Loading...
HomeMy Public PortalAbout20-9817 Rehabilitate Pump Station 4Sponsored by: City Manager RESOLUTION NO. 20-9817 AN EMERGENCY RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, RATIFYING THE CITY MANAGER'S DECISION TO ISSUE A PURCHASE ORDER TO PIGGYBACK AGREEMENT NUMBER S-946 BETWEEN MIAMI-DADE-COUNTY, FLORIDA AND INSITUFORM TECHNOLOGIES, LLC FOR THE PROVISION OF QUALIFIED PROFESSIONAL SERVICES TO REHABILITATE PUMP STATION 4 IN THE CITY OF OPA-LOCKA, FOR CURED -IN -PLACE PIPE (CIPP) RELINING METHOD; AUTHORIZING THE CITY MANAGER TO ENTER INTO A FORMAL AGREEMENT REGARDING SAME, IN AN AMOUNT NOT TO EXCEED FIVE HUNDRED FORTY THOUSAND ONE HUNDRED NINE DOLLARS AND EIGHTY CENTS ($540,109.80); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") requires cured -in -place pipe (CIPP) lining rehabilitation of its pump stations to comply with a consent agreement between Miami -Dade County and the City of Opa-Locka, FL; and WHEREAS, Pump Station 4 ("Station") is currently under moratorium by Miami -Dade County and there is a need for emergency gravity season relining services; and WHEREAS, the lining of Pump Station 4 is in need of completion before the rainy season ends to properly flow test the station, which will remove the station from moratorium; and WHEREAS, Miami -Dade County previously entered into Contract No. S-946 with Insituform Technologies, LLC (attached hereto as Exhibit "A"), for a two-year period commencing September 25, 2019 through September 25, 2021, for cured - in -place pipe lining; and WHEREAS, the City of Opa-Locka desires to piggyback the existing contract from Miami -Dade County's pool of qualified professional services to complete the rehabilitation of Pump Station 4 and in order to start the work, it was necessary for the City Manager to issue a purchase order on an emergency basis; and Resolution No. 20-9817 WHEREAS, the City Commission finds it in the best interest of the City and its residents to authorize the City Manager to piggyback Miami -Dade County, Florida Contract Number S-946 with Insituform Technologies, LLC in order to benefit from already negotiated rates and enter into an agreement for CIPP lining rehabilitation, as attached hereto as Exhibit "B". NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-Locka hereby ratifies the City Manager's decision to issue a Purchase Order to piggyback Contract Number S-946 between Miami -Dade County, Florida and Insituform Technologies, LLC for the provision of qualified professional services to rehabilitate Pump Station 4 in the City Of Opa-Locka for cured -in -place pipe (CIPP) relining method and authorizing the City Manager to enter into a formal agreement regarding same in an amount not to exceed Five Hundred Forty Thousand One Hundred Nine Dollars and Eighty Cents ($540,109.80) and as attached hereto as Exhibit "B", or in such similar form as may be approved by the City Attorney. Section 3. This Resolution shall take effect immediately upon adoption, and is subject to the review of the State of Florida Financial Emergency Board for the City of Opa-Locka, FL. PASSED AND ADOPTED this 28th day of October, 2020. ATTEST: o„tu'&\:)-Q-c a Flores, City Clerk 2 Matthew A. Pigatt, Mayor Resolution No. 20-9817 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norri - eeks, P.A. City Attorney Moved by: COMMISSIONER BURKE Seconded by: VICE MAYOR DAVIS VOTE: 3-0 Commissioner Bass ABSENT Commissioner Burke YES Commissioner Kelley ABSENT Vice -Mayor Davis YES Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: ,ci. City Manager: John E. Pate CM Signature: Commission Meeting Date: 10/28/2020 Item Type: (EnterX in box) Resolution Ord' ance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2n Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : 440-75- 5356319 (Enter Fund & Dept) Ex: $540,109.80 Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: III Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • • IN Image • • Sponsor Name City Manager Department: City Manager Short Title: Pipe Lining of the Gravity Sewer System for Pump Station 4 service area. Staff Summary: A Resolution of the City Commission of the City of Opa-locka, Florida, ratifying the action of the City Manager to initiate the process to rehabilitate the Pump Station 4 wastewater collection system, applying the cured -in - place pipe (CIPP) relining method, piggybacking an