BRUINGTON • MOULTON NIGUEL, WATER DISTRICT • (949) 425 -3543 • START DATE: 01/2001 • COMPLETION: 01/2002 • VALUE: $450,000 • PROJECT DESCRIPTION: Pro Pipe was contracted by Moulton Niguel Water District to do the video inspection of 900,000 feet of 6 -inch up to 24 -inch PVC /VCP pipe in Laguna Hills, California. During the first seven (7) months of the contract, Pro Pipe completed 700,000 feet with two (2) trucks. The video was col- lected on VHS and logs were prepared with Flexidata software. During the last three (3) months Pro Pipe has made the conversion to digital collection and con- tinues to use Flexidate software. During this project, Pro Pipe dealt with easements and heavy traffic control. Pro Pipe is familiar with CALTRANS standards of traffic control and permits. Dean Monk headed up this project and will be over the San Diego CCTV project also. Steve Johnson was on the advisory team for this project and is on the advisory team for the San Diego CCTV project. 0 0 REFERENCES 1. Moulton Niguel Water District Brad Bruington, Superintendent Utilities Maintenance 26161 Gordon Road Laguna Hills, CA 92656 -8224 (949) 425 -3543 2. Orange County Sanitation District John Gonzalez, Collection Facilities Project Manager 10844 Ellis Avenue Fountain Valley, CA 92708 -7018 (714) 593 -7644 3. City of Los Angeles Ba Vu, Civil Engineering Associate II 433 S. Spring Street Suite 500 Los Angeles, CA 90013 (213) 473 -8223 CITY OF NEWPORT BEACH ' PUBLIC WORKS DEPARTMENT SEWER MAIN TELEVISING PROGRAM CONTRACT NO. 3511 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please Print or type. 1 Contractor Name Hoffman Southwest Corp., dba Professional Pipe Services FAILURE TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. 1 For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $30,000, provide the following information: 1 No.1 Moulton Niguel Water District ' Project Name /Number Project Description Sewer Line Video Inspection ' Approximate Construction Dates: From 01/2001 To: 01/2002 Agency Name Moulton Niguel Water District 1 Contact Person Brad Bruington Telephone (949) 425 -3543 1 Original Contract Amount $_450, O01�inal Contract Amount $450, 000 If final amount is different from original, please explain (change orders, extra work, etc.) 1 Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. ' NO 1 1 1 4 1 Ll Original Contract Amount $600, OOOFinal Contract Amount $ 600,0 o0 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No.3 Project Name/Number City of Los Angeles Project Description Sewer Line Video Inspection Approximate Construction Dates: From 08/2001 To:_ Agency Name_ City of Los Angeles Contact Person Ba Vu Present Telephone (21 ) 473 -8223 Original Contract Amount $Final Contract Amount $ 1 _2 mi. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO 3 ' ' No.2 Project Name /Number Orange County Sanitation District Project Description Sewer Line Cleaning & Video Inspection I 04/2002 04/2002 Approximate Construction Dates: From To: ' i Agency Name Orange County Sanitation District Contact Person John Gonzales Telephone (71 i 593 -7644 1 Ll Original Contract Amount $600, OOOFinal Contract Amount $ 600,0 o0 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No.3 Project Name/Number City of Los Angeles Project Description Sewer Line Video Inspection Approximate Construction Dates: From 08/2001 To:_ Agency Name_ City of Los Angeles Contact Person Ba Vu Present Telephone (21 ) 473 -8223 Original Contract Amount $Final Contract Amount $ 1 _2 mi. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO 3 I I[ U .1 .1 i 0 0 No. 4 Project Name /Number City of Phoenix - Large Diameter Pipe Project Description Sewer Line Cleaning & Video Inspection Approximate Construction Dates: From 01 /2000 URS Greiner To: 06/2002 Agency Name Contact Person Mark Holstad Telephone oo$ 884 -2611 Original Contract Amount $_2, MIL Final Contract Amount $ 2 MIL If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO Z SW Project Name /Number LA County Sanitation District Project Description Crown Spray Approximate Construction Dates: From 10/2000 To: Present Aoencv Name Los Angeles County Sanitation District Contact Person Jennifer James Telephone (31 p 638-1161 Original Contract Amount $980 , 00(Final Contract Amount $ 980,000 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO 1 6 No. 6 Project