Loading...
HomeMy Public PortalAbout161-2018 - Inland Water Polution Constrol-Sewer liningAGREEMENT THIS AGREEMENT made and entered into this Z;-:� day of Q L `- )2!�� , 2018, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners and its Storm Water Management Board, with its office at 50 North 5"' Street, Richmond, Indiana, 47374 (hereinafter referred to as the "City") and Inland Waters Pollution Control, Inc., 4086 Michigan Ave. Detroit, Michigan 48210 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for services related to the City's 2018 Sewer Lining Project for approximately 9,205 Linear Feet (LF) of Cured in Place Pipe (CIPP) sewer lining, including cleaning, televising and lateral/sewer reinstatement. City placed a bid notice in the newspaper and said notice to bidders and the specification on file for the 2018 Sewer Lining Project are attached hereto and incorporated herein as Exhibit "A". The bid response of Contractor is contained in Exhibit `B", is dated October 4, 2018, is twenty (20) pages in length, and it is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all services described in Exhibit "A" and at the rates set forth in Exhibit `B". Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed Three Hundred Forty -Eight Thousand Two Hundred Ninety -Four Dollars and Eighty -Six Cents ($348,294.86) for complete and satisfactory performance of the work required hereunder. The monies to be paid to Contractor are based upon the bid sheet submitted by Contractor, which is set forth in Exhibit `B", and attached with this Agreement and made a part hereof. Contract No. 161-2018 Page 1 of 6 The time for the substantial completion of the project described in Exhibits "A" and "B" is One Hundred Eighty (180) days after the execution of this Agreement, plus Thirty (30) additional days to final completion. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until final completion of all work. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for damage or injury to person or property or other claims which may arise from the Contractor's conduct or performance of this Agreement; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub- contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Page 2 of 6 Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VH. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the"Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then Page 3 of 6 pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4of6 SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or. agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless the Contractor and all officers, employees or agents of the same from all liability which may arise in the course of City's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law.and shall be binding upon the parties, .their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this .Agreement, Contractor is estopped from bringing suit or any other action in any .alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement against Contractor, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arisefavoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Any person executing this Contract in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners Dated: C ®.4>.' THE CITY OF RICHMOND, INDIANA, by and through its Storm Water Management Board a Sue Miller, Member Dated. /I /— 5 —!,( APPROVED: Davi . Snow, PuDP) Dated: /Q Page 6 of 6 "CONTRACTOR" INLAND WATERS POLLUTION CONTROL, INC. By (Printed),��(� Title: jA�SS15-[aht 5•eGY2,14� Dated: I V 2 7 ZZQ I Fi CITY OF RICHMOND INDIANA INVITATION TO BID 2018 Sewer Lining Project FOR RICHMOND SANITARY DISTRICT EXHIBIT'N - Page 1 of 71 ,i INDEX INVITATION TO BID Form 96 See Attached Form Notice to Bidders 1 Page Invitation for Bid 1 Page STANDARD TERMS AND CONDITIONS Definition A.1 Departments A.2 Bidder & Contractor A.3 Estimated Quantities A.4 Addenda A.5 Bidding Documents B.1 Substitutions B.2 Demonstrations/Samples B.3 Data Privacy BA Bidding Procedures C.1 Bid Security C.2 Submission of Bids C.3 Bidder's Representation CA Modification or Withdrawal of Bid C.5 Delivery of Goods C.6 Consideration of Bids D.1 Rejection/Acceptance of Bids D.2 Bid Award D.3 Warranties, Guarantees & Maintenance DA Contract Documents E.1 Indemnification F.1 Workers Compensation Insurance F.2 Payments G.1 Method of Invoicing G.2 Damages for Delays G.3 Proposal Sheets Enclosed Specifications & Maps Enclosed EXHIBIT'A' - Page 2 of 71 Prescribed by Stale board of Accounts CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: 1. Governmental Unit (Owner): — 2. County: 3. Bidder (Firm): Address: City/State: 4. Telephone Number: 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of (Governmental Unit) in accordance with plans and specifications prepared by and dated for the sum of The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be Ahe same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The. Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I.C. 5-16-8-2.1 hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. EXHIBIT'A' - Page 3 of 71 I NON - COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated at this day of By ACKNOWLEDGEMENT STATE OF ) SS: COUNTY OF ) of the above (Title) (Name of Organization) (Title of Person Signing) being duly sworn, deposes and says that he is (Name of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this My Comission Expires: County of Residence: day of Notary Public and that the EXHIBIT'A' - Page 4 of 71 The above bid is accepted this _ following conditions: Contracting Authority Members: ACCEPTANCE day of , subject to the PART II (Complete sections I,II,III, and IV for all state and local public works projects as required by statute's if project is one hundred thousand dollars ($100.000) or more. (IC 36-1712-4) Governmental Unit: Bidder (Firm) Date: These statements to be submitted under oath by each bidder with and as a part of his bid. ,Attach additional pages for each section as needed. SECTION-1 EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period .of one (1) year prior to the date. of the current bid? Contract Amount Class of Work. When Completed Name and Address of Owner 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to 'be Name and Address of Owner Completed EXHIBIT'N - Page 5 of 71 3. Have you ever failed to complete any work awarded to your? If so, where and why? 4. List references from private firms for which -.you have performed work. n SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid.) 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to'currently provide -a listing, please understand, a listing must be provided prior to contract approval. 3. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. EXHIBIT'A' - Page 6 of 71 SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provieded hereunder to the governing body awarding the contract must be specific enough. in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. P SECTION IV OATH AND AFFIRMATION hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at this day of , (Name of Organization) By (Title of Person Signing) ACKNOWLEDGEMENT STATE OF ) COUNTY OF ) being duly sworn, deposes and says that he is of the above (Title) (Name of Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this day of Notary Public My Commission Expires: County of Residence: . EXHIBIT'A' - Page 7 of 71 Forth No. 96 (Revised 2000) (Contractor) (Address) FOR PUBLIC WORKS PROJECTS OF AS x u� Filed Action taken NOTICE TO BIDDERS BOARD OF SANITARY COMMISSIONERS RICHMOND, INDIANA Notice is hereby given that .sealed proposals will be received by the Board of Sanitary Commissioners of the Richmond Sanitary District of Richmond, Indiana at their office at the Administration Building, 23 80 Liberty Avenue of said City on Tuesday, .October % 2018, at 10:00 A.M. for himishing the following in accordance with specifications on file at the Richmond Sanitary District; 2380 Liberty Ave., Richmond, Indiana, and in the Office of Purchasing in the Municipal Building, 50 North Fifth Street, Richmond, Indiana. 2018 Sewer Lining. Project All proposals shall be properly and completely executed on a Foiiri No. 96 as prescribed by the State Board of Accounts of the State of Indiana. All proposals submitted shall be accompanied by an acceptable Bidder's Bond, Certified Check or Cashier's check made payable to the Richmond Sanitary District in the amount of 5% of the total bid price: If the bidder is from out- of-state, the Bidder's Bond must be secured by a Surety who is admitted to do business mi Indiana. The successful bidder will be required to submit a Performance Bond in the amount of 100% of the bid price and a 100% Labor and Materials Payment Bond, prior to commencing work. Checks of the unsuccessful bidders will be returned on award of the proposals.. Specifications and bid forms may secured from the Richmond Sanitary. District, 2380 Liberty Ave., Richmond, Indiana 47374 or from the Purchasing Office, 50 North Soh St., Richmond; Indiana 47374, All proposals should be placed in a sealed envelope marked "Confidential -Bid Proposal' on outside of envelope: A pre -bid conference will be held September 28, 2018 at 9:00 A.M. at Richmond Sanitary District, Administration Building, 2380 Liberty Avenue, Richmond, Indiana. You are strongly encouraged to attend this conference (meeting) as this will be the only one conducted. The Board of Sanitary Commissioners of the Richmond Sanitary District of the City of Richmond, Indiana reserves the right to reject any and all bids, parts of bids and re -advertise for same and to waive informalities or errors in bidding. Bidder will be required to comply with all applicable Equal Employment Opportunity laws and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY COMMISSIONERS Sue Miller Aman Bakshi Greg Stiens Publish Dates: September 20"' & 27`i' 2018 EXHIBIT'N - Page 9 of 71 INVITATION FOR BID This invitation is issued to establish a contract to supply the City of Richmond with a commodity or service in accordance with accompanying specifications. Specification For: 2018 Sewer Lining Project Submit Bids Before 10:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond, IN 47374 Bid Opening: Time: 10:00 a.m. Date: October 9, 2018 Location of Bid Opening: Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond, IN 47374 Bid Bond: 5% (See Section C.2) Performance Bond: 100% (See Section C.2) Labor & Materials Payment Bond: 100% (See Section C.2) Maintenance Bond: 100%, 12 Months (See Section C.2) Insurance/Workman's Compensation: YES (See Section B.1.4 & F.2.1) Common Constructions Wages: N/A (See Section B.1.5 & See attached) Bid Form Included: FORM 96 Schedule of Values: YES EXHIBIT'A' - Page 10 of 71 r STANDARD TERMS & CONDITIONS ARTICLE A INSTRUCTION TO BIDDERS A.1 DEFINITION: A: 1.1 City of Richmond A. L2 The City is in Wayne County, a political subdivision, of the State of Indiana. A.2 DEPARTMENTS: A. 2.1 The following are the departments that are under Richmond Code 41.02 (h) Central Purchasing: Park and Recreation, Police, Fire, Sanitary District (Liquid & Solid Waste), Clerk, Attorney, Controller, Purchasing, Planning, Engineering, and all other City Government units such as Street, Rose View Transit, and the Airport. A. 3 BIDDER AND CONTRACTOR: A. 3.1 A bidder is a person or entity who submits a bid.. A. 3.2 The contractor is the person or entity who enters into a contract with the City of Richmond to furnish goods or services. AA ESTIMATED QUANTITIES: A. 4.1 If the quantity set forth in the,Invitation to Bid and, Proposal is approximate and represents the estimated requirements of the City for a specified period of time, the unit price and the extended total price thereof shall be used only as a basis for the evaluation of bids. The actual quantity of materials necessary may be more .or less than the estimate, but the City shall neither be obligated nor limited to any specific amount. The city will, if at all possible, restrict increases to 20% of the estimated quantity and will, if at all possible, restrict decreases to 20% of the estimated quantity. A.5 ADDENDA: A. 5.1 An addendum is a written instrument issued by the City of Richmond prior to the date for receipt of bids which modify or interpret the bidding documents by addition, deletions, clarifications or corrections. A. 5.2 Addenda will be mailed or delivered to all who are known by the Purchasing Department to have received a complete set of bidding documents. A. 5.3 Copies of addenda will be made available for inspection in the Purchasing Department. A. 5.4 No addendum will be issued later than forty-eight( 48) hours prior to the date and time for receipt of bids except an addendum withdrawing the request for bids or one which includes postponement of the date of receipt of bids. A. 5.5 Each bidder shall ascertain prior to submitting his bid that he has received all addenda issued, and he shall acknowledge their receipt on the proposal of this bid. EXHIBIT'N -Page 11 of 71 STANDARD TERMS & CONDITIONS ARTICLE A INSTRUCTION TO BIDDERS A.1 DEFINITION: A: 1.1 City of Richmond A. L2 The City is in Wayne County, a political subdivision, of the State of Indiana. A.2 DEPARTMENTS: A. 2.1 The following are the departments that are under Richmond Code 41.02 (h) Central Purchasing: Park and Recreation, Police, Fire, Sanitary District (Liquid & Solid Waste), Clerk, Attorney, Controller, Purchasing, Planning, Engineering, and all other City Government units such as Street, Rose View Transit, and the Airport. A. 3 BIDDER AND CONTRACTOR: A. 3.1 A bidder is a person or entity who submits a bid.. A. 3.2 The contractor is the person or entity who enters into a contract with the City of Richmond to furnish goods or services. AA ESTIMATED QUANTITIES: A. 4.1 If the quantity set forth in the,Invitation to Bid and, Proposal is approximate and represents the estimated requirements of the City for a specified period of time, the unit price and the extended total price thereof shall be used only as a basis for the evaluation of bids. The actual quantity of materials necessary may be more .or less than the estimate, but the City shall neither be obligated nor limited to any specific amount. The city will, if at all possible, restrict increases to 20% of the estimated quantity and will, if at all possible, restrict decreases to 20% of the estimated quantity. A.5 ADDENDA: A. 5.1 An addendum is a written instrument issued by the City of Richmond prior to the date for receipt of bids which modify or interpret the bidding documents by addition, deletions, clarifications or corrections. A. 5.2 Addenda will be mailed or delivered to all who are known by the Purchasing Department to have received a complete set of bidding documents. A. 5.3 Copies of addenda will be made available for inspection in the Purchasing Department. A. 5.4 No addendum will be issued later than forty-eight( 48) hours prior to the date and time for receipt of bids except an addendum withdrawing the request for bids or one which includes postponement of the date of receipt of bids. A. 5.5 Each bidder shall ascertain prior to submitting his bid that he has received all addenda issued, and he shall acknowledge their receipt on the proposal of this bid. EXHIBIT'N -Page 11 of 71 B. 4 DATA PRIVACY B. 4.1 Contractor agrees to abide by all applicable local, state and federal laws and regulations concerning the handling and disclosure of private and confidential information concerning individuals and corporations as to inventions, patents, and patent rights. Then contractor agrees to hold the City of Richmond harmless from any claims resulting from the contractor's unlawful disclosure or use of private or confidential information. B. 4.2 All laws of the United States of America, the State of Indiana and City of Richmond are applicable to the products or services covered herein, are made a part there EXHIBIT'A' - Page 12 of 71 CA BIDDER'S REPRESENTATION C. . 