existing contract from Miami -Dade County for qualified professional services to complete this project. This pump station is part of the moratorium with Miami -Dade County. Approving this Resolution will allow the necessary progress to have all pump station collection areas out of moratorium in FY 21. Financial Impact - FY 20 Budget Account Description Available Project Remaining Balance 75-5356319 Zone 1 & 2 $750,484.00 $540,109.80 $210,374.20 Total $540,109.80 Proposed Action: Staff recommends approval. Attachment: 1. Agenda 2. Proposal provided by Insituform Technologies LLC 3. Miami Dade County Piggyback Contract 4. Proposed Contract Agreement between the City and Insituform Technologies LLC CONTRACT THIS CONTRACT, made and entered into on the Z s t"' day of 5 e b er- , 20 t. q , by and between Miami -Dade County, Florida, acting by and through the Office of the Mayor, party of the first part (hereinafter sometimes called the "County"), and Insituform Technologies, LLC , party of the second part (hereinafter sometimes called "Contractor"); WITNESSETH That the parties hereto, for and in consideration of the covenants and agreements hereinafter set forth, mutually agree as follows, to wit: 1. That the Contractor shall furnish all labor, materials and equipment and perform all work in the manner and form provided by the Contract Documents covering the Project of the County known and identified as "TWO-YEAR COUNTYWIDE CONTRACT FOR REHABILITATION OF SANITARY SEWERS BY THE CURED -IN -PLACE PIPE LINING METHOD WITH COUNTY OPTION - TO -RENEW FOR AN ADDITIONAL TWO YEARS ON A YEARLY BASIS, CONTRACT NO S-946" at the unit prices reflected in the Proposal, for an aggregate amount up to Eight Million Dollars and No Cents (U.S. Dollars) $8,000,000.00. The Contract will be awarded for an aggregate amount of up to $8,000,000 for a two-year period. Unless the Contract is renewed, it will terminate upon the depletion of the awarded amount or the expiration of the two-year period, whichever occurs first. The two-year term of the Contract will commence with issuance of the Notice to Proceed. The County Mayor or County Mayor's designee has the option to renew the Contract for up to an additional two years on a year to year basis, provided that the Contractor maintains the prices, etc. used in the original contract, with an additional total amount of up to $8,000,000. Each renewal option will be for a one-year period and up to $4,000,000. The County does not guarantee that the full amount of the Contract will be issued to the Contractor. Continuation of the Contract beyond the initial period is a County prerogative not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. The actual amount of work orders assigned is also a prerogative of the County in its sole discretion and dependent only upon its needs. 2. That the Contractor shall begin the work to be performed under this Contract on a day to be specified in a written order issued by the Engineer, and shall fully complete all work hereunder within the time or times stated in the Proposal. 3. That the County shall pay to the Contractor for the faithful performance of this Contract, in lawful money of the United States, and subject to additions and deductions as provided in the Contract Documents, the total amount of the Proposal as set forth above at the times and in a manner stated in the General Terms and Conditions of the Contract Documents. 4. It is further mutually agreed that if at any time after the execution of this Contract, Surety Performance and Payment Bond, the County shall deem the surety upon such bonds to be unsatisfactory, or if for any reason such bond shall become inadequate to cover the performance of the Page 3 of 3 CONTRACT work, the Contractor shall at its own expense, within five (5) days after the receipt of notice from the County to do so, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the County. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security shall have been furnished in a manner and form satisfactory to the County. 