Name /Number Project Description 0 City of Phoenix Clean and Video Approximate Construction Dates: From 11/2001 0 ion - 54" to 84" To: Present Agency Name Insituform Technologies Contact Person Thon Vo TelephoneV07) 747 -5888 Original Contract Amount $ _aD o inal Contract Amount $ 300,000 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to the Request for Proposal is the experience resume of the person who will be designated as on -site Contract Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Hoffman Southwest Corp., dba Professional Pipe Services Contractor Authorized Signature(fitle 7 DEAN MONK PROFESSIONAL EXPERIENCE Hoffman Southwest/Professional Pine Services, Phoenix, AZ Regional Manager —1992 to Present Started Professional Pipe Services in 1992. Responsibilities include the daily operation of the $7 million company, including the Arizona location accounting for $4 million. Managing the CCTV and cleaning projects throughout the Southwest, Hawaii, and Mexico. Extensive experience in cleaning and video taping of small to large size pipe, for sewer lines, stone drains, dry wells, irrigation lines, and catch basins. Successfully bid and managed large projects for clean and video inspections. Currently working on video inspection projects with The City of Los Angeles, Orange County Sanitation District, Moulton Niguel Water District, URS Greiner, on the City of Phoenix a 1.3 million feet assessment project. We have ongoing experience with many engineering forms from Mexico to Hawaii. In 1992 we were successful with the Pima County, Pueblo Gardens Rehab Project, working with Insituform performing the cleaning and video inspection. Pro Pipe was the first firm successful using boats to video inspect in high flow areas in the City of Phoenix. Hoffman Southwest/Roto Rooter, Phoenix, AZ Sales Representative /Jetter Tech —1989 to 1992 Set up commercial accounts and sold chemicals. Jetting business built from $50,000 to $200,000 commercial sales. Sold preventive maintenance accounts. Hoffman Southwest/Roto Rooter, Phoenix, AZ Service Technician — 1986 to 1989 On -call Technician, learned chemical business. Won extra -drain contest and high chemical sales • �I�C I NUKE DURR PROFESSIONAL EXPERIENCE Hoffman Southwest/Professional Pipe Services, Phoenix, AZ Branch Manager — 1994 to Present ' Mike is experienced in all pipe size cleaning, televising, and magnesium hydroxide spraying. His overall experience has been a benefit to the Pro Pipe business. He has handled large video inspection projects with sizes ranging from 4" to 108" pipe. Mike is familiar with night work, as well as day work and is proficient with traffic control requirements for both. Managing the on -going training of operators for all phases of the Pro Pipe business in California. Some of the projects managed include the Moulton Niguel Water District video inspection project, the Orange County Sanitation District project, and the City of Los Angeles video inspection. I� 1 • PIPE 1 11 I1 STEVE JOHNSON PROFESSIONAL EXPERIENCE Hoffman Southwest/Professional Pipe Services, Phoenix, AZ Project Manager — 1992 to Present ' Managing various video - inspection projects for both large and small size pipe. Extensive experience in the video taping processes. Total video performed with Pro Pipe is more than 8 million feet, with sizes ranging from 4" to 108" pipe. Some of the large projects ' of video inspections include the Pima County North Interceptor project. The project was easements with difficult access and large pipe with the work mostly being performed at night. Very experienced with locating manholes. Some other projects managed include the Nogales, Arizona and Sonora, Mexico lines. This was a 200,000 feet project of 6" to 30" pipe. We experienced bad weather conditions and poor access to the lines. Currently we are working with URS Greiner, on the City of Phoenix 1.3 million feet assessment project. We have ongoing experience with many engineering firms from Mexico to Hawaii, including Brown and Caldwell. Pro Pipe was the first firm successful using boats to video inspect in high flow areas in the City of Phoenix. Other duties include the training of operators and helpers, being the Safety Coordinator, and assuring that safety measures are followed while performing all jobs. � • PREM EQUIPMENT, SAFETY, & TRAFFIC Pro