4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding documents and his bid has been made in accordance therein. C. 4.2 Each bidderr for services further represents that the bidder has familiarized himself with the local conditions under which the work is to be done and has correlated his observations with the requirements ofthe'bidding documents. C. 4.3 Each bidder agrees that he will not discriminate: against any, employee or applicant for employment because of race, color, religious creed, ancestry, physical handicap, sex or political affiliation, and that he will take affirmative action to insure that applicants are :employed and that employees are treated during employment withoutregard to race, color, religious creed, physical handicap, ancestry, sex or political affiliation. C.4.4 Each bidder shall be responsible for complying with any applicable affirmative action laws. C.5 MODIFICATION OR WITHDRAWAL OF BID C. 5.1 A bid may _not be modified, withdrawn or canceled:bythe bidder following the time and date designated for receipt of bids and each bidder so agrees in submitting his bid. C. 5.2 Prior to the time and date designated for receipt of bids, .any'bid submitted may modified or withdrawn by notice to the Purchasing Director at the place designated for receipt of bids. C. 5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these instructions to bidders. C.6 DELIVERY OF GOODS C.6.1 All delivered goods are to be FOB Richmond, IN, unless otherwise stated in the bid. C.6.2 The City reserves the right to inspect and have any goods tested after delivery for compliance with the specifications. Notice of latent defects, which would make the.items unfit for the purposes for which they are required, may be given at any time within one (1) year after discovery of the defects. C.6.3 All items rejected must be removed immediately by the contractor at the expense and risk of the'contractor. If the contractor fails or refuses to remove the rejected items, they may be sold by the City and the proceeds used to cover all related expense incurred by the City. C.6.4_ In some cases, at the discretion ofthe City, inspection of the commodities or equipment will be made at the factory, plant, or other establishments where they are produced before shipment. C.6.5 The above provisions shall not be constructed in limitation of any rights the City may have under any laws including the Uniform Commercial Code. C.6.6 If applicable,. State written approval is required before the release ofany Bonds or payments will be made to contractor. EXHIBIT'A' - Page 13 of 71 D. 3.3 Unless otherwise indicated in the invitation for bids, the City reserves the right to award the contract in whole or in part, by item, by group of items or by section where such action serves the best interest of the City. D. 3.4 Bids submitted on an "all or none" basis or similar basis will be evaluated against the total of the low bids for the individual items. DA WARRANTIES, GUARANTEES AND MAINTENANCE D. 4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid must accompany vendor's bid. A copy of your company's warranties and /or guarantees for the items bidding also must accompany vendor's bid. D. 4.2 As a minimum requirement of the City, the vendor will also guarantee, in writing, that any defective components discovered within a one (1) year period following the date of equipment acceptance shall be replaced by the vendor at no cost to the City. D. 4.3 Replacement parts of defective components shall be shipped to the City of Richmond at no cost to the City. If defective parts are required to be returned to the vendor, the shipping costs shall be borne by the vendor. EXHIBIT'A' - Page 14 of 71 s ARTICLE F INSTRUCTIONS TO BIDDERS INDEMNIFICATION, INSURANCE, AND PROTECTION OF LIVES AND PROPERTY F.1 INDEMNIFICATION F. 1.1 The contractor shall indemnify and hold harmless the City of Richmond and its officers and employees from and against all claims, damages, losses, expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the contract, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than. goods, materials and equipment furnished under this contract) including the loss of use resulting there from, and (b) is caused in whole or in part by any negligent act or omission of the contractor, any subcontractor, or anyone directly employed by any of them or anyone for whole acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. F. 1.2 In any and all claims against the City or any of its officers or employees by any employee of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph G. 1 shall not be limited in any way by any limitation of the amount or type of damages, compensation or benefits payable by or for the contractor or any sub -contractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. F.2 WORKER'S COMPENSATION INSURANCE F. 2.1 For contracts involving performance of work pursuant to the provisions of Indiana Code IC 22- 3-2-14 (a) bidders are required to finish a certificate from.the Indiana Worker's Board showing that such bidder has complied with IC 22-3-2-5, 22-3-5-1 and IC 22-3-5-2. F.3 INSURANCE F. 3.1 The Contractor shall, as prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect him from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any Sub -contractors or by anyone who directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. EXHIBIT'A' - Page 15 of 71 ARTICLE G INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT G.1 PAYMENTS G. 1.1 The City is not subject to federal excise taxes. Federal Tax Exemption Registry Number is 35- 6001174. G. 1.2 The City is not subject to the Indiana sales and use taxes on the purchase of goods and other materials. Where the contract includes the combination of labor and material, the contractor shall pay the Indiana sales and use taxes on the materials only. G.2 METHOD OF INVOICING FOR PAYMENT G. 2.1 No contract will be official for services or materials unless a purchase order has been issued. G. 2.2 - Contractor shall bill the City: (a) on regular invoice form giving a complete and detailed description of the goods delivered, including purchase order number; and (b) if the contractor allows a cash discount, the period of time in which the City must make payment to qualify for discounts shall be computed from the date the City received the invoice (completely filled out), or the date the goods are delivered and accepted, whichever may be later, and shall be for not less than thirty (30) days and (c) if more than one shipment is made under the contract, the City will make partial payments on a basis that is agreeable to both parties. G. 2.3 Payments under this contract will be made in the manner provided by law for payments of claims against the City. G. 2.4 No payment will be made for production overruns in excess of the quantity ordered by the City (unless with prior written approval). G. 2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the requirements of the contract. G. 2.6 Schedule of values may be used in contractual work. City will so designate if applicable. (See Invitation for Bid Page) G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES G. 3.1 In the event delivery of completed item or items bid and/or unaccomplished contractual completion date is delayed beyond bidder's specified date, the City of Richmond will assess certain damages of /day. Certain damages will apply in all cases except the following_ In the event delivery and/or completion of contract shall be necessarily delayed because of strike, injunction, government controls, or by reason of any other cause of circumstances beyond the control of the contractor, the time of completion of delivery shall be extended by a number of days to be determined in each instance by mutual agreement between the City of Richmond and the contractor. Should there be damages. assessed, the City will have the right to deduct the damages from the payment to be made to contractor. EXHIBIT'A' - Page 16 of 71 Richmond Sanitary District 2018 Lining Project Bid Sheet 8/8/2018 Item.No. Description Qty Units Unit Price Qty Price 1 Mobilization/Demobilization I LS $ $ (Max 5% of $350,000 or Total Bid, whichever is less) 2 Protruding Tap Removal (Undistributed) 1 EA $ $ Area 1 3 Lateral/SewerReinstatement 8 EA $ $ 4 CIPP Lining - 39"x 26" Brick Sewer from MH#144-034 to MH#144-091 177 LF $ $ Area 2 5 Lateral/Sewer Reinstatement 2 EA $ $ 6 CIPP Lining - 24" RCP Sewer from MH# 182-092 to MH# 182-092A 20 LF $ $ 7 CIPP Lining - 24" Sewer from MH#182-092A to M149182-092B 135. LF $ $ 8 CIPP Lining - 24" RCP Sewer from MH#182-092B to MH#182-092C 165 LF $ $ 9 CIPP Lining - 24" RCP Sewer from MH#I82-092C to MH# 182-095 50 LF $ $ Area 3 10 Lateral/SewerReinstatement 69 EA $ $ 11 CIPP Lining - 8" VCP Sewer from MH# 166-011 to MH# 166-012 217 LF $ $ 12 CIPP Lining - 8" VCP Sewer from MH#166-012 to MH#166-013 260 LF $ $ 13 CIPP Lining - 8" VCP Sewer from MH#166-013 to MH#166-014 350 LF $ $ 14 CIPP Lining - 8" VCP Sewer from MH#166-014 to MH#166-015 235 LF $ $ 15 CIPP Lining - 8" VCP Sewer from MH4166-015 to MH#166-007 156 LF $ $ 16 CIPP Lining - 8" VCP Sewer from MH#166-088 to MH9166-010 339 LF $ $ 17 CIPP Lining - 8" VCP Sewer from MH# 166-010 to MH# 166-009 223 LF $ $ 18 CIPP Lining - 8" VCP Sewer from MH# 166-009 to MH#166-008 272 LF $ $ 19 CIPP Lining - 8" VCP Sewer from MH#166-008 to MH#166-007 268 LF $ $ 20 CIPP Lining - 8" VCP Sewer from, MH# 166-007 to MH# 166-060 55 LF $ $ 21 CIPP Lining - 8" VCP Sewer from MH#166-060 to MH# 166-066 331 LF $ $ 22 CIPP Lining - 8" VCP Sewer from MH#166-006 to MH#166-005 212 LF $ $ 23 CIPP Lining - 8" VCP Sewer from MH# 166-005 to MH# 166-051 36 LF $ $ 24 CIPP Lining - 8" VCP Sewer from MH#166.036 to MH#166-016 358 LF $ $ Area 4 25 Lateral/Sewer Reinstatement 6 EA $ $ 26 CIPP Lining -12" VCP Sewer from MH#140-033 to MH#140-019A 325 LF $ ' $ Area 5 27 Lateral/SewerReinstatement 15 EA $ $ 28 CIPP Lining - 8" VCP Sewer from MH# 141-043 to MH#160-029 348 LF $ $ 29 CIPP Lining -15" VCP Sewer from MH# 160-038 to MH#160-027 319 LF $ $ Area 6 30 Lateral/SewerReinstatement 14 EA $ $ 31 CIPP Lining - 8" VCP.Sewer from MH#202-022B to MH#202-022A 334 LF $ $ Contractor Name: Page 1 of 2 EXHIBIT'A' - Page 17 of 71 32 CIPP Lining - 8" VCP Server from M14#202-022A to MH#202-022 Area 7 33 Lateral/Sewer Reinstatement 34 CIPP Lining - 8" VCP Sewer from MH#201-009 to MH#201-010 Area 8 35 Lateral/Sewer Reinstatement 36 CIPP Lining - 8" VCP Sewer from MH# 178-044 to MH# 178-043 37 CIPP Lining - 8" VCP Sewer from MH#178-043 to MH#178-042 Area 9 38 Lateral/Setver Reinstatement 39 CIPP Lining - 8" VCP Sewer from MH#186-001 to MH#186-011 Area 10 40 Lateral/Sewer Reinstatement 41 CIPP Lining - 15" VCP Sewer from MH# 176-015 to MH# 176-018 42 CIPP Lining - 15" VCP Sewer from MH#176-018 to MH# 176-017 43 CIPP Lining -15" VCP Sewer from MH# 176-017 to MH# 176-016 Area 11 44 Lateral/Sewer Reinstatement 45 CIPP Lining - 8" VCP Sewer from MH#106-020 to MH# 106-019 46 CIPP Lining - 8" VCP Sewer from MH#125-001 to MH# 125-012 Area 12 47 Lateral/Sewer Reinstatement 48 CIPP Lining - 8" VCP Sewer from MH#169-011 to MH#169-012 49 CIPP Lining - 8" VCP Sewer from MH# 169-012 to MH# 169-023 Area 13 350 LF $ $ 4 EA $ $ 289 LF $ $ 16 EA $ $ 402 LF $ $ 400 LF $ $ 4 EA $ $ 333 LF $ $ 11 EA $ $ 281 LF $ $ 402 LF $ $ 276 LF $ $ 5 EA $ $ 141 LF $ $ 144 LF $ $ 3 EA $ $ 264 LF $ $ 183 LF $ $ 50 Lateral/SewerReinstatement 10 EA $ $ 51 CIPP Lining - 8" VCP Sewer from MH#130-011 to MH#130-012 203 LF $ $ 52 CIPP Lining - 8" VCP Sewer from MH#130-007 to MH#130-008 352 LF $ $ Total Price: $ I have received addendum number(s) and the prices in this bid reflect these changes/clarifications. Contractor Name Authorized Signature Date Contractor Name: Page 2 of 2 EXHIBIT'A' - Page 18 of 71 Richmond Sanitary District 2018 Lining Project Supplemental Electronic Video (CCTV & Pole Camera) Data Available 8/8/2018 BD) Item No. Description CCTV Date Areal 4 CIPP Lining - 39"x 26" Brick Sewer from MH4144-034 to MH#144-091 3/8/2018 Area 6 CIPP Lining - 24" RCP Sewer from MH#182-092 to MH#182-092A 7/1612018 c 7 CIPP Lining - 24" Sewer from MH#182-092A to MH#182-092B 7/30/2018 c 8 CIPP Lining -. 24" RCP Sewer from MH#182-092B to MH#182-092C 7/30/2018 9 CIPP Lining - 24" RCP Sewer from MH#182-092C to MH9182-095 7/30/2018 Area 11 CIPP Lining - 8" VCP Sewer from MH#166-01 I to MH#166-012 3/9/2018 12 CIPP Lining - 8" VCP Sewer from MH#166-012 to MH#166-013 3/9/2018 13 CIPP Lining -.8" VCP Sewer from MH#166-013 to M149166-014 3/9/2018 14 CIPP Lining - 8" VCP Sewer from MH9166-014 to MH#166-015 -- 15 CIPP Lining - 8" VCP Sewer from MH#166-015 to MH#166-007 -- _ 16 CIPP Lining - 8" VCP Sewer from MH#166-088 to MH#166-010 — 17 CIPP Lining- 8" VCP Sewer from MH#166-010 to MH#166-009 — 18 CIPP Lining - 8" VCP Sewer from MH#166-009 to MH#166-008 •-- 19 CIPP Lining - 8" VCP Sewer from MH#166-008 to MH#166-007 --- 20 CIPP Lining - 8" VCP Sewer from MH#166-007 to MH#166-060 -- 21 CIPP Lining.