5. The "Contract Documents" are hereby defined as the Questionnaire, the Advertisement for Bids, the Instructions to Bidders, the Proposal, the Certified Resolution (Proposal/Prescribed Bid Bond), the Prescribed Bid Bond, the Contract, the Surety Performance and Payment Bond, the Certified Resolution (Contract/ Surety Performance and Payment Bond), the General Terms and Conditions, the Supplemental General Terms and Conditions, the Supplemental General Conditions (if Ordinance 90-143 is applicable) including Wage and Benefit Schedules, the Specifications, the Plans, any Addenda which may be issued, the Subcontractor /Supplier Listing Form (Ordinance 97-104 as amended by Ordinance 00-30), the Reporting Subcontracting Policies and Procedures (Ordinance 98 -15 9), the Small Business Enterprise Programs Participation Provisions and Forms (if applicable), and the provisions for the following: Vendors Affidavit (Uniform County Affidavits); Criminal Record (Felony) (as amended by Ordinance 00-30; Community Workforce Program County Code Section 2-1701, Office of Miami -Dade County Inspector General (IG) (if Ordinance 97-215 as amended by Ordinance 99-15 is applicable); Sworn Statement — Public Entity Crimes [Florida Statute Sect. 287.133 (3) (a)]; Change Orders; Notice to Proceed, Referenced Codes and Standards, Warranties and Guarantees, all related correspondence, field notes, logs, and other documents. The General Terms and Conditions of said Contract Documents are incorporated herein by reference and made a part hereof as though fully set forth herein. The Contract Documents are complementary, so that a recital in one is tantamount to a recital in all, and the Contractor specifically acknowledges that it has read and understands all of said Contract Documents. 6. The various indemnities of the Contractor contained in the Contract Documents indemnifying the County from liability for damages to persons or property caused by acts, omissions, or defaults in the performance of the Contract Documents shall have a monetary limitation of the larger of the following: $1,000,000.00, or the entire amount of the Contract. 7. The County retains the right to audit any and all information regarding this Contract as described in the General Covenants and Conditions, Section 41 "Audit Rights and Review of Records". 8. Notwithstanding and prevailing over any other provision of the Contract Documents to the contrary, the County Mayor or Mayor's designee's, may exercise the provisions of Section 2-8.2.12 (4)(d) and (e) of the Code of Miami -Dade County. Any change orders or amendments shall not exceed 10 percent of the base contract price in cumulative percentage amount; provided however, that the foregoing limitation shall not apply to any change order or amendment related to emergency actions impacting remediation, public safety, health requirements or recovery from natural disaster and the foregoing change orders and amendments shall require ratification by the Board; provided further that the County Mayor or his designee may reduce in any amount the scope and compensation payable under this Contract and grant compensable and non-compensable time extensions thereunder. Pursuant to Section 2-8.2.12 (5), the County Mayor or the County Mayor's designee's award and execution of this Contract is subject to ratification by the Board of County Commissioners. If the Mayor or the Mayor's designee's action is not ratified, and such legislative action becomes final, this Contract shall be deemed terminated without further notice. In such event, the Contractor shall not be entitled to recovery of any lost profits or other consequential or indirect damages. However, the Contractor is eligible for payment for any work done prior to failure of the ratification, in accordance with General Terms and Conditions Article 11.D(1) Termination for Convenience. Page 3 of 3 CONTRACT IN WITNESS WHEREOF, the parties hereto have executed this Contract in four (4) counterparts, each of which shall be deemed an original Contract, all as of the day and year first hereinbefore written. (OFFICIAL SEAL) ATTEST: Harvey Ruvin MIAMI DADE COUNTY, FLORIDA Clerk of t oard BY ITS BOARD OF COUNTY COMMISSIONERS By: Deputy Clerk Approved as to Form and Legal Sufficiency t7C( Assistant County Attorney Miami -Dade Water and Sewer Department By: Mayor or Mayor's resignee (PARTX(OP TI-tE°FIRST TART) 0OM ,s;�°'°; COUNTY .......... -Tye V Yr PV C t WHEN THE CONTRACTOR IS A CORPORATION (CORPORATION SEAL) ATTEST -(.