Pipe currently has a total of twelve (12) CCTV trucks (Pearpoint and Aries), equipped with Pan & Tilt color cameras. The cameras are capable of televising one - thousand to one - thousand five - hundred feet between the manholes. The cameras are remote - controlled and have on- screen text and voice overlapping. We will collect the data on Flexidata software, (digitally), DVS and prepare on CD's. Reports, logs, videos, and still photos can also be captured. Five (5) of the twelve (12) trucks are permanently located in Southern California. We can also move trucks around from location to location depending on the demand of work. Traffic cones will be used for day work. During the night work we will use lighted verticle barricades and arrowboards. All Pro Pipe crews are trained in CPR, First Aid, and are Confined Space Entry Certified. The crews will follow all OSHA safety standards. 4� �I�C CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER MAIN TELEVISING PROGRAM CONTRACT NO. 3511 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Contractor Name Hoffman Southwest Corp., dba Professional Pipe Services Record Last Five (5) Full Years Current Year of Record )0 The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. L, , Current Record Record Record Record Record Year of for for for for for Record 2001 2000 1999 1998 1997 Total 2002 No. of contracts 20 9 4 4 3 3 43 Total dollar Amount of 980,000 600,000 250,000 Contracts (in 1,800,000 900,00o 230,00 4,760,0 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 2 7 3 0 0 12 No. of lost workday cases involving permanent transfer to another job or termination of 0 0 0 0 0 0 0 employment )0 The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. L, , n U All bid pricing contained in the proposal must be valid through the Contract period (150 working days from Notice -to- Proceed). Notice to Proceed will be issued such that work concludes prior to December 10, 2002. The undersigned does hereby propose to provide the necessary labor and equipment to perform the sewer line inspection services as specified in accordance with all provisions of the Notice Inviting Bids and the specifications set forth for the following: ITEM DESCRIPTION QUANITY UNIT COST TOTAL 1. Minimum call out fee 1 L.S. $ .00 $ .00 2. Reverse set up fee 1 L.S. $ 45.00 $ 45.00 3. House lateral inspection from exposed clean out at property line or from the main sewerwith the LETS or LAMP system 50 Each $ 125.00 $ 6,250.00 4. CCTV Inspection of existing 8- inch to 15 -inch sewers 200,000 L.F. $ .52 $ 104,000.00 5. Optional CD -Rom 200,000 L.F. $ .56 $ 112,000.00 6. Inclinometer Survey 20,000 L.F. $ .00 $ .00 TOTAL BID: Bid Items 1 through 6* $ 222 9c)r nn *Lengths and number of set -ups shown are approximate. Payment will be made on actual work performed. The Contractor shall complete all work under the Contract within One Hundred and Fifty (150) consecutive working days from the date of the Notice to Proceed. California License Number 761 395 Expiration date: 4/2003 Hoffman Southwest Corp., dba.Professional Pipe Services npan Mnnk Name of Firm Authorized Agent (typed only) 1181 N. Kramer Place Anaheim, CA 92806 VV, Address (Lo2) 140.59 (09 (cep) Signature (800) 784 -7473 May 21, 2002 Telephone Date dmonk @hswcorp.com Email Address ' FASt • L OZ 1i& ( - 14.E -) ' F: \USERS \PBW\Shared \Contracts \FY 01 -02 \SEWER MAIN N PROGRAM C- 3511 \Servioes.doc ' ATTACHMENT A Contract No. 3511 8 Sewer Main Televising Program The Bluffs Area / L City of Newport Beach j o W. FOO Exhibit A ww EaslbluH.m d U 0 C C O C \% cn -T-1 • Hoffman Southwest Corp., dba Professional Pipe Services Legal Business Name of Bidder Business Address: 11bl N. Kramer Place, Anaheim CA 92806 Business Tel. No.: ( 800) 784 -7473 State Contractor's License No. and Classification. 