- 8" VCP Sewer from MH#166-060 to MH#166-006 3/9/2018 22 CIPP Lining - 8" VCP Sewer from MH#166-006 to MH#166-005 - 3/9/2018 23 CIPP Lining - 8" VCP Sewer from MH#166-005 to MH#166-051 -- 24 CIPP Lining - 8" VCP Sewer from MH#166-036 to M1-14166-016 -- Area4 26 CIPP Lining - 12" VCP Sewer from MH#140-033 to MH#140-019A -- Area5 28 . CIPP Lining - 8" VCP Sewer from MH#141-043 to MH#160-029 -- 29 CIPP Lining - 15" VCP Sewer from MH#160-038 to MH#160-027 — Area6 31 CIPP Lining - 8" VCP Sewer from MH#202-022B to MH#202-022A --- 32 CIPP Lining - 8" VCP Sewer from MH#202-022A to MH#202-022 -- Area7 34 CIPP Lining - 8" VCP Sewer from MH#201-009 to MH#201-010 -- Area8 36 CIPP Lining - 8" VCP Sewer from MH#178-044 to MH#178-043 3/8/2018 37 - CIPP Lining - 8" VCP Sewer from MH#178-043 to MH#178-042 1/26/2018 Area 39 CIPP Lining - 8" VCP Sewer from MH#186-001 to MH#186-01 I 4/11/2018 Area 10 41 CIPP Lining - 15" VCP Sewer from MH#176-015 to MH#176-018 2/20/2018 42 CIPP Living - 15" VCP Sewer from MI-I#176-018 to MH#176-017 2/15/2018 43 CIPP Lying - 15" VCP Sewer from MH#176-017 to MH#176-016 2/15/2018 Area Il 45 CIPP Lining- 8" VCP Sewer from MH#106-020 to MH#106-019 2/9/2018 46 CIPP Lining - 8" VCP Sewer from MH#125-001 to MH#125-012 2-12-208 Area 12 48 CIPP Lining - 8" VCP Sewer from MH#169-011 to MH#169-012 2/26/2018 49 CIPP Lining - 8" VCP Sewer from MH#169-012 to MH#169-023 5/22/2018 Area 13 51 CIPP Lining - 8" VCP Sewer from NM130-011 to MH#130-012 — 52 CIPP Lining - 8" VCP Sewer from MH#130-007 to MH#130-008 2/20/2018 Notes A Pole Camera Video available looking Downstream and Upstream See files. B Pole Camera date shown incorrectly on files. The actual field work occurred during Summer 2018. C CCTV prior to pipe repay Pole Camera DateA B Summer 2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018, Summer2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018 Summer 2018. Summer 2018 EXHIBIT'N - Page 19 of 71 Page l of BID SPECIFICATIONS AND SPECIAL PROVISIONS RICHMOND SANITARY DISTRICT Prepared by: City of Richmond, Indiana Richmond Sanitary District 2380 Liberty Ave Richmond, IN 47374 (765) 983-7450 2018 Sewer Lining Project RICHMOND, IN DATE 8/8/2018 S T Iz- No STATE OF . h.Arlol— EXHIBIT'A'- Page 20 of 71 11000 -- GENERAL REQUIREMENTS H000.00 INTENT AND BASIS OF AWARD 11000.01 DEFINITIONS H000.02 INTERPRETATION OF DRAWINGS AND SPECIFICATIONS H000.03 PERMITS H000.04 OBLIGATIONS OF CONTRACTOR, IN GENERAL H000.05 PROTECTION OF EXISTING SEWERS, PIPES AND DRAINS, AND CONDUITS 11000.06 PROTECTION OF EXISTING STRUCTURES H000.07 PROTECTION OF ADJACENT TRAIL AND PARK AREAS, PUBLIC AND PRIVATE, PROPERTY H000.08 PROTECTION AND STORAGE OF MATERIALS AND EQUIPMENT H000.09 SAFETY REQUIREMENTS H000.10 AID TO THE INJURED H000.1 I SANITARY MEASURES H000.12 INTOXICATING LIQUORS H000.13 ACCESS TO WORK H000.14 CLEANING UP 11000.15 RIGHT-OF-WAY AND EASEMENTS H000.16 QUALITY OF MATERIALS H000.17 QUALITY OF WORKMANSHIP H000.18 DEFECTIVE MATERIALS OF WORK 1-1000.19 PRECONSTRUCTION AND PROGRESS MEETINGS H000.20 WORK SCHEDULE NOTIFICATION H000.21 CHANGES IN THE PROJECT H000.22 CHANGE IN WORK 11000.23. UTILITY INFORMATION AND COORDINATION H000.24 PAYMENT FOR AUTHORIZED EXTRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK H000.25 THIRD PARTY CLAIMS FOR LABOR, MATERIALS AND DAMAGE 1-1000.26 MATERIAL 1-1000.27 CONTINUING THE WORK. H000.28 UNFORESEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDITIONS (MODIFIED INDOT VERSION) H000.29 ELECTRONIC DOCUMENTS H000.30 MOBILIZATION/DEMOBILIZATION (if itemized on bid sheet) EXHIBIT'A' - Page 21 of 71 11100 -- SPECIAL REQUIREMENTS 1­1100.01 DESCRIPTION OF WORK H100.02 SPECIAL CONTRACT CONDITIONS H100.03 EXISTING FACILITIES ACCESS H100.04 CONSTRUCTION WATER H100.05 CONSTRUCTION POWER H100.06 UTILITY NOTIFICATION H100.07 CONSTRUCTION SEQUENCE H100.08 PROJECT PROGRESS MEETING H100.09 OVERRUN OF CONTRACT QUANTITIES H100.10 SUBSIDIARY WORK H100.11 PRE -BID CONFERENCE H100.12 CONSTRUCTION LAYOUT H100.13 AS -BUILT DRAWINGS H100.14 TIME OF COMPLETION AND LIQUIDATED DAMAGES 1­1100.15 ITEMS TO BE SUBMITTED WITH BID H100.16 PRE -CONSTRUCTION AUDIO -VIDEO SURVEY H100.17 CONTROL OF GROUNDWATER AND SURFACE WATER H100.18 SANITARY SEWER BY-PASS PUMPING H100.19 SHOP DRAWING SUBMITTALS H100.20 MAINTENANCE OF TRAFFIC H2O0 - BYPASS PUMPING / SEWAGE FLOW CONTROL H2O0.01 INTENT H2O0.02 SCOPE OF WORK H2O0.03 PROTECTION OF PUBLIC AND PRIVATE PROPERTY H2O0.04 EXECUTION H2O0.05 WET WEATHER EVENTS H2O0.06 MEASUREMENT AND PAYMENT H300 - CCTV INSPECTIONS H300.01 INTENT H300.02 SCOPE OF WORK H300.03 CCTV EQUIPMENT H300.04 CCTV EXECUTION H300.05 DOCUMENTATION H300.06 MEASUREMENT AND PAYMENT H1200 - CURED -IN -PLACE PIPE (CIPP) REHABILITATION H1200.01 INTENT H1200.02 GENERAL H1200.03 PRODUCTS EXHIBIT'A' - Page 22 of 71 H1200.04 EXECUTION . H1200.05 MEASUREMENT AND PAYMENT H1200.06 WARRANTY H1300 - SEWER CLEANING H1300.01 INTENT H1300.02 SCOPE OF WORK H1300.03 SAFETY 1-11300.04 EXECUTION A. CLEANING EQUIPMENT B. ACCESS C. BYPASS PUMPING D. BLOCKAGES PREVENTING CLEANING E. DEBRIS REMOVAL AND DISPOSAL F. TREE REMOVAL AND LAND DISTURBANCE WITHIN EXISTING EASEMENT G. MAJOR PROBLEMS AND EMERGENCY SITUATIONS H: CLEANING PRECAUTIONS I. WATER H1300.05 ACCEPTANCE H1300.06 MEASUREMENT AND PAYMENT EXHIBIT N - Page 23 of 71 SECTION 11000 GENERAL REQUIREMENTS 11000.00 INTENT AND BASIS OF AWARD 1. Intent It is the intent of this project is to award and CIPP line as many sewer segments contained within these documents as possible for the budget available ($350,000) for the work. 2. Basis of Award If one or more bids are received that total less than $350,000, this project will be awarded to the contractor who is the lowest, most responsive and responsible bidder. If no awardable bids are received from a contractor that total less than $350,000, the award will be made to the Contractor who can complete the most amount of sewer lining (starting in Area 1 and moving down the bid sheet pipe segment by pipe segment) for an amount not to exceed $350,000. 11000.01 DEFINITIONS A. Owner Wherever the term "Owner" is used herein it shall refer to and designate the CITY of RICHMOND, INDIANA B. Engineer Wherever the term "Engineer" is used herein it shall refer to and designate the Richmond Sanitary District's Engineering Department. C. Resident Representative Wherever the term "Resident Representative" is used herein, it shall refer to and designate the Resident Engineer or resident inspector duly and directly authorized by the Owner to perform engineering and inspection services in connection with and construction contemplated herein. D. Bidder Wherever the term "Bidder" is used herein, it shall refer to and designate the person, partnership, joint venture or corporation submitting a proposal for the EXHIBIT'A' - Page 24 of 71 work contemplated, acting directly or through a duly authorized representative. E. Contractor Wherever the term "Contractor" is used herein, it shall refer to and designate the person, firm, partnership, joint venture, or corporation to whom the within Contract is awarded by the Owner, and who is subject to the terms thereof. F. Sub -Contractor Wherever the term "Sub -Contractor" is used herein, it shall refer to and designate a contractor person, firm, partnership, joint venture, or corporation, other than the Contractor, supplying labor and materials, or labor, for the work at the site of the Project. G. Drawings Wherever the term "Drawings" is used herein, it shall refer to and designate the drawings, prepared on behalf of the Owner and the plans, profiles, typical sections, standard and special detail drawings, or reproductions thereof, which show the location, character, dimensions and details of the work. H. Specifications Wherever the term "Specifications" is used herein, it shall refer to and designate all written matter relative to work required to be done, the materials and equipment to be .furnished and/or installed, .the method of measurement of the quantity of the work done, and the method of payment for the work performed which is contained in the Contract. I. Projects Wherever the term "Projects" is used herein, it shall refer to and designate all work to be performed by the Contractor pursuant to the Contract. J. Materials Wherever the term "Materials" is used herein, it shall refer to and designate all raw and prepared Materials and manufactured and fabricated products entering into or held for use in the Project. 11000.02 INTERPRETATION OF DRAWINGS AND SPECIFICATIONS All work and Materials mentioned in the Specifications are not shown on the Drawings, and all work and Materials shown on the Drawings and not mentioned EXHIBIT'N - Page 25 of 71 in the Specifications, and all work and Materials necessary for the completion of the Project according to the true intent and meaning of the Drawings, Specifications, and other contract documents shall be furnished, performed and done, as if the same were both mentioned in the Specifications and shown on the Drawings. Should anything be omitted from the Drawings or Specifications which is necessary to a clear understanding of the Project or should any error appear either in any of the various documents furnished or work done by others with respect to the Contractor shall promptly notify the Engineer of such omission or error and, in the event of his failure to do so, shall make good any damage to or defect in the work caused thereby. In case of discrepancies not otherwise resolved, figured dimensions shall govern over scaled dimensions; general Drawings; and Special Provisions shall govern over all other Contract documents. 11000.03 PERMITS CONTRACTOR shall obtain all permits required by local, State and/or Federal law. Specific mention in these Specifications of any permit(s) does not exclude or excuse CONTRACTOR from obtaining any and all other permit(s) that may be required by Law and/or Regulation. There will be no charge for City of Richmond permits, if required. 11000.04 OBLIGATIONS OF CONTRACTOR, IN GENERAL The Contractor shall furnish all Materials and labor and all scaffolding, tools, machinery, equipment, appliances, supplies, transportation, and other things and services of every kind necessary to perform and complete the Project. The Contractor shall be exclusively responsible for supervision of the Project, all aspects of safety at the Project site and the performance of work under the Contract. 11000.05 PROTECTION OF EXISTING SEWERS, PIPES AND DRAINS, AND CONDUITS The Contractor, without extra charge, shall do everything necessary to protect, support and sustain all sewers, gas or water mains, service pipes, electric power and telephone poles or conduits encountered in the course of the work, regardless of by whom owned. Overhead wires or cables shall be protected from damage by the operation of the Contractor's equipment. EXHIBIT'A' - Page 26 of 71 The CONTRACTOR shall assume all risk and liability for any inconvenience, delay, or expense that may be occasioned him by public utilities or other public or private property within the limits of the proposed improvements, whether or not such property is shown on the plans and shall not do work which might injure or damage such property until arrangements satisfactory to the property owner have been made for its protection. Nothing in the preceding paragraphs shall be constructed to relieve the Contractor from responsibility for any damage done to any water, gas or other utility line or for any interruption of any utility service due to his own negligence. If any such damage or interruption occurs, the Contractor shall take such emergency actions as may be appropriate and promptly notify the owner of the service involved as to what has occurred. H000.06 PROTECTION OF EXISTING STRUCTURES The Contractor, without extra charge, shall shore up and protect buildings, bridges, pavements, and other public or private structures which may be endangered in the prosecution of the Project and shall repair and make good any damages caused to any such property by reason of his negligence. H000.07 PROTECTION OF ADJACENT TRAIL AND PARK AREAS, PUBLIC AND PRIVATE PROPERTY CONTRACTOR shall be responsible for the protection from injury or damage of all public and private property adjacent to the Work, resulting directly to or indirectly from the execution or non -execution of the Work. Should damage to public and/or private property occur, CONTRACTOR shall restore or compensate the injured party in a manner acceptable to OWNER. 11000.08 PROTECTION AND STORAGE OF MATERIALS AND EQUIPMENT Materials, tools and equipment required for the Project may be tools and equipment shall be stored neatly and compactly and in such a manner as to cause the least inconvenience and hazard to the adjacent property owners and to traffic. If the Contractor desires additional space for the storage of Materials and equipment, he shall obtain such space his own expense, and the Owner shall not be responsible for any damage to such space. H000.09 SAFETY REQUIREMENTS Any construction under the Contract shall be performed in accordance with the "Specific Safety Requirements of the Industrial Commission of Indiana Relating EXHIBIT'A' - Page 27 of 71 to Construction" published by the Indiana Occupational Safety and Health Administration. The Contractor and all subcontractors and material men for and part of the Contract work shall not require laborers or mechanics employed in the performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous to their health or safety. The Contractor and subcontractor shall comply with the Occupational Safety and Health Act of 1970 during the conduct performance on and in connection with this Project. Said compliance shall include observance with the Safety and Health Regulations for Construction as issued by the Secretary of Labor and as set forth in Title XXIX, Code of Federal Regulations, Chapter XVII, Part 1926 as they are now in existence and as may be here in after amended. Whenever any public road or street is wholly or partly closed or obstructed, or a hazard is created therein, and wherever any condition existing during the performance of the Project creates a hazard to the safety of persons or property, public or private, The Contractor, without extra charge, shall provide, to the full extent reasonably required to warn and protect against the hazard, suitable markers, reflectors, traffic controls, flagmen, or other safeguards, or a suitable and effective combination of some or all of such safeguards. Whenever any traffic controls or traffic control devices are used, they shall conform to the requirements of the current edition of the "Indiana State Highway Commission Safety Manual". The Contractor shall assume responsibility for all accidents with respect to the Project and shall indemnify and protect the Owner, the Engineer and the Resident Representative from all claims, suits, liabilities and cost arising out of any injury to the person or property of another resulting from negligence in the performance of the Project. 11000.10 AID TO THE INJURED The Contractor shall keep, ready for immediate use, all articles necessary for giving first aid to the injured. He shall also have standing arrangements for the immediate removal and hospital treatment of anyone who may be injured on the Project. 