%0 1(.r / (Secretary) Jana Lause Contracting and Attesting Officer (Print or type name) Insituform Technologies, LLC (Name of Corporation) iii411. IV-6141- (Signature of Officer) I- Diane Partridge (Print or type name) Contracting and Attesting Officer (Official Title) 17988 Edison Avenue Chesterfield, MO 63005 (Address) (PARTY OF THE SECOND PART) Attach to each counterpart a certified copy of a resolution of the Board of Directors of the corporation authorizing the officer who signs the Contract and Surety Performance and Payment Bond to do so in its behalf. Page 3 of 3 CERTIFIED RESOLUTION Jana Lause (Name) (LLC) Insituform Technologies, LLC , a Corporation organized and existing under the laws of the State of Delaware , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said Corporation at a meeting held in accordance with law and the by-laws of the said Corporation: Contracting and Attesting Officer , the duly elected 8escetary of "IT IS HEREBY RESOLVED that Diane Partridge , the duly (Name) elected Contracting and Attesting Officer of Insituform Technologies, LLC (Title of Officer) be and is hereby authorized to execute and submit a Contract and Surety Performance and Payment Bond to Miami -Dade County, Florida, and the Miami -Dade Water and Sewer Department, respectively, for a certain Project entitled TWO-YEAR COUNTYWIDE CONTRACT FOR REHABILITATION OF SANITARY SEWERS BY THE CURED -IN -PLACE PIPE LINING METHOD WITH COUNTY OPTION -TO -RENEW FOR AN ADDITIONAL TWO YEARS ON A YEARLY BASIS, CONTRACT NO S-946 and such other instruments in writing as may be necessary in behalf of the said Corporation, and that the Contract, Surety Performance and Payment Bond and other such instruments signed by him shall be binding upon the said Corporation as its own acts and deeds." I further certify that the above Resolution is in force and effect and has not been revised, revoked or rescinded. Given under my hand and the Seal of the said Corporation this �tr. day of 5e isk-e, oec- , 20 1,9 . (Month) (Year) {� By: (Secxretage Jana Lause Contracting and Attesting Officer (Print or type name) (SEAL) Insituform Technologies, LLC (Corporate Title) Page 1 of 1 ]NSITUFORM TECHNOLOGIES, LLC PRESIDENT APPOINTMENT OF CONTRACTING AND ATTESTING OFFICERS The undersigned, being the President of Insituform Technologies, LLC, a Delaware Limited Liability Company (the "Company"), and pursuant to the authority set forth in the Limited Liability Company Operating Agreement of the Company, hereby determines that: 1. Christlanda Adkins, Laura M. Andreski, Janet Hass, Jana Lause, Diane Partridge, Whittney Schulte, and Ursula Youngblood are appointed as Contracting and Attesting Officers of the Company, each with the authority, individually and in the absence of the others, subject to the control of the Board of Managers of the Company, to: (i) certify and attest to the signature of any officer of the Company; (ii) enter into and bind the Company to perform pipeline rehabilitation activities of the Corripany and all matters related thereto, including the maintenance of one or more offices and facilities of the Company; (iii) execute and to deliver documents on behalf of the Company; and (iv) take such other action as is or may be necessary and appropriate to carry out the project, activities and work of the Company. 2. Any person previously appointed or serving as a Contracting and Attesting Officer of the Company prior to the date hereof and who is not named above is hereby removed from any such appointment. Dated: December 1, 2018 Charles R. Gordon President Bond No. 107121678 SURETY PERFORMANCE AND PAYMENT BOND By this Bond, We, Insituform Technologies, LLC, as Principal, whose principal business address is 17988 Edison Avenue, Chesterfield, MO 63005 as Contractor under the contract dated 5 e. fie. .\o r- 25 , 20 1 9 , between Principal and Miami -Dade County for the construction of "TWO-YEAR COUNTYWIDE CONTRACT FOR REHABILITATION OF SANITARY SEWERS BY THE CURED -IN -PLACE PIPE LINING METHOD WITH COUNTY OPTION -TO -RENEW FOR AN ADDITIONAL TWO YEARS ON A YEARLY BASIS, CONTRACT NO S-946", (hereinafter referred to as "Contract") the terms of which Contract are incorporated by reference in its entirety into this Bond and Travelers Casualty and Surety Company of America a corporation, whose principal business address is One Tower Square, Hartford, CT 06183 as Surety, are bound to Miami - Dade County (hereinafter referred to as "County") "). for an aggregate amount up to Eight Million Dollars and No Cents (U.S. Dollars) $8,000,000.00, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. The