761395 C36 C42 Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. i•] L 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER MAIN TELEVISING PROGRAM CONTRACT NO. 3511 INFORMATION REQUIRED OF CONTRACTOR CONTRACTOR certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Hoffman Southwest Corp.,dba Name of individual Contractor, Company or Corporation: Professional Pipe Services Business Address: 1181 N. Kramer Place, Anaheim, CA 92806 Telephone and Fax Number: ( 800) 784 -7473, (71 4) 632 -7924 ' California State Contractor's License No. and Class: 761395 C36 C42 (REQUIRED AT TIME OF AWARD) Original Date Issued: 4/30/97 Expiration Date: 4/30/2003 ' List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Dean Monk, Regional Manager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Dennis Hoffman President 23311 Madero Mission Viejo, CA 92691 -38D--4161 Vance J. Dernovich - Sec /Trea. 23311 Madero Mission Viejo, CA 92691 (949) 380 -4161 ' Corporation organized under the laws of the State of cal; fornia I 1 10 0 • The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NONE All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NONE For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NONE Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N6, Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes No Are any claims or actions unresolved or outstanding? Yes 11 If yes to any of the above, explain. (Attach additional sheets, if necessary) ' Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. Dennis Hoffman (Print name of Owner or President of 7\1" n /Contractor) Hoffman Southwest Corp., dba, Professional Pipe Services Assistant Sec Contractor AuthorizeSignature/Title Assistant Secretary Title 5/21/02 Date Subscribed and sworn to before me this ,21 °t day of MQy 2002. [SEAL] _ sml Ebkw S Taylor EX0=AU9W 0,2000 12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER MAIN TELEVISING PROGRAM CONTRACT NO. 3511 NOTICE TO SELECTED CONTRACTOR The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: The City of Newport Beach will not permit a substitute format for these Contract Documents. CONTRACTORS are advised to review their content with insuring and legal agents prior to submission of Proposal. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful Contractor. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance Contractor's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 13 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER MAIN TELEVISING PROGRAM CONTRACT NO. 3511 CONTRACT THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Hoffman Southwest Corporation, dba Professional Pipe Services, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has requested proposals for the following described work: SEWER MAIN TELEVISING PROGRAM — CONTRACT NO. 3511 Video inspection services for sewer mains 8 -inch to 15- inches in diameter. WHEREAS, Contractor has been selected by City to provide these Contract services based on the submitted proposal, references, past experience and is based upon the Contractor's careful examination of all Contract documents and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Request for Proposal, Instructions to CONTRACTORS, Technical Specifications (Attachment "A ") for Contract No. 3511 and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required in Technical Specification (Attachment "A "), and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 14 • C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of one hundred ten thousand, two hundred ninety-five and 00/100 Dollars ($110,295.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori, P.E. (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Hoffman Southwest Corporation dba Professional Pipe Services 1181 N. Kramer Place Anaheim, CA 92806 800 - 784 -7473 602 - 861 -1423 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Contractor. Contractor shall furnish City with original certificates of insurance and with origina endorsements effecting coverage required by this Contract. The certificates anc endorsements for each insurance policy are to be signed by a person authorized by that 15 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives or employees. The cost of such insurance shall be included in Proposal. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 16 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by Contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 17 0 0 H. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees or agents in the performance of services or work conducted or performed pursuant to this Contract; or (2) use of improper materials in completion of the Work, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. EFFECT OF COMPANY'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. K. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 18 9 0 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK APPROVED AS TO FORM: I,, A 1 CITY AtToRNEY CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor HOFFMAN SOUTHWEST CORPORATION DBA PROFESSIONAL PIPE SERVICES Authorized Signature and Title FAUSERSXP13WGhared \Contracts \FY 01 -02 \SEWER MAIN TV PROGRAM C- 3511\CONTRACT C -3511 19 AC-080- CERTIFICAT F LIABILITY INSU CFoFFM63 DAOT/ 0 02 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION The Wooditch Company Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Services, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1 Park Plaza, #400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Irvine CA 92614 Phone:949 -553 -9800 Fax:949 -553 -0670 INSURERS AFFORDING COVERAGE INSURED INSURERA: Lexington Insurance Company ~�*'�,{pED INSURER B: $t. Paul Fire and Marine Hof fman $OUttIWeB �y��Yyyy.�({ss����rr T, - dba: Professions I Pe•�ervica INSURER C: National ZJIIlOII Fire III$• CO. INSURER D: Hartford Casualty Insurance Co i 2332 Mader Str at Mission Vie�o CA 9269 1 ZQ�Z INSURER E: Chubb Custom Insurance Co. L 1 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW VE ISSUED Tb f NAM DABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF A Y Cr I RAOT0 OTFIEI4' H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY T 'DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD DATE MM/D LIMBS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 A X COMMERCIAL GENERAL LIABILITY 1140827 12/31/01 12/31/02 FIRE DAMAGE (My one fire) $50,000 CLAIMS MADE ® OCCUR MED EXP (Any one Perron) E EXCLUDED PERSONAL &ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OPAGG $1,000,000 POLICY X JERC LOC D AUTOMOBILE LIABILITY ANY AUTO 72 UEN IIQ 9070 02/28/02 02/28/03 COMBINED SINGLE LIMIT (Ea CO BINEDt) $1,000,000 X ALL OWNED AUTOS SCHEDULED AUTOS 72 UEN IIQ 9624 (TX) 02/2$/02 02/28/03 BODILY INJURY (Per perem) S X BODILY INJURY (Per accident) $ HIREDAUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EA ACC AUTO ONLY: AGG S ANY AUTO $ EXCESS LIABILITY EACH OCCURRENCE 5$,000,000 C X OCCUR CLAIMS MADE BE $7157$5 12/31/01 12/31/02 AGGREGATE $8,000,000 E $ DEDUCTIBLE is RETENTION B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WVA 0204426 12/31/01 12/31/02 TAII ID X I TORY LIMITS Eft E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE- POLICY LIMIT $1,000,000 OTHER E Contractors Equip 79491205 12/31/01 12/31/02 Limit $100,000 Leased /Rented I I Ded $2,500 DESCRIPTION OF OPERATIONSA -OCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECULL PROVISIONS It is hereby agreed that City of Newport Beach, Public Works Department, its officers, officials, employees, and volunteers are named as additional insured as respects General and Automobile Liability per attached endorsements. RE: Work performed at the $ayside Drive /Marine Ave. PRV Relocation Project Contract #3418; Job #100. *SEE NOTES* gl,au- aip- sig /wcwv /x bCK I IrR,AI C:IVLUCK r I AUUITIUNAL IN$UKEU; IN5UNtK LtTTLK: M/UN:,CLLPI I IVK NEWPORT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL SN- 1- 111iGMAIL —IQ DAYS WRITTEN NOTICE TO City of Newport Beach Public Works Department 3300 Newport Blvd. Newport Beach CA 92663 LEFT. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AWKU ZOJ ( //e /) ............................... Special conditions as respects Workers Compensation per attached Waiver of Subrogation endorsement. *Except 10 Days Notice of Cancellation for Non- Payment of Premium (B #63). 0 0 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: 1140827 INSURED: Hoffman Southwest Corp. Dba: Roto- Rooter Service & Plumbing Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) The endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. Name of Person or Organization: City of Newport Beach, Public Works Department, its officers, officials, employees, and volunteers RE: Work performed at the Bayside Drive /Marine Ave. PRV Relocation Project Contract No. 3418 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only as respect to liability arising out of "your work' for that insured by you or for you. This insurance shall apply as primary insurance as respects any person or organization for whom or which you have agreed by written contract or permit to provide insurance on a primary basis. Any other insurance available to such person or organization shall be