11000.11 SANITARY MEASURES The Contractor, without extra change, shall maintain adequate sanitary conveniences for the use of all persons connected within the Project. All such conveniences shall at all times be satisfactory to the local health authorities.. All persons connected with the Project shall be obliged to use them. Any employee EXHIBIT'A' - Page 28 of 71 of the Contractor or any Sub -contractor found violating this provision shall be discharged and not again employed without the written consent of the Owner. 11000.12 INTOXICATING LIQUORS The Contractor shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the site of the Project. 11000.13 ACCESS TO WORK The Contractor shall provide the Owner, the Engineer, the Resident Representative, and representatives of interested local, state or federal agencies with access to, and proper facilities for the inspection of, the Project during construction. H000.14 CLEANING UP As the work progresses, the Contractor, without extra charge, shall; tear down and remove all temporary structures built by him; remove all construction equipment and surplus materials; repair and replace all parts existing embankments, fences or other structures which were removed or damaged by his operation; restore and clean all channels, drains, manholes, and miscellaneous appurtenant structures; remove all rubbish; and put the site generally in a neat and orderly condition. 11000.15 RIGHT-OF-WAY AND EASEMENTS All sewers are located within existing rights -of -way or easements. See Drawing Appendix for additional information on Easement locations. CONTRACTOR shall be solely responsible for securing additional appropriate Rights -of -Entry from each and every private property owner whose property it desires to cross to access easement areas. CONTRACTOR shall not enter private property outside right-of-way and/or easement limits for any purpose in connection with the Work without obtaining the written permission of the property owner. Work covered by these Specifications shall include furnishing of all equipment, labor, and material to adequately achieve access to work areas off road. OWNER will assist CONTRACTOR in its endeavors to achieve access to all areas of the Work. All costs associated with obtaining adequate access to work sites for equipment and personnel are considered incidental to the Work, and the costs thereof shall be included in the appropriate contract items as contained in the Contract Documents. EXHIBIT'A' - Page 29 of 71 11000.16 QUALITY OF MATERIALS All Materials shall be the best of their respective kinds. The Contractor shall give the Owner advance data as to the kind and quality of Materials to be used. The Owner may require any Materials to be tested by means of samples or otherwise. When required, the testing of Materials shall be done by an independent testing laboratory in accordance with standards of the American Society for Testing and Materials or as stipulated in the Specifications. Such testing and the transportation of samples shall be paid for by the Owner, but the Contractor, without extra charge, shall furnish the samples and prepare and box them for shipment to the laboratory. The Contractor shall not incorporate in the Project any Materials for which tests are required until the tests have been made and the Materials found acceptable and in accordance with the Specifications. Rejected materials shall be removed from the site immediately and shall not be incorporated in the Project. 11000.17 QUALITY OF WORKMANSHIP All employees shall be skilled and experienced in the techniques of the trade in which they are working. The completed work shall reflect workmanship commensurate with the foregoing requirements. 11000.18 DEFECTIVE MATERIALS OF WORK Should any Materials or work be discovered which do not comply with the contract documents, then, regardless of whether such Materials or work previously have been inspected or approved, such Materials or work shall be removed, replaced, repaired or otherwise remedied at the Contractor's expense. Should defective Materials or work be suspected and the Owner so require, the Contractor shall uncover, take down, or make openings in the finished work at such points as the Owner designates for the purpose of allowing and examination of such Materials or work. Should Materials or work thus exposed and examined prove satisfactory, the uncovering, taking down or making of openings, replacing of the covering and making good of parts removed shall be paid for by the Owner; but should the Materials or work examined prove unsatisfactory, the uncovering, taking down or making of openings, replacing and making good shall be at the Contractor's expense. The inspection or approval of Materials or work shall not relieve the Contractor from any of his obligations to fulfill the Contract as herein prescribed. 11000.19 PRECONSTRUCTION AND PROGRESS MEETINGS Prior to beginning the Work, CONTRACTOR shall attend a pre -construction conference conducted by OWNER. The purpose of the pre -construction EXHIBIT 'A' - Page 30 of 71 conference includes, but is not limited to, establishing construction schedules, coordination with utilities and affected property owners, coordination with OWNER and other City agencies, reviewing schedule of values, establishing submittal requirements and submittal procedures, and generally providing for the coordinated start-up and prosecution of the Work. CONTRACTOR shall attend scheduled monthly progress meeting with OWNER at locations that will be designated by OWNER. CONTRACTOR shall provide an updated progress report and schedule to OWNER at monthly progress meetings. H000.20 WORK SCHEDULE NOTIFICATION CONTRACTOR shall provide a listing of the next work day's activities by 12:00 noon of the previous day for OWNER'S scheduling and inspection purposes. All work scheduled for Monday shall be provided on Friday of the preceding week. 11000.21 CHANGES IN THE PROJECT If the .Owner desires to make any changes in the line, grade, dimensions, Materials, plan or any other aspect of the Project it may do so provided only that such changes, in the aggregate, do not change the total Contract price by more than twenty (20) percent. Adjustment of the Contract price for such changes shall be made under Paragraph H000.24 of these General Conditions. No change in the Project which diminishes the quality of work to be performed under the Contract shall entitle the Contractor to claim any damages, whether for anticipated profits or otherwise. 11000.22 CHANGE IN WORK 1. AUTHORIZED CHANGES IN THE WORK A. Without invalidating, the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved. which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefore as provided in Paragraph 1-1000.21.5. EXHIBIT'A' - Page 31 of 71 2. UNAUTHORIZED CHANGES IN THE WORK A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented by a work change directive or by a change order. 3. EXECUTION OF CHANGE ORDERS A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (a) ordered by Owner pursuant to Paragraph 1-1000.21. LA (b) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 1-1000.21.5; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule 4. NOTIFICATIONS TO SURETY A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety, the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 5. CLAIMS A. Engineer's Decision Required: All Claims, except those waived pursuant to making and acceptance of final payment, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of EXHIBIT'N - Page 32 of 71 any rights or remedies either may otherwise have under the.contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price or Contract Time shall be prepared in accordance with the requirements of the Owner. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if. any, take one of the following actions in writing: 1. deny the Claim in whole or in part, 2. approve the Claim, or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 1-10000.21.5 or denial pursuant to Paragraphs H000.21.5.C.3 or H000.21.5.1) will be final and binding upon Owner and Contractor. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in Accordance with Paragraph H000.21. H000.23 UTILITY INFORMATION AND COORDINATION EXHIBIT'A' - Page 33 of 71 CONTRACTOR shall be responsible for providing all temporary utility facilities necessary to support the Work. H000.24 PAYMENT FOR AUTHORIZED EXTRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK Extra work shall be paid for, and reductions in payment for deleted work shall be made, at the unit prices set forth in the proposal, to the extent applicable, or if no unit prices are applicable and agreement cannot be reached, then the amount shall be determined as follows: A. If the work is performed by the Contractor: 1. Actual cost of Materials used. Plus 2. Payroll cost of direct labor, including a prorated share of the payroll cost of foreman who perform duties in addition to those related to the work involved. Plus 3. Twenty (20) percent of Al and A2, above to cover direct and indirect overhead, use of small tools and profits. Plus 4. Equipment rental as defined below. B. If the work is performed by a Sub -contractor: 1. The Sub -contractor's price shall not exceed the sum of item A1, A2 ,A3, and A4, above, Plus 2. Ten (10) percent of A, above, to cover the Contractor's direct and indirect overhead and profits. Rental of equipment shall include all operating expenses and shall not exceed the rentals listed in the latest edition of the Associated Equipment Distributors' Rental Schedule. The Engineer will certify to the Owner for payment all duly authorized extra work which has been performed by the Contractor in accordance with the terms of the Contract and any supplementary agreements which may apply. Daily records shall be kept by the Contractor for all Materials, labor and equipment used on authorized "cost plus" extra work; these records shall be presented to the Resident Representative for checking purposes before noon of the day following that on which the Materials, labor and equipment were used. H000.25 THIRD PARTY CLAIMS FOR LABOR, MATERIALS AND DAMAGE EXHIBIT'A' - Page 34 of 71 The Contractor shall, from time to time, as required by the Owner, furnish the Owner with satisfactory evidence that all persons who have done work.or furnished Materials under the Contract or have suffered damage on account of the Contractor's operations have been fully paid or secured. The Owner does not hereby assume any of their claims out of funds due or that may become due to the Contractor or out of its own funds. 11000.26 MATERIAL All materialssupplied shall be new and unused. 11000.27 ICONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as Owner and Contractor may otherwise agree in writing. 11000.28 UNFORESEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDITIONS (MODIFIED INDOT VERSION) (NA) H000.29 ELECTRONIC DOCUMENTS Electronic copies of Bid Plans and Specifications may be provided upon request for Contractor's reference only. Bids shall be submitted based on hard copies'of plans, specifications and addenda provided by the City of Richmond in order to avoid errors and/or omissions due to printing, etc. H000.30 MOBILIZATION/DEMOBILIZATION (IF ITEMIZED ON BID SHEET) Mobilization/Demobilization shall consist of all work necessary for the movement of personnel and equipment to and from the project sites and for the establishment and removal of all facilities necessary to the performance of the Work. Each Area identified in the drawings will have an independent Mobilization/Demobilization to be paid for that area. In the case that only a portion of the pipe segments within an area are awarded to be lined, the entire mobilization/demobilization cost will be paid for that Area. In the case that no pipe segments within an area are awarded to be lined, no mobilization/demobilization cost will be paid for that Area. EXHIBIT'A' - Page 35 of 71 SECTION H100 SPECIAL REQUIREMENTS H100.01 DESCRIPTION OF WORK The work is located in multiple areas in the Richmond Sanitary District and consists of CIPP sewer rehabilitation. 11100.02 SPECIAL CONTRACT CONDITIONS Not used on this project. H100.03 EXISTING FACILITIES ACCESS 1. The Contractor shall be responsible for maintaining access to existing businesses during the construction period. If access is temporarily disrupted, the Contractor shall be responsible for providing ingress egress from properties. 2. It is the responsible of the Contractor to notify property owners of any disruption if any normal use of property by its owner. 3. Contractor will maintain traffic at all times unless noted. H100.04 CONSTRUCTION WATER Construction water will be responsibility of the Contractor at no cost to the Owner. H100.05 CONSTRUCTION POWER The Contractor shall be in responsible for his electrical power requirements during construction. H100.06 UTILITY NOTIFICATION The Contractor shall notify all utilities prior to any excavation H100.07 CONSTRUCTION SEQUENCE A. The Contractor shall schedule his work with the Owner when his operation may affect the operation of city emergency vehicles and traffic. B. Prior to commencing the work, the contractor shall provide the engineer a detailed schedule of the proposed work. The schedule shall include a list of tasks EXHIBIT'A' - Page 36 of 71 required to complete the work; their relevancy to each other, expected duration and completion dates. H100.08 PROJECT PROGRESS MEETING It shall be the responsibility of the Contractor to have a representative present at each meeting. The meeting shall be held at least once a month or as called by the Engineer for construction problem solving or changes in scope. 11100.09 OVERRUN OF CONTRACT QUANTITIES Any items of the, Contract, which exceeds (5%) five percent of the proposal quantities, will not be authorized for payment without prior written approval of the Engineer. 11100.10 SUBSIDIARY WORK Any minor work not itemized will be considered subsidiary.to the project. No separate payment will be made for this work H100.11 PRE -BID CONFERENCE All bidding Contractors may attend a pre -bid conference as advertised. 11100.12 CONSTRUCTION LAYOUT Construction layout and staking, as required, will be completed by the contractor. It will be the responsibility of the contractor to maintain this staking throughout the project. 