County does not guarantee that the full amount of the Contract will be issued to, or paid to the contractor. The actual amount of work orders assigned is also a prerogative of the County in its sole discretion and dependent only upon its needs. THE CONDITION OF THIS BOND is that if Principal: 1. Performs all work due under the Contract, including but not limited to guarantees, warranties, and the curing of latent defects, said Contract being made a part of this bond by reference; and in the times and in the manner prescribed in the Contract, including any and all damages for delay; and 2. Promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract; and 3. Pays County for all losses, damages, including damages for delay, expenses, costs and attorney's fees, including appellate proceedings, that County sustains because of a default by Principal under the Contract, including but not limited to a failure to honor all guarantees and warranties or to cure latent defects in its work or materials within 5 years after completion of the work under the Contract; and 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, including all warranties and curing all latent defects within 5 years after completion of the work under the Contract; then this bond is void, otherwise it remains in full force. If no specific periods of warranty are stated in the Contract for any particular item or work, material or equipment, the warranty shall be deemed to be a period of one (1) year from the date of final acceptance by the County, This Bond does not limit the County's ability to pursue suits directly with the Principal seeking damages for latent defects in materials or workmanship, such actions being subject to the limitations found in Section 95.11(3)(c), Florida Statutes. Any changes in or under the Contract Documents,and compliance or noncompliance with any formalities connected with the Contract or the changes, do not affect the Surety's obligation under this Bond. Page 1 of 3 SURETY PERFORMANCE AND PAYMENT BOND (Continued) IN WITNESS WHEREOF, the above bounden parties have caused this Bond to be executed by their appropriate officials as of the 2.5day of Scp'ce•,ber , 20 l9 ATTEST: CONTRACTOR: Insituform Technologies, LLC y) (Contractor Namer Janet Hass, Contracting & Attesting Officer (Print or type name) BY:ELK-P�--- (President) (Managing Partner or Joienturer) Diane Partridge (Print or type name) Contracting & Attesting Officer (Official Title) (SEAL) Page 2 of 3 SURETY PERFORMANCE AND PAYMENT BOND (Continued) COUNTERSIGNED BY RESIDENT FLORIDA AGENT OF SURETY: (CORPORATE SEAL) By: (Signature of Attorney -in -Fact)* Andrew P. Thome, Attorney -in -Fact (Printed Name of Attorney -in -Fact) One Tower Square Hartford, CT 06183 (Address) 860-277-0111 (Telephone) *Power of Attorney must be attached Travelers Casualty and Surety Company of America (Printed Name of Surety) One Tower Square Hartford, CT 06183 (Address of Surety) 860-277-0111 (Telephone of Surety) By: C -, (Signature of Resident Florida Agent)* Katherine Cronin (Printed Name of Agent) 2420 Lakemont Ave., Ste 100 Orlando, FL 32814 (Address) 407-388-2509 (Telephone) (Copy of Agent's current Identification Card as issued by Commissioner must be attached) Page 3 of 3 BO D APPROVED AS TO I' •U NCE REQUIREMENTS IS IS MAMA EM ANY DrviSi N DATE: tti�r I State of Missouri County of St. Louis On setteMber2St a$ before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney -in - Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Donna Robson, Notary Public Notary Public -- Notary Seal ISt o:e of Missouri, St. C!:.Hes County i> Commission 3 I / ;79412 Mho Commission l ;pie 21, 2021 F' My Commission Expires: o TRAVELERS) Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Andrew P. Thome, of Chesterfield, Missouri, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut City of Hartford ss. B jr Y ti` �, Robert L. Raney, Sefitor Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p•m� My Commission expires the 30th day of June, 2021 /' • A^ C tc rAccusia Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 2_5 k' day of scitree..be-r ?