excess of this insurance and the carrier will not seek contribution from such other insurance maintained by and available to such person or organization. Per Project Aggregate. Authorized Signature e5KZ� Date CG 2010 11 85 Copyright, Insurance Services Office, Inc., 1984 11 COMMERCIAL AUTO POLICY NUMBER: 72 UEN UQ 9070 0 INSURED: Hoffman Southwest Corp. Dba: Roto- Rooter Service & Plumbing Co. THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization: City of Newport Beach, Public Works Department, its officers, officials, employees, and volunteers RE: Work performed at the Bayside Drive /Marine Ave. PRV Relocation Project Contract No. 3418. WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of the ownership, maintenance, or use of a covered "auto." This insurance shall apply as primary insurance as respects any person or organization for whom or which you have agreed by written contract or permit to provide insurance on a primary basis. Any other insurance available to such person or organization shall be excess of this insurance and the carrier will not seek contribution from such other insurance maintained by and available to such person or organization. CA 76 08 07 88 Authorized Signature 241*11ZI,0+ Z /l9Z Date . 0 0 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA This endorsement changes the policy to which it is attached effective on inception date of the policy unless a different date is indicated below. ( The following "attaching clause" need be completed only when this endorsement is issued subsequent preparation of the policy.) This endorsement, effective 01/12/01 12:01am forms a part of Policy No. WVA0204426 Issued to: Hoffman Southwest Corp. dba: Roto- Rooter Service & Plumbing Co. By: St. Paul Fire and Marine Premium: Determined at Audit We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. SCHEDULE: Person or Organization: City of Newport Beach, Public Works Department, its officers, officials, employees, and volunteers Re: Work performed at the Bayside Drive /Marine Ave. PRV Relocation Project Contract No. 3418. WC 04 03 06 (Ed. 4-84) JUL -12 -2002 FRI 10:18 AM CAL SURANCE r41111- WN -3 3/P I* FAX N0. 7149391854 0 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH MS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ASY THE CTIY OF NEWPORT BEACIL P. 01/01 DATE RECEIVED: i I -d DEPARTMENT /CON TAcr RECEIVED FROM: /S h Q u n A- C�/ %G✓ DATE COMPLETED: "� — SENT TO: _ n jdaau rl N- BY: I 0 Q I k ee '7 COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: ma CSr) ct. ►) wLC -F C1Sr/1, L GENERAL LIABII ITY: _ A. INSURANCE COMPANY: _, -2 r 1 Y�a'ffi ..Ln S. C n B. AM BEST RATING (A VII or greater): Pr4 j- Y (/ - C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted is Calif mia? Yes Nom D. LIMITS. (Must be S1,000,D00 or greater) What is limit provided? I E. PRODUCTS AND COMPLETED OPERATIONS: (Mast Include) Is it included? Yes No_ F, ADDITIONAL INSURDED WORDPq TO INCLUDE: ( The City its officers, age= officials, employees and volunteers). Is it included? Yes No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes _ZNo_ IL CAUTION! (Confirm that loss or liability of the Named insured is tot limited solely by their negligence.) Does endorsement mehrde "solely by negligence- wording? Yes_ No­X L NOTIFICATION OF CANCELLATION: Abhough them is a provision that requites notification of cancellation by certified marl; per Lauren Farley the City will accept to endeavor wording. M AUTOMOBILE LIABILITY: �q p /� A. INSURANCE COMPANY:_ 1"0. y- 4- UYT1 If.S Gt a 1 4/?n�, Go B. AM BEST RATING (A VII or greater): C. ADMTI -M COMPANY: ( MUST BE CALIFORNIA ADMTf'ITsD) Is company admitted? Yes No D. LOAM: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided? E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers: ,agents, officials, employees and volatteess). Is it included? Yes -Y`No / F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only)- Is it included? Yes_ Non r a" G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of boa b1 certified mail: per Lauren Farley the City will accept the endeavor wording. M WORKERS COMPENSATION: . A. INSURANCE COMPANY: S+ Pry es 1-c- °t �l a..