_.tO t 9 u i HtArFORO, CONtt, o y r •yf fir+ Kevin E. Hughes, Assr font Secr etary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. FLORIDA DEPARTMENT OF FINANCIAL SERVICES Resident Insurance License .0220 - GENERAL LINES (PROP & CAS) Please Note: KATHERINE JOANN CRONIN License Number : W260543 Issue Date 06/04/2015 A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you a acting a surplus lines agent, public adjuster, or reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license status you should contact the Florida Department of Financial Services immediately. This license will expire If mere than 48 months elapse without an appointment for each class of Insurance listed. If such expiration occurs, the individual will be required to re qualify as a first -lime applicant If this license was obtained by passing a licensure examination offered by the Florida Department of Financial Services, the fcensea is required to comply with contnuing education requirements contained in 626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed In their MyPmfile amount at https://dice.8dfs.com. To validate the accuracy of Ibis license you may review the individuel license record under "Licensee Search" on the Florida Department of Financial Services website at htp'//w.wr.MyFloridaCFO.condDloision/Agents Jimmy Patrotus Chief Financial Officer State of Florida CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND INSITUFORM TECHNOLOGIES, LLC FOR Pipe Lining of the Gravity Sewer System for Pump Station 4 Service Area Page 1 of 17 AGREEMENT THIS IS AN AGREEMENT dated the Day of , 2020, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY And INSITUFORM TECHNOLOGIES, LLC A licensed Company, authorized to do business in the State of Florida, hereinafter "CONTRACTOR". W ITN ESS ETH : In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On October 28, 2020, the CITY authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. Page 2 of 17 ARTICLE 2 SCOPE OF WORK 2.1 The CONTRACTOR shall furnish all of the materials, equipment, tools, supplies, and labor necessary to perform all of the work described in accordance with Proposal dated 07/30/2020 submitted to Rehabilitate Pump Station 4 applying cured -in -place pipe (CIPP) lining method including the provision of M.O.T. A copy of the Proposal is attached hereto and specifically made a part of this Agreement for the scope of services as set forth in Composite "Exhibit A" and the Resolution package is also attached as Composite "Exhibit B". 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. If within One (1) Year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONTRACTOR, CONTRACTOR agrees to re -perform such deficient services without charge to the CITY. ARTICLE 3 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The CONTRACTOR shall commence work to be performed under this Agreement upon full execution of Contract. CONTRACTOR shall complete all work in a timely manner substantially by ninety days (90) after full execution of contract date, and final completion will be thirty days (30) after substantial completion date. Should there be any delay in issuance of permit by the jurisdictional authorities completion time will be adjusted accordingly. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. 3.3 Contractor's failure to perform the work specified in Exhibit "A" shall result in Contractor being required to pay liquidated damages in the Amount of One Thousand Dollars and Zero Cents ($1,000.00) per day for each unexcused day after the completion date set forth in Section 3.1 above. Page 3 of 17 ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, $540,109.80 for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR. Itemized prices for work completed by the CONTRACTOR shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "A", with no change in the price shown. A total contract price hereto is referred to as Contract Sum and shall be five hundred forty thousand one hundred nine dollars and eighty cents. 4.2 Notwithstanding any other provision of this contract, the CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (1) year after final completion certificate and retainage payment, and shall correct within fourteen business days (14) any defects which may appear during this period upon notification by CITY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by CONTRACTOR except those previously made and still unsettled. ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the Contractor to the Owner in the Standard American Institute of Architects' Forms (AIA) G701, G702, and G703, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Applications for Payment. Page 4 of 17 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of five percent (5%). Pending fmal determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and material suitably stored at the site for subsequent incorporation in the completed construction or, if approved in advance by the Owner, material suitably stored off the site at a location agreed upon in writing, less retainage of five percent (5%). 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. 5.3 Each Application for Payment submitted by the Contractor to the Owner shall include Partial Release of lien from his company and each subcontractor for labor, equipment, services or materials described in the Application for Payment. 5.4 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.4.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to ninety five percent (95%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims; and 5.5 Reduction or limitation of retainage, if any, shall be as follows: None Page 5 of 17 ARTICLE 6 FINAL PAYMENT 6.1 Final Payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when: (a) The Contract has been fully performed by the Contractor upon the Contractor's fulfilled responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment, and (b) The Contractor has furnished the City with Final Release of Lien from his own company and from each subcontractor for labor, equipment, services or materials described in the Final Application for Payment, and (c) A final Project Certificate for Payment has been issued by the City upon the Architect/Engineer of records final completion Certificate, and (d) The Contractor has met all provisions of the reporting requirements of grants if the project is funded by grant money; such final payment shall be made by the Owner not more than 20 days after the issuance of the final Project Certificate for Payment. ARTICLE 7 CONTRACTOR'S LIABILITY INSURANCE 7.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, if applicable, to commence work on a sub- contract until all similar such insurance required of the subcontractor has been obtained and approved. 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as set forth in the Architect/Engineer of Records' Final Completion Certificate and the Certificate of Occupancy (C.O.) as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONTRACTOR shall not continue to work pursuant Page 6 of 17 to this contract unless all required insurance remains in full force and effect. 7.5 Contractor's Insurance Coverage shall include General Liability, Automobile Liability, Professional Liability and Worker's Compensation and Employer's Liability: (a) Workers' Compensation Insurance — as required by law; (b) Employer's Liability Insurance - as required by law; (c) Automobile Liability Insurance — the minimum limit of coverage shall be $1,000.000. per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability (d) Personal Injury in the minimum amounts of $1,000,000.00 for combined Bodily Injury and Property Damage. (e) Professional Liability Insurance: minimum coverage shall be $1,000,000.00 with deductible or self -insured retention (SIR) indicated. 7.6 The CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as additional insured under their policy. 7.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures, following discussion and confirmation of the same with the Contractor. ARTICLE 8 PROTECTION OF PROPERTY 8.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 CONTRACTOR'S INDEMNIFICATION 9.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by Contractor. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the Page 7 of 17 CONTRACTOR's negligent acts, errors, or omissions. 9.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 10 INDEPENDENT CONTRACTOR 10.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 11 CONTRACT BOND 11.1 Contractor shall adhere to the Surety Bond requirements as set forth in attached Exhibit "B". ARTICLE 12 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: Page 8 of 17 DATE PROJECT NAME PROJECT COST CHANGES DESCRIPTION ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE ARCHITECT/ENGINEER OF RECORD'S APPROVAL 12.2 In no event will the CONTRACTOR be compensated for, nor will the City request for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 13 TERM AND TERMINATION 13.