%r �4 B. AM BEST RATING (A VII or greater) C. LIMITS; Statutory D. WAVIER OF SUBROGATION: (To inclhde). Is it included? Yes-,k' es No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No IF NO, WHICH ITEMS NEED TO BE COMPLETED? i 0 TO: Mayor and Members of the City Council FROM: Public Works Department June 25, 2002 CITY COUNCIL AGENDA ITEM NO. 11 SUBJECT: SEWER MAIN TELEVISING PROGRAM — AWARD OF CONTRACT NO. 3511 RECOMMENDATION: 1 . Award Contract No. 3511 to Professional Pipe Services (ProPipe) for a total price of $110,295 and authorize the Mayor and the City Clerk to execute the contract. 2. Establish an amount of $3,500 for additional and unforeseen work. DISCUSSION: In 1996, the City completed its Master Plan of Sewers. Though the City's sewer system is in excellent condition compared to other agencies, the system should be reviewed periodically via remote televising to identify any problem areas, as recommended in the master plan. This televising program will be accomplished over a 4 year period, with this year being the first. Any problem areas would be addressed in a future sewer main improvement project by either replacement or internal lining. Some of the sewer mains in the older parts of town were installed almost 50 years ago and are bound to show some signs of deterioration. Six firms were invited to submit proposals to provide sewer main televising services. These firms were selected based on the recent studies of the Orange County Sanitation District (OCSD). OCSD is planning to investigate their trunk system throughout the County of Orange. Five firms responded to the City's request for proposals: • Professional Pipe Services (ProPipe) • National Plant Services • Innerliner Engineering • California Pipeline Inspection • Affordable Drain Service 0351) �a8) SUBJECT: SEWER MAIN TE SING PROGRAM — AWARD OF CONTRACIV. 3511 June 25, 2002 Page 2 The Utilities Director, Operations Manager, Wastewater Supervisor, and Public Works Staff evaluated each firms qualifications, resources and equipment, past experience on similar projects, and availability. ProPipe presented the highest quality proposal of the five received and was invited to demonstrate their equipment prior to making a selection. Their personnel were professional and the equipment was state -of- the -art. In fact, the City is proposing to buy the same equipment to replace an aging camera and video inspection system. As part of the Request for Proposal, a bid sheet was utilized to compare the firm's abilities and cost to perform different services. ProPipe's cost of services were the lowest. The second firm, Innerliner, is also very qualified and utilizes identical equipment to ProPipe. Innediner has worked for the City over the past few years on small televising projects and has provided excellent service. SCOPE OF SERVICES The firm will televise approximately 200,000 linear feet of sewer main, or' /. of the City s system. The 3 main areas of focus will be the Bluffs, Big Canyon, and Old Corona del Mar as shown on the attached exhibits. Other problem areas throughout the City will also be investigated with this first year contract. Each sewer main will be video taped and then converted to digital images that will be downloaded to the City server for archiving purposes. It should be noted that ProPipe had originally bid 4 cents per linear foot to provide the digital images of the video sewer information. During the interview process, they offered to provide the digital information at no- charge. Funds for this project are available in the Wastewater Enterprise Fund, Capital Improvement Account No. 7533- C5600638, Sewer Main Televising Program. Respectfully submitted, A�.� 4. 7� 4' Af PUBLIC WORKS DEPARTMENT Stephen G. Ba um, Di ctor 22 J. SinacM P.E. I Civil Engineer Attachments: Bid Summary Sewer Main Areas to be Televised (Exhibits A, B & C) x�Z Ej m H a oc w op of p� I I 0 F4 U iN N H a H fA U D P, Q.. o❑ w o a w � o N C N N m d U Y Y N O 4 Y 3 0v„ U � 2 � N U J a ° a " H H ❑ Q O U o ro a � H y f-0 N Rl t 0 c O M N � O 52 W E+E Z E ou'i Q N (7 � wyag E fpil[ E � V fil V E 0 0 �0� 0 0 a C s r a J N ❑ odm YOy V O V V m nd . F..ft.M..d ,� \ '" F/� � , �' i � \ � � J � � 0 `� N \� \ �� �� \` � � ` C tom., QO ` .. ___ � C _ �± ��v [� E r.�2 O i � U 0 � mi •�, K S __..._,' �. w �' ` � '� _..i r.�2 e a � iL r F-7- 0 L) x W 47-7 . 71 x" N< 0 iv Wl� z U! to 0 75 cc m 16 2 HQz iL r F-7- 0 L) x W 47-7 . 71 x" N< 0 iv Wl� z U! to 0 75 cc m 16 2 iL r F-7- 0 L) x W 47-7 . 71 x" N< 0 iv Wl