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. 13.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. ARTICLE 14 CONTRACT DOCUMENTS 14.1 CONTRACTOR and CITY hereby agree that the following Contract Documents, made a part of this Agreement, as if written herein word for word: This Agreement; Proposals as set forth in Exhibit "A" and City's Resolution in Exhibit "B". Page 9 of 17 ARTICLE 15 MISCELLANEOUS 15.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 15.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONTRACTOR without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: CONTRACTOR shall keep the as -built drawings, the shop -drawings, books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 15.4 Ownership of Documents: Reports, surveys, plans, calculations, shop -drawings studies and other data provided in connection with this Agreement are and shall remain the property of City. 15.5 No Contingent Fees: CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. Page 10 of 17 15.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: COPY TO: John E. Pate, City Manager 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Burnadette Norris -Weeks, City Attorney City of Opa-Locka 401 NW 7th Avenue Fort Lauderdale, FL 33311 COPY TO: Airia Austin, CIP Director 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 CONTRACTOR: Diane Partridge, Contracting and Attesting Officer Insituform Technologies, LLC 17988 Edison Avenue Chesterfield, MD 63005 Phone: (636) 530-8000 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 15.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. Page 11 of 17 15.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami - Dade County, Florida. 15.12 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 15.13 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oraL 15.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 15.16 Equal Opportunity Employment: CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. Page 12 of 17 ARTICLE 16 NOTICE TO PROCEED The CONTRACTOR shall commence work within five (5) working days from the date of the Notice to Proceed (NTP) following the issuance of approved permit by jurisdictional authorities, whichever comes earlier. No work shall begin without NTP. Residents must be given at least 48 hour -notice to commence construction at the site. Page 13 of 17 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC John E. Pate City Clerk City Manager APPROVED AS TO FORM: Burnadette Norris -Weeks, City Attorney INSITUFORM TECHNOOGIES, LLC ATTEST: Authorized Representative (Name) (Signature) WITNESSES: (Name) (Signature) (Name) (Signature) Page 14 of 17 STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of , 2020. NOTARY PUBLIC My Commission Expires: Page 15 of 17 See attached document for Exhibit "A" PROPOSAL: Proposal dated 09/30/2020 $540,109.80 Pump Station # 4 Rehabilitation Project Page 16 of 17 Insituform ",i71'GIuC%fc',". Lam. 9/30/2020 17988 Edison Avenue Chesterfield, MO 63005 www.insituform.com "The Great City of Opa-locka" 780 Fisherman Street. Opa-locka, FL 33054 Insituform Technologies. LLC is a subsidiary of Aegion Corporation Name: Kenny Boeh Title: Business Development Phone: 412-310-8826 Project Name: 2020 CIPP Rehabilitation PS 4 Project #: City of Opa-Locka PB MDWS S-946 Start Date: TBD Completion Date: TBD PROPOSAL PRICING: Fax: 813-627-0006 Email: kboeh©aegion.com Item Description Unit Qty Unit Price Total Price 1.1 CIPP 8" up to 24 feet deep in non -industrial areas LF 13,495 $22.90 $309,035.50 1.13 CIPP 10" up to 24 feet deep in non -industrial areas LF 300 $26.70 $8,010.00 1.14 CIPP 12" up to 24 feet deep in non -industrial areas LF 1,190 $31.50 $37,485.00 2.01 CIPP 15" up to 24 feet deep in non -industrial areas LF 760 $45.00 $34,200.00 1.16 Reinstatement of Service Laterals EA 359 $88.20 $31,663.80 3.01 Sealing Lateral Connections EA 359 $227.40 $81,636.60 N/A For Bypassing 8" thru 15" Sewer When authorized by Engineer EA 14 $1,500.00 $21,000.00 N/A Supplemental payment for Installing CIPP in pipeline segments less than 100 LF EA 1 $528.90 $528.90 N/A Maintenance of Traffic LS 1 $5,000.00 $5,000.00 N/A Root/Grease Removal 8" Dia. Sanitary Sewer LF 3,500 $3.30 $11,550.00 TOTAL $540,109.80 Submitted By: Kenny Boeh Business Development Manager See attached document for Exhibit "B" CITY'S RESOLUTION No. 20- Page 17 of 17