11100.13 AS -BUILT DRAWINGS As -Built drawings are required to be completed by the contractor as partof this project and are to be submitted to the Richmond Sanitary District before the retainage is paid. H100.14 TIME OF COMPLETION AND LIQUIDATED DAMAGES If awarded a contract, the Contractor agrees to substantially complete all lining work within 225 consecutive calendar days from the effective date of the Notice to Proceed and fully complete all other work ready for final inspection, acceptance and close-out within 30 additional days from the date of the substantial completion. Priority Areas are Areas 1, 2 and 3. EXHIBIT'A' - Page 37 of 71 MorRIM NO a H100.15 ITEMS TO BE SUBMITTED WITH BID See the front end documents, request, for quote cover sheet and/or advertisement information for the appropriate items to be submitted with the bid. H100.16 PRE -CONSTRUCTION AUDIO -VIDEO SURVEY Prior to construction, the Contractor shall digitally record the construction area in order to document the condition of the area. The product shall be a high quality digital audio and video DVD. The video shall present bright, sharp, clear pictures with accurate colors. The audio portion shall have proper volume, clarity and be free of distortion. The audio commentary shall contain precise and concise explanatory notes. The recordings shall include coverage of all surface features located within the construction limits and other adjacent buildings, streets, driveways, ditches, trees, shrubs, and other structures, including utility infrastructure. The recordings shall be delivered to the Engineer prior to the start of construction and before the placement of any construction materials or equipment on the proposed construction site. Recordings that do not conform to the specifications may be rejected with re -taping to be done by the Contractor at no additional cost to the Owner. The DVD's shall be delivered in storage cases. Each DVD shall be properly labeled and indexed. An index shall be provided to describe the contents of each DVD, including stationing, etc describing the location of each recording. H100.17 CONTROL OF GROUNDWATER AND SURFACE WATER The control of groundwater and surface water shall be the responsibility of the Contractor. No extra payment shall be made for this work. The Contractor shall be responsible for any temporary or permanent damage or perceived damage, including loss of water or damage of water well equipment, as a result of their dewatering. H100.18 SANITARY SEWER BY-PASS PUMPING The Contractor shall employ bypass pumps as required to keep all sewers in operation during construction as well as protect the environment from spills. The cost of this pumping shall be considered incidental unless a detailed line item in the EXHIBIT'A' - Page 38 of 71 bid sheet is provided. A by-pass pumping plan and/or flow control plan will be required to be submitted and approved by the Engineer prior to installation when by-pass pumping is required. H100.19 SHOP DRAWING SUBMITTALS All materials used shall have a shop drawing submitted for review by the Engineer. These submittals shall include manufacturer information Highlighting that the material complies with the specifications and drawings. No material shall be ordered or installed before this review has taken place. .The submittals shall be submitted electronically via email. H100.20 MAINTENANCE OF TRAFFIC Streets or any portion of a street, including parking, may not be closed without written approval by the Engineer, the Richmond Police Department and the City of Richmond Board of Public Works and Safety where applicable. A detailed traffic control plan must be submitted by the Contractor and reviewed by the. Engineer before any closure or partial closure can occur. If the Contractor gets approval to close streets or roads to through traffic for minimum periods of time he must provide proper notice to local occupants of all premises,.. police and fire protection authorities and other public authorities as applicable. The Contractor shall so schedule this work that this time is minimum and.shall, whenever possible, make suitable provisions for access by local. residents, school buses, police and fire emergency vehicles and mail delivery vehicles. The Contractor shall keep fire hydrants and other public utility valves accessible at all times. At street or road crossings where the Contractor is permitted to open cut the trench, the crossing shall be completed, cleaned up, temporary pavement in place, and open to traffic within twenty-four (24) hours from the time the street or road is closed to through traffic, unless specific approval is received fromthe authority having jurisdiction, for. a longer period. When it is required that a street or road: be closed to traffic, the Contractor shall furnish, erect and maintain barricades, suitable and sufficient lights and other lights or reflecting material at the limits of the Project. Where side streets intersect and at other points of public access to the project, the Contractor shall furnish, erect and maintain advance warning signs and barricades to direct traffic from closed sections. The Contractor shall furnish, erect and maintain detour marking signs on temporary routes, except where same may be furnished by the State or County Highway Departments. EXHIBIT'A' - Page 39 of 71 Throughout construction, the Contractor shall furnish, erect and maintain such lights, signs and barricades as may be required for the protection of any local traffic permitted on the roadway. Where the improvement is to be accomplished with traffic maintained, the Contractor shall furnish, erect and maintain lights, signs, barricades, temporary guard rails and other traffic control devices, watchmen and flagmen as may be necessary to maintain safe traffic conditions. Whenever it is necessary to divert traffic from its normal channel into another channel, such diversion shall be clearly marked by cones, drums, barricades or temporary guardrail. If the markers are left in place at night, suitable lights shall be maintained. All lights, signs, barricades, flagmen, etc. used for proper traffic control shall be reflective and in accordance with the latest requirements of the State of Indiana Department of Transportation, OSHA and the manual on uniform traffic control devices (MUTCD). EXHIBIT'A' - Page 40 of 71 SECTION H2O0 BYPASS PUMPING / SEWAGE FLOW CONTROL H2O0.01 INTENT It is the intent of this Specification to provide the minimum requirements for bypass pumping/sewage flow control necessary to facilitate sewer line inspection and/or sewer line rehabilitation activities. H200.02 SCOPE OF WORK CONTRACTOR shall provide all labor, equipment, supervisor and materials necessary to reduce/control flows via sewage flow control mechanisms or eliminate flows via bypass pumping through as section or sections of pipe designated for rehabilitation. CONTRACTOR shall be responsible for controlling and maintaining all sanitary and storm flows within the sewer system during the Work. CONTRACTOR may drain flows by pipes, chases, fluming, bypass pumping, or other appropriate methods approved by OWNER. Plugging of any sewer line shall not be permitted without bypassing. H2O0.03 PROTECTION OF PUBLIC AND PRIVATE PROPERTY Precautions shall be taken to ensure that flow control and dewatering operations shall not cause flooding or damage to public or private properties. In the event flooding or damage occurs, CONTRACTOR shall make provisions to correct such damage at no additional cost to OWNER. CONTRACTOR shall be responsible for any damages to public or private property, overflows from the sewer system and violations resulting in fines as a result of the dewatering/bypass/cleaning operations. H2O0.04 EXECUTION When required by the Contract Documents or when required by the manufacturer of the sewer line rehabilitation product in order to facilitate the installation of a sewer line rehabilitation product, CONTRACTOR shall provide all labor, equipment and materials necessary for the transfer of flow around the section or sections of pipe designated. The bypass shall be made by diversion of the flow from an existing upstream location, around the section(s) to be taken from service for inspection or rehabilitation, to an existing downstream location. The bypass system shall be of adequate capacity to handle all flows including wet weather related flows. If bypass pumping is utilized by CONTRACTOR to control flows, CONTRACTOR shall be responsible for monitoring the bypass pumping operation at all times until Work is complete. The location of pump(s), force main, discharge point, pumping rates, etc., shall be approved by OWNER. EXHIBIT'A' - Page 42 of 71 CONTRACTOR shall prepare a detailed Flow Control Plan that described the measures to be used to control flows. CONTRACTOR shall submit the Plan to and obtain approval of the Plan from OWNER prior to beginning any flow control work. CONTRACTOR's Plan shall include, but not necessarily be limited to the following: o Location of flow diversion structures, collapsible sewer plugs, dams, pumps and related materials and equipment. o Key operational control factors, (i.e. maximum flow elevations upstream of dams). o Pump sizes and flow rates. o Destination of bypassed flows including routing of force mains and provisions for vehicular and pedestrian traffic and necessary. o Wet weather event procedures. The number and size of pumps utilized in bypass pumping shall by such that if the largest pump is out of service, bypass flows will be maintained during the pass operation if the bypass is not able to be immediately removed from operation. H200.05 WET WEATHER EVENTS Where the flow control mechanism is not sufficient to handle a wet weather event, the flow control/diversion or pumping system shall be capable of quick removal so as not to create an overflow to surface waters, overflow to ground, or back-up in buildings. H200.06 MEASUREMENT AND PAYMENT No direct payment shall be made for this work. Payment for bypass pumping/sewage flow control, provisions for wet weather flow control, shall be included in the contract bid prices except as stated on the bid sheet. EXHIBIT'A' - Page 43 of 71 SECTION H300 CCTV INSPECTION H300.01 INTENT It is the intent of this Specification to provide the minimum requirements for CCTV inspection. 11300.02 SCOPE OF WORK CONTRACTOR shall provide all labor, equipment, supervisor and materials necessary to televise the sewers as identified in the plans and specifications. H300.03 CCTV EQUIPMENT The Contractor shall provide the necessary equipment to perform closed circuit television inspection of the designated sewer pipes. The equipment will meet the following specifications. A. Studio. A studio that contains the controls for the inspection equipment. The studio will be large enough for two (2) people to view a television monitor of the inspection procedure. The studio will be insulated from outside noises that could be inadvertently recorded on the audio channel. B. Television Monitor. A color television monitor will be available to view live camera action and recorded playback. The displayed picture must be capable of providing a clear, stable image free of electrical interference. The television monitor will measure at least 15 inches across diagonally. C. Camera. The camera used for sewer pipeline inspections will be one that has been specifically made for that purpose. The camera will operate in 100 percent humidity, be waterproof and able to withstand long periods of submergence in wastewater. The camera will be able to pan, tilt and rotate 360 degrees. The tilt arc should not be less than 225 degrees. A variable intensity control of the camera lights and remote control adjustments for focus and iris shall be located at the monitoring station. The remote control of focus and iris will range from 1-inch to infinity. The camera and monitor shall be able to produce a minimum of 460 lines of horizontal resolution and 400 lines of vertical resolution and capture images in full color. Contractor shall present on an external hard drive a continuous image of not less than ninety (90%) percent of the internal pipe circumference at all times. EXHIBIT'A' - Page 44 of 71 D..Lighting. Illumination shall be adjustable and even around the sewer perimeter without loss of contrast, flare out of picture or shadowing. Lighting and camera quality shall be suitable to allow a clear in -focus picture of a, minimum of ten lineal feet of the entire periphery of the sewer pipe. The lighting for the camera shall minimize glare. Lighting sensitivity shall be 3 lux or less. E. Transporters. The camera should be mounted on skids or a tractor suitably sized for the pipe to be televised that will position the camera lens above the liquid flow line, near the center axis of the pipe. Any motorized transporters should have adjustable speed control. The televising may also be accomplished using camera equipment mounted on a raft or floating pontoon, if the required pipe condition information cannot be obtained by tracked camera equipment within the maximum allowable flow depths. F. Cable and Footage Counter. A minimum 1,500 feet of TV cable on the spool reel shall be provided. The TV cable will be. supported by an equal length tag line for removal of theequipment from the pipeline. G. Computer System. The computer system shall be capable of recording, indexing, and processing inspection data; printing CCTV inspection logs; and recording, storing, and playing video and images of pipe observations as required for the data documentation requirements of these specifications. H300.04 CCTV EXECUTION A. Sequence of CCTV Inspection. After cleaning, the pipe sections shall be visually inspected by means of closed-circuit television. The inspection will be done one manhole -to -manhole pipe section at a time if possible, and the flow in the section being inspected will be suitably controlled as specified. B. Direction of CCTV. The direction of camera travel shall be in the direction of flow in the pipe unless access to the upstream manhole is not possible, or the camera cannot pass through the pipe from end -to -end in the direction of flow, in which case a reverse setup will be allowed. C. Severe Defects. If severe defects such as collapses, severe offset joints, or severe sags are encountered that preclude the inspection being completed in one direction, the Contractor shall attempt a reverse setup. If the entire segment cannot be inspected, Contractor shall notify the Engineer and Owner as soon as possible. EXHIBIT'A' - Page 45 of 71 D. Buried Manholes. If a buried manhole is encountered during the course of the CCTV inspection, the Contractor shall attempt to CCTV through the buried manhole or conduct the inspection in the reverse direction if possible. The Contractor shall notify the Engineer and Owner of the buried manhole and / or if the manhole needs to be exposed in order to complete the inspection. E. Clarity of Picture. If, during a run, the camera lens becomes soiled or fogged, the camera should be shut down and the lens cleaned, even if this requires removing the camera from the line. If the camera is removed from the line for lens cleaning or for cleaning the line of fog, the camera shall be returned to the point where acceptable footage was obtained. Footage of the camera being pulled out of the line for lens cleaning should not be included in the video. If fog is encountered during a run, the Contractor shall stop the camera and ventilate the line to remove the fog. Unclear footage will not be accepted by the Owner. F. Camera Travel. The camera shall be moved through the line at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. When a defect or other feature is encountered, the progress of camera should be slowed and stopped for a minimum of 15 seconds or as needed so that the observation can be panned with the camera, the data recorded, narration made, and still picture captured if required. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If, during the inspection operation, the television camera will not pass through the entire segment, the Contractor shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire segment, the inspection shall be considered complete and no additional inspection work will be required. The Contractor will only be paid for the linear feet that were televised if a large section of pipe is inaccessible. G. Communication. When manually operated winches are used to pull the television camera through the line, communication shall be set up between the two (2) manholes of the segment being inspected to ensure good communications between members of the crew. H. Distance Measurement. The "zero" point of the inspection shall be the centerline of the manhole where the camera is inserted. The footage counter shall be set accordingly by adding the footage from the centerline of the manhole to the edge of the manhole plus the camera length (or the camera length plus the camera focal length). The importance of accurate distance measurement is emphasized. During any inspection procedure, the television cable shall only be removed from the reel by a motorized system. At no time during the inspection is cable to be removed manually, by hand. The television cable between the counter and the camera shall be taught at all times. EXHIBIT'A' - Page 46 of 71 I. Cable Footage Counter Accuracy Checks. All cable footage counts shall be in English units and accurate to 0.5 percent = % foot per 100 feet. The cable footage counter shall be tested for accuracy weekly, with the following procedure. Four hundred feet (400 feet) of cable shall be pulled off the reel and then checked with a tape measure. If the accuracy is below the tolerance, then the counter may be adjusted. The test procedure will be repeated to evaluate the adjustments. No more than three (3) adjustments may be made to the counter, after which the counter shall be replaced. J. Observation. The Contractor shall allow for observation by the Owner and/or Engineer, during CCTV inspection work for purposes of verifying that all required CCTV inspection procedures are being followed and CCTV inspection observations are being properly coded. The Contractor shall provide comfortable viewing access to the video monitor during the video inspection recording to allow Owner, Engineer, or Representative to compile a log of the inspection. The Owner, Engineer, or Representative may make both scheduled and unannounced visits to CCTV inspection operations while work is in progress. Notwithstanding any such observations of the CCTV inspection work by Owner, Engineer, or Representative, the Contractor shall be responsible for the quality. of video and documented observations. H300.05 DOCUMENTATION A. CCTV Inspection Logs. Printed location records shall be kept by the Contractor for each inspected. pipe segment. The logs shall indicate, at a minimum, the pipe location, including the street name, starting and ending manholes, date and time of inspection, direction of inspection, pipe diameter, material, and joint length, and final inspected length. The logs will clearly show the distance from the centerline of the starting manhole of each observation and other points of significance such as locations of building sewers or other connections or unusual conditions, using standard NASSCO codes. Comments shall be noted to document atypical conditions not otherwise described by the observation codes. A copy of each CCTV inspection log will be supplied to the Owner in hard copy and PDF format on an external hard drive. B. Digital Photographs. Digital format JPEG of all .problems, severe defects or atypical observations shall be taken by the Contractor and provided to the OWNER on an external hard drive. C. Digital CCTV Inspection Recording. The purpose of digital CCTV inspection recording shall be to supply a visual and audio record of the sewer condition on an external hard drive. Format includes minimum 352 X 240 resolution, 30 frames per second, and 1.5 Mbits per second data rate. Other resolution, frame and data rates are acceptable as long as similar or better image quality and acceptable file size are obtained. Each individual pipe segment must be included EXHIBIT'A' - Page 47 of 71 in a single file, except if a reverse set up is required due to an obstruction, in which case the reverse inspection shall be contained in a separate file. D. The following information must be provided as screen text on the video recording: o Upstream and downstream node numbers o Direction of camera travel o Purpose of CCTV o Location o Date and time of day o Job number and/or project name o CCTV company o Operator's name E. The text should be clearly displayed on a contrasting background (e.g., white text on dark background or black text on white background). This text should be displayed for approximately fifteen (15) seconds or for the duration of the start-up narration, whichever is longer. If an inspection is being performed on consecutive pipe segments with the same setup, this information must be provided at the start of each pipe segment. Note: If the CCTV software being used can only display the "from" and "to" manhole numbers rather than upstream and downstream numbers (as in the case of a reverse inspection), then the upstream and downstream manhole numbers should be clearly stated in the startup video narration. F. During CCTV, the running screen must include the following information. The display of this information must in no way obscure the central focus of the pipe being inspected. o Running footage (distance traveled) o Upstream and downstream (or "from" and "to") node numbers of inspected pipe segment G. The end point of the inspected pipe segment should be indicated with screen text for approximately fifteen (15) seconds. The ending screen text should indicate: o Ending footage o Date and time of day o Upstream and downstream node numbers of inspected pipe segment H. The CCTV video recordings should not contain inappropriate language, idle chatter, background noise, and discussions between the operator and other crew members. A voice narration must be included in the video recording. All video narration must be live by the CCTV operator. Digital voice narration is only EXHIBIT'A' - Page 48 of 71 allowed if specifically approved by the Owner. This narration must include the following information at the beginning of each pipe segment: o Upstream and downstream node numbers o Direction of camera travel o Purpose of inspection • Location o Date o Job number (if applicable) and/or project name o Pipe size o Pipe material o CCTV company o Operator's name All observations along the length of the pipe must also be narrated, with a description of the observation and clock position, if applicable. At the conclusion of the inspection of a pipe segment, the operator should state the final CCTV footage and indicate that the CCTV inspection of the pipe segment is complete. If the inspection had to be abandoned before reaching the ending manhole, then a . statement to this effect should be made as part of the ending narration with a reason given as to why the inspection could not be completed. J. The audio and video shall be free of electrical interference and excessive background noise. Digital video recording playback shall be at the same speed that it was recorded. The Contractor shall have all digital video and necessary playback equipment readily accessible for review by the Engineer and Owner during the project, after which time the digital video shall be given -typed labels and presented to the Owner. All external hard drives, submitted to the Owner, shall remain property of the Owner. The Contractor may, at the discretion. of the Owner, retain a copy. Should any portion of the inspection documentation be of inadequate quality or coverage, as determined by the Owner, the Contractor will re -inspect the unacceptable portion at no additional expense to the Owner. H300.06 MEASUREMENT AND PAYMENT Payment for CCTV work shall be included in the contract bid prices for lining except as stated on the bid sheet. EXHIBIT W - Page 49 of 71 SECTION H1200 CURED -IN -PLACE -PIPE (CIPP) REHABILITATION H1200.01 INTENT It is the intent of this Specification to provide the minimum requirements for CIPP Rehabilitation. H1200.02 GENERAL A. Scope of Work The Contractor shall provide certified design calculations, materials, equipment, labor, transportation, construction, equipment and machinery, tools, appliances, fuel, power, light, heat, and other ancillary Work to successfully complete the operations as specified herein. The Work for cured -in -place pipe (CIPP) lining shall also include the restoration of the Work site, including restoration of surfaces such as paving, seeding and sodding, as needed, if damaged complete where shown on the Drawings and as specified herein. The Contractor shall include all costs necessary to complete the Work within the existing easements; if additional temporary easement is needed based on the Contractor's means and methods, he shall procure said easements at no additional cost to the Owner. The Work for CIPP lining shall also include any standard cleaning operations and internal video work necessary to prepare the pipe for lining during construction. 2. The intent is to have a resin - impregnated flexible felt tube installed and cured in place in the designated mainline sewers. The tube shall be inverted into the mainline sewer utilizing a vertical inversion standpipe and hydrostatic head or mechanically installed. Curing of the mainline sewer shall be accomplished by circulating hot water or steam to cure the resin into a hard impermeable conduit. When cured, the tube shall extend over the length of the existing line in a continuous tight fitting watertight pipe within a pipe. The rehabilitation of the sewer main shall be performed without the need for excavation or demolition of existing structures, and be able to re-establish user lateral services without excavation. The pipe lining method shall have sufficient structural strength to support all dead loads, live loads, and ground water loads imposed with the assumption that the existing pipe cannot share any loading or contribute to structural integrity of the liner. The liner shall provide the least possible thickness or decrease in pipe diameter to meet the strength and other design requirements of this specification. 3. The Work shall be performed in accordance with ASTM D5813 (Standard Specification for Cured -in -Place Thermosetting Resin Sewer Pipe), ASTM F1216 (Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube, ASTM F1743 (Standard EXHIBIT'A' - Page 50 of 71 Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled -In -Place . Installation of Cured -In -Place Thermosetting Resin Pipe), and ASTM D790 (Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and . Electrical Insulating Materials)- B. Submittals Submit CIPP Lining Plan including design calculations (certified by a by a Professional Engineer experienced in design of this work and licensed in the State of Indiana) and all shop drawing and installation: details as recommended by the manufacturer. Include all performance data and other material specifications normally available and provided from the manufacturer. The Contractor shall. furnish, prior to use of the lining materials, satisfactory written guarantee of his compliance with the manufacturer's standards for all materials and techniques being used: in the CIPP lining process. The Contractor shall provide certified test results from the manufacturer that the material conforms to Ahe applicable requirements. Materials not complying with requirements shall be rejected. Include in the submittal shall be a summary of experience. On -Site supervisors shall have at least 25,000 FT and/or 200 line sections of lining experience installing the listed product, and the product should have a minimum of 200,000 FT and/or 1000 line sections installed. The Contractor or Subcontractor's key personnel shall have a minimum of 100,000 FT and/or 300 line sections of lining experience. C. Electronic Video (CCTV and Pole Camera) Any video documentation provided to the CONTRACTOR during bidding is for informational purposes only and only represents the condition of any particular pipe or manhole at that moment in time and to the extent able to be seen with the footage provided. H1200.03 PRODUCTS A. General 1. The Felt Tube shall be fabricated to a size that, when installed, will neatly fit the internal circumference of the conduit. Allowance shall be made for circumferential stretching during insertion. 2. The minimum thickness for the liner material shall be verified by design calculations prepared by a Professional Engineer familiar with CIPP design for each specific pipe location. Design of the liner shall be based on the conditions of the: existing pipe, which shall be classified as. fully deteriorated based on the definitions thereof contained in ASTM F1216 Appendix X1. The liner shall be designed to withstand all imposed loads, including live loads if applicable and hydrostatic pressure. The groundwater elevation above the invert of the existing EXHIBIT'A' - Page 51 of 71 sewer to receive lining shall be actual depth to crown. The proposed CIPP liner to be used shall be designed for a minimum fifty (50) year service life under continuous loading conditions. The minimum length shall be that deemed necessary by the Contractor to effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the lengths in the field before impregnation. Individual inversion runs can be made over one (1) or more manhole sections as determined in the field by the Contractor and approved by the Engineer or Owner. B. Tube The sewn tube shall consist of one (1) or more layers of absorbent non -woven felt fabric and meet the requirements of ASTM F 1216, Section 5.1 or ASTM F 1743, Section 5.2.1 or ASTM 5813, Section 5 and 6. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. The wet out tube shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. The tube shall be manufactured to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during installation. No material shall be included in the tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. The tube shall be marked for distance at regular intervals along its entire length, not to exceed five (5) feet. Such markings shall include the Manufacturer's name and identifying symbol. C. Resin The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy, initiators that when cured within the tube create a composite that satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743. D. Chemical and Physical Properties Unless otherwise specified, the Contractor shall furnish a general purpose, unsaturated, polyester or vinylester resin and catalyst system compatible with the CIPP process that provides cured physical strengths specified herein. The longterm flexural modulus to be used shall not exceed 50% of the short-term value for the resin system unless the tube contains reinforcements. The finished CIPP liner shall be fabricated from materials that when cured will be chemically resistant to withstand internal exposure to domestic sewage. The CIPP shall conform to the minimum structural standards, as listed below. Property Standard Results EXHIBIT'A' - Page 52 of 71 Flexural Strength' #101 (Modified ASTM D-790) 4,500 psi Flexural. Modulus 4101 (1V4odified ASTM D-790) 250,000 psi E. Material and Equipment Acceptance At the time, of manufacture, each lot of liner shall be inspected for defects. At the time of installation, the liner shall be homogeneous throughout, uniform in color, free of holes, foreign materials, blisters, or deleterious materials. No sewer segment shall be lined without prior notification of the Owner or Engineer. Each liner shall be subject to inspection by the Owner or Engineer immediately before it is installed and defective liner shall be rejected.. H1200.04 EXECUTION A. Pre-CIPP Lining Sewer Inspection Clean and televise relevant existing sewer sections to be lined as described in the specifications. The interior of the pipeline shall be carefully inspected to determine the location of any condition, which may prevent proper installation of the new pipe. Defects shall be noted so that these conditions can be corrected. B. 'Safety. The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards.. Particular attention is drawn to those safety requirements involving working with scaffolding and entering confined spaces C. Cleaning and Root Treatment of Sewer Line It shall be the responsibility of the Contractor to remove all internal debris and root growth from the sewer line necessary to complete this work. All general Cleaning shall be covered in this section. D. Bypassing Sewage 1. The Contractor shall bypass the flow of sewage around the section or sections of pipe designated for liner. In general, the bypass for CIPP lining shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Contractor shall be responsible to notify all property owners that will be affected by the diversion and/or the temporary loss of service two (2) weeks in advance. 2. If required for service laterals, the Contractor will be responsible to furnish all the necessary equipment to safely divert the flow around the work area. The EXHIBIT'A' - Page 53 of 71 diversion shall be Engineer approved. No flow shall be discharged on the surface, into storm sewers, ditches, or in waterways. E. Line Obstructions It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, dropped joints that will prevent the insertion of the liner. If inspection reveals an obstruction that cannot be removed by conventional sewer equipment, then the Contractor shall hydraulically re -round the pipe using a trenchless method or make a point repair excavation to uncover and remove or repair the obstruction. Such repair shall be approved in a Change Order prior to the. commencement of the Work. F. Installation Procedures Set-up: In general the CIPP installation shall be in accordance with ASTM F1216, Section 7 or ASTM F1743, Section 6. The Contractor shall designate a location where the felt tube will be vacuum impregnated prior to installation. The Contractor shall allow the Owner to inspect the materials and "wet out" procedure. A catalyst system compatible with the resin and tube shall be used. The wet out tube shall be inserted through an existing manhole or other approved access by means of an inversion or cable and winch process. In the case of the inversion method, the application of a hydrostatic head shall be sufficient to fully extend the tube to the next designated manhole or termination point. The tube shall be inserted into the vertical inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the tube shall be turned inside out and attached to the standpipe so that a leak proof seal is created. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall, produce dimples at side connections and flared ends at the manholes. The Contractor shall use a lubricant as necessary. Care shall be taken during the elevated curing temperature so as not to over stress the felt fiber. All sections of pipe shall be the responsibility of the Contractor to verify the size, material, location of structures, number and location of laterals, and existing condition of the pipe prior to construction. The bid proposal contains estimates of the sizes and quantities of liner which will be installed. It shall be the Contractor's responsibility to verify the exact lengths necessary after the segments have been selected and prior to ordering or fabricating any liner materials. 2. Curing: After installation is completed the Contractor shall supply a suitable heat source and hydrostatic water or steam pressure recirculation equipment. The equipment shall be capable of delivering hot water or steam throughout the section by means of a pre -strung hose to uniformly raise the temperature above EXHIBIT'A' - Page 54 of 71 the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors.to gauge the temperature of the incoming and outgoing water or steam supply. Another such gauge shall be placed between the impregnated tube and the pipe invert at the remote manhole to determine the temperatures during cure. Temperature in the line during the cure period shall be as recommended by the resin manufacturer. Initial cure shall be deemed to be completed when inspection of the exposed portions of CIPP appears to be hard and sound and the remote temperature sensor indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the CIPP process, during which time the. recirculation of the water or steam and cycling of the heat exchanger to maintain the temperature continues. 3. Cool -Down: The Contractor shall cool the hardened CIPP to a temperature below 100/17 before relieving the static head in the inversion standpipe. Cooldown may be accomplished by the introduction of cool water into the inversion standpipe to replace water being drained from a small hole made in the downstream end. Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed CIPP. 4. Finish: The finished CIPP shall be continuous over the entire length of an inversion run and be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, pinholes and delamination. It shall also meet the leakage requirements or pressure test specified below. During the warranty period any defects which will affect the integrity or strength of the CIPP shall be repaired at the Contractor's expense, in a manner mutually agreed by the.Engineer and the Contractor. Alternate methods of installing and curing the tube shall be submitted to the Engineer for approval. 5. Sealing the CIPP at Manholes: The Contractor shall apply a seal at the manholes. . The seal 'shall be of a resin mixture compatible with the CIPP. 6. Service and Pipe Connections: After the liner has been cured in place, the Contractor shall reconnect. any existing active service or pipe connections. The Contractor shall be responsible to confirm the active pipes and laterals prior to reconnection. This shall be done without excavation from the interior of the pipeline by means of a television camera and a cutting device that re-establishes the service connections to not less than 95 percent capacity. If after reconnection the lateral connection continues to actively leak, the Contractor shall inform the Engineer. If directed by the Engineer, the Contractor shall perform a point repair on the lateral connection. Such repair shall be approved in a Change Order prior to the commencement of the work. EXHIBIT'N - Page 55 of 71 G. Testing and Post-CIPP Lining Sewer Inspection The watertightness of the CIPP shall be gauged while curing and under a positive head. Any leaks shall be repaired and retested to the satisfaction of the Engineer or Owner. The finished liner shall be continuous over the entire length of the installation and conform to the walls of the host pipe. As part of the testing requirement, upon completion of the installation and lateral reconnection, a visual inspection of the expanded in place pipe shall be performed via a CCTV camera. The purpose of this televising work is to review the completed work. The Contractor shall provide a thorough review of the pipe and connections with a pan and tilt camera. Each lateral connection shall be examined with a pan and tilt camera. A copy of the post -lining internal sewer video shall be provided to the Owner. H. Restoration Upon acceptance of the installation work and testing the Contractor shall restore the project area affected by his operations. The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, or other disturbed surfaces or structures to a condition equal to that before the work began, to the satisfaction of the Owner or Engineer. The Contractor shall remove surplus pipe, tools and temporary structures. All dirt, rubbish and pipe material from the operation shall be legally disposed of by the Contractor. I. Patents The Contractor shall warrant and save harmless the Owner and their Engineer against all claims for patent infringement and any loss thereof. H1200.05 MEASUREMENT AND PAYMENT 1. Work in this Section shall be paid for based on the "Linear Foot" or "Per Each" price for the appropriate bid schedule item. Notes: The cost for Sanitary Bypassing and Pre and Post CCTV shall be included in the cost of the lining. 2. The actual number of lineal feet of tested and accepted CIPP lining of the various sizes, constructed as shown on the plans, as specified and as ordered by the Engineer or Owner, measured along the centerline of the pipe from center to center of manholes will be measured for payment under the respective Items. Except as otherwise stated herein, no deductions in length will be made for manholes or fittings or drops. The actual number of tested and accepted CIPP lateral reinstatements will be measured for payment under the respective bid item. EXHIBIT'A' - Page 56 of 71 H1200.06 WARRANTY The Contractor shall warrant, for a period of five years, all defects which will adversely affect the integrity or strength of the liner. The Contractor shall repair or replace, at no additional cost to the Department, such defects in a manner mutually agreed upon by the Department and the Contractor. EXHIBIT'A' - Page 57 of 71 SECTION H1300 SEWER LINE CLEANING H1300.01 INTENT It is the intent of this portion of the Specifications to provide for the cleaning of non -man entry pipelines. H1300.02 SCOPE OF WORK CONTRACTOR shall furnish all labor, materials, equipment, supervision, etc. required to CIPP line the sewer segments as shown on the attached drawings. The OWNER reserves the right to award this contract in full or to award as identified in the BASIS OF AWARD, SECTION H000.000. All work for this project will be awarded to a single contractor. Unless otherwise specified, the CONTRACTOR shall be solely responsible for his means and methods. FLUSHING OF ANY SANITARY SEWER TO FACILITATE CLEANING ACTIVITIES WITHOUT THE CAPTURE OF SOLIDS AND DEBRIS IS EXPRESSLY PROHIBITED. H1300.03 SAFETY CONTRACTOR shall be solely responsible for safety during the performance of all Work. CONTRACTOR shall take satisfactory precautions to protect the sewer segments and appurtenances from damage that might be inflected upon them by the use of cleaning equipment. Any damage inflected upon a sewer segment or other public or private property as a result of the CONTRACTOR's negligence or improper cleaning operations shall be repaired by CONTRACTOR at his sole expense. CONTRACTOR shall not enter into any sewer segment where hazardous conditions may exist until such time as the source of those conditions is identified and eliminated by CONTRACTOR. CONTRACTOR shall perform all work in accordance with the latest OSHA confined space entry regulations. CONTRACTOR shall coordinate his work with local fire, police and emergency rescue units. Whenever hydraulically propelled cleaning tools, which depend upon water pressure to provide their cleaning forces, or any tools which retard the flow of water in the sewer segment are used, precautions shall be taken by CONTRACTOR to ensure that the water pressure utilized does not result in any damage or flooding to public or private property being served by the sewer segment(s) involved. H1300.04 EXECUTION EXHIBIT'A' - Page 58 of 71 A. Cleaning Equipment Only hydraulic and/or mechanical equipment shall be used by CONTRACTOR to accomplish cleaning activities. Accuracy of equipment and operating method for cleaning shall be judged by the results obtained. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, or dam shall be constructed in the downstream manhole in such a manner that all solids and debris are trapped and removed thereby preventing such material from passing in to the next sewer segment reach. The following are general equipment and performance requirements: i. Hydraulically Propelled Equipment The equipment used shall be of a movable dam type and be constructed in such a waythat a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer, damage to the sewer, and/or damage to public or private property. The moveable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery in insure removal of grease. Sewer cleaning balls or other equipment, which cannot be collapsed shall not be permitted for use. ii. High -Velocity Jet Equipment All high -velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two .or more high -velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all sizes of line designated to be cleaned. The equipment shall have a minimum working pressure of 2,000 psi at a 60 GPM rate. Equipment shall also include a high -velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically.driven hose reel. Liquid decanted or separated from the solids shall be returned to the sewer and shall not contain solids having greater than a 125 micron size. iii. Mechanically Powered Equipment Power rodding machines shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat -treated steel. To insure safe operation, EXHIBIT'A' - Page 59 of 71 the machine shall be fully enclosed and have an automatic safety clutch or relief valve. Buckets, scrapers, scooters, porcupines, brushes and other mechanical equipment may also be utilized. All equipment and devices shall be operated by experienced personnel so that sewer lines are not damaged in the process of cleaning. iv. Root Removal Roots shall be removed in all sections where root intrusion is evident. Special attention shall be used during the cleaning operation to assure as complete a removal of roots from the joints. Procedures may include the use of mechanical equipment such as rodding machines, winches using root cutters and porcupines, and equipment such as high -velocity jet cleaners. Chemical root treatment may be used at the option of CONTRACTOR to aid in the removal of roots and at the option of CONTRACTOR, manhole sections that have root intrusion may be treated with an approved herbicide. All costs for chemical treatment shall be considered incidental in this contract. Chemical treatment is NOT required as part of this contract. V. Protruding Lateral Connections When specified, CONTRACTOR shall remove protruding lateral connections via the use of internal cutting devices which are capable of providing a lateral cut at its internal connection to the sewer. B. Access Access of the sewer for cleaning and CCTV purposes shall only be via existing manhole openings. Access to the site shall be coordinated by the CONTRACTOR. Access to limited sections of the sewer at various locations is as shown on the attached drawings and/or through existing easements along the sewer alignment. If additional access is needed, CONTRACTOR shall be responsible for obtaining access rights from individual property owners. Any work required to assist in vehicular or equipment access will be the responsibility of the CONTRACTOR. All disturbed land or property shall be restored to existing or better conditions. C. Bypass Pumping EXHIBIT'A' - P'age 60 of 71 Should bypass pumping or other form of sewage flow control be required by/of CONTRACTOR to facilitate sewer line cleaning or CCTV work, CONTRACTOR shall be solely responsible for providing all labor, equipment and materials necessary to control the flow of sewage in and/or around sewer segment(s) being cleaned or televised. Requirements for sewage flow control and bypass pumping are contained in these Specifications. D. Blockages Preventing Cleaning If cleaning of an entire sewer section cannot be successfully performed from one manhole, equipment shall be set up on the other manhole and cleaning again attempted. No additional payment allowance shall be made for reverse set-ups. If on reverse set-up successful cleaning also cannot be performed or equipment fails to traverse entire sewer line section, it shall be assumed that a major blockage or defect exists and cleaning effort shall be abandoned. CONTRACTOR shall determine the location of major blockage(s) by measuring length of hose or rod inserted from manholes at -each end and immediately report location of blockage(s) to OWNER and CONTRACTOR shall note these conditions in its field log. CONTRACTOR shall recognize that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where damage could result if cleaning were attempted or continued. OWNER shall be immediately notified by CONTRACTOR. of any and all conditions which in the opinion of CONTRACTOR warrant termination of cleaning activities. If CONTRACTOR's cleaning equipment becomes lodged in a sewer, it shall be removed by CONTRACTOR at his expense. This shall include excavation and repair of the sewer, underground utilities, backfilling, and surface restoration. Work shall be approved by the RSD ENGINEER prior to commencement. E. Debris Removal and Disposal CONTRACTOR shall removal all sludge, dirt, sand, rocks, grease and other solid or semisolid material and debris resulting from the cleaning operations from the downstream manhole of the sewer.segment being cleaned. Passing material from sewer segment to sewer segment shall not be permitted. In the event that sludge, dirt, sand, rocks, grease and other solid and semisolid material or debris resulting from the cleaning operations are observed and/or detected by OWNER as passing to downstream sewer segment(s), CONTRACTOR shall be responsible for cleaning such downstream sewer segment(s) at no additional cost to OWNER. CONTRACTOR shall be responsible for the handling, hauling and disposal of all debris, silt and accumulated solids removed from the sewer. All debris, silt EXHIBIT'A' - Page 61 of 71 and solids removed by CONTRACTOR shall be disposed of at a facility licensed for the handling and disposal of such materials in accordance with all appropriate codes, rules and regulations for the handling and disposal of such materials. Under no circumstances shall the removed sewage or solids be dumped onto streets or into ditches, catch basins, storm drains, sanitary or combined sewer manholes, or otherwise improperly disposed. If sewage is unintentionally spilled, discharged, leaked or otherwise deposited in the open environment, CONTRACTOR shall be responsible for any clean-up and disinfection of the affected area. CONTRACTOR shall comply with all local, State and Federal regulatory requirements regarding spills. Improper disposal of sewage or spills removed from the sewers may subject CONTRACTOR to fines imposed by OWNER or other regulatory entities. In addition, CONTRACTOR may be subject to civil and/or criminal penalties for improper disposal or removed materials under the law. CONTRACTOR may decant water waste to the sanitary sewer or at the Waste Water Treatment Plant. OWNER reserves the right to limit or redirect disposal in response to operational difficulties (i.e. wet weather flows). There will be no user rate charged to the CONTRACTOR for this disposal. CONTRACTOR may dispose of dewatered solid waste removed from the sanitary sewer at the New Paris Pike Landfill (owned and operated by OWNER) during normal scale hours. A Solid Waste Manifest will be provided by the OWNER and must be taken to the landfill with each load at the time of disposal. There will be no dumping charge to the CONTRACTOR for this disposal. CONTRACTOR must comply with all rules and regulations as required by the landfill. F. Tree Removal and Land Disturbance Within the Existing Easement Tree removal may be needed for access to clean and televise based on the Contractor's means and methods. If needed, the Contractor shall remove only the trees required to be removed and only tress within the existing easement. Trees and brush shall be fully removed from the site and lawfully disposed of. Any disturbed areas shall be graded and seeded and mulched. Erosion control blanket shall be utilized for all slopes greater than 3:1. G. Major Problems and Emergency Situations The Contractor shall notify the Owner immediately of any major problems or emergency situations encountered in the field, including collapsed or severely broken pipe, sewer overflows or significant surcharge, sewer blockages, equipment stuck in pipe that cannot be removed, damage to private property, or injury to Contractor personnel or members of the public during Contractor's operations. EXHIBIT'A' - Page 62 of 71 H. Cleaning Precautions During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. Precautions shall be taken to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. Whenever hydraulically propelled cleaning tools, which depend upon water pressure to provide their cleaning force or any tools which retard the flow of water in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole reach involved. I. Water The Contractor shall be responsible for obtaining water as necessary. Indiana American is the local water supplier. H1300.05 ACCEPTANCE Acceptance of sewer line cleaning will be based on televising the line following cleaning. A line will be considered clean if there is no evidence of roots and the depth of debris remaining after cleaning is less 10 percent of the inside diameter of the pipe. If cleaning is deemed unsatisfactory, CONTRACTOR shall re -clean and re- inspect the sewer line until cleaning is shown to be satisfactory (no additional payment will be made for additional cleaning, CCTV or bypass pumping because the sewer was deemed unacceptable). H1300.06 MEASUREMENT AND PAYMENT No direct payment shall be made for this work. Payment for cleaning shall be included in the lining bid prices except as stated on the bid sheet. EXHIBIT'N - Page 63 of 71 DATE: October 2, 2018 TO: All Bidders FROM: Denise Johnson, Customer Service Manager RE: 2018 Sewer Lining Project ADDENDUM #1 This following is "Addendum 41". This addendum is in reference to the above - mentioned quote. The date that bids are due remains Tuesday, October 9, 2018 at 10:00am. Please mark Addendum 41 on outside of envelope when returning the bid. If you have any questions, please call Elijah Welch at 765-983-7483. EXHIBIT'A' - Page 64 of 71 Addendum No. 1 to the Drawings and Specifications for the City of Richmond, IN Richmond Sanitary District 2018 Sewer Lining Project Project Bid Date: Tuesday, October 9, 2018 at 10:00 A.M. (local time) This Addendum No. 1 to the drawings and specifications shall supplement, amend, and become a part of the bidding documents, plans and specifications. All .bids and construction contracts shall be based on these modifications to the original contract documents. Item No. 1 CONTRACTOR QUESTION 1: What are the Liquidated Damages for this project? ANWER 1: There are no Liquidated Damages for this project. CONTRACTOR QUESTION 2: Will the owner provide any flow data to enable us to account for bypass operations. ANWER 2: No. The Richmond Sanitary District does not have actual flow data for these sewers. In addition to visual inspection, contractors may utilize the Wayne County GIS (http://www.co.wayne.in.us/gis/index.html) to see the approximate amount of sewer upstream of these locations in order to estimate flow. Contractors should take special note that the sewer to be lined in Area 1 had previously been a combined sewer and does not currently carry large amounts of flow. During a previous repair, the sewer was bagged and 2 vacuum trucks were utilized to keep flow down. The existing storm sewer may be utilized as a conduit under 8th Street (US 27) for bypass pumping hoses in this area if desired. CONTRACTOR QUESTION 3: With reference to drawing sheet no: 4, item 5 of the general notes, stating access is extremely restricted. We need to access the line via MH's 182-092C and 092B during the execution of the works. Will the Owner please remove this restriction? ANWER 3: These manholes are both inside an operational factory and are restricted from the point of view that vehicular traffic may not be able to access the areas due to size restrictions. Man access is available at both locations. It is anticipated that the CONTRACTOR would line through the manholes in the building from MH 182-092 or 182-092A to 182-095 and then cut out the liner within the interior manholes. EXHIBIT'A' - Page 65 of 71 Item No. 2 Specification section H1200.06 shall be replaced in its entirety with the below: "The Contractor shall warrant, for a period of one year, all defects which will adversely -affect the integrity or strength of the liner. The Contractor shall repair or replace, at no additional cost to the Department, such defects in a manner mutually agreed upon by the Department and the Contractor." Item No. 3 Any questions a Contractor wishes to ask should be submitted to ewelch e,richmondindiana. og_v by Thursday October, 4th by noon. EXHIBIT'A' - Page 66 of 71 DATE: October 4, 2018 TO: All Bidders FROM: Denise Johnson, Customer Service. Manager RE: 2018 Sewer Lining Project ADDENDUM 92 This following is "Addendum #2". This addendum is in reference to the above - mentioned quote. The date that bids are due remains Tuesday, October 9, 2018 at 10:00am. Please mark Addendum #2 on outside of envelope when returning the bid. If you have any questions, please call Elijah Welch at 765-983-7483. EXHIBIT 'A' - Page 67 of 71 Addendum No. 2 to the Drawings and Specifications for the City of Richmond, IN Richmond Sanitary District 2018 Sewer Lining Project Bid Date: Tuesday, October 9, 2018 at 10:00 A.M. (local time) This Addendum No. 2 to the drawings and specifications shall supplement, amend, and become a part of the bidding documents, plans and specifications. All bids and construction contracts shall be based on these modifications to the original contract documents. Item No. 1 CONTRACTOR QUESTION 1: The manholes at each end of the sewer to be lined for Area 1 have tall 24" Chimneys. Will the City add a line item for installing new manholes or install manholes outside of the project? ANWER 1: If the CONTRACTOR requires access greater that what is available using the existing manholes, they shall include the cost of manhole replacement and/or modification in the cost per foot for lining the sewer connected to those manholes (e.g. Line Item No. 4 on the Bid Sheet for Area 1). The same shall apply for other areas if applicable. In the case of the Area 1 manholes, it would be acceptable to do one of the following: 1) Doghouse the existing pipe/structure with a new precast structure 2) Pour a 12" thick concrete slab w/ No. 5 rebar each way at 12" spacing above the brick sewer to provide a base to stack new 48" I.D. precast manhole barrels sections on. The concrete slab shall overhang the brick sewer on each side by 12" minimum. EXHIBIT 'A' - Page 68 of 71 DATE: October 5, 2018 TO: All Bidders FROM: Denise Johnson, Customer Service Manager RE: 2018 Sewer Lining Project ADDENDUM #3 This following is "Addendum #3". This addendum is in reference to the above - mentioned quote. The date that bids are due remains Tuesday, October 9, 2018 at 10:00am.. Please mark Addendum #3 on outside of envelope when returning the bid. If you have any questions, please call Elijah Welch at 765-983-7483. EXHIBIT'N - Page 69 of 71 Addendum No. 3 to the Drawings and Specifications for the City of Richmond, IN Richmond Sanitary District 2018 Sewer Lining Project Bid Date: Tuesday, October 9, 2018 at 10:00 A.M. (local time) This Addendum No. 3 to the drawings and specifications shall supplement, amend, and become a part of the bidding documents, plans and specifications. All bids and construction contracts shall be based on these modifications to the original contract documents. Item No. 1 In order to clarify the status of repairs associated with Area 2, please note that segments of collapsed and/or partially collapsed pipe between MH 182-092 and MH 182-092B have been replaced via dig down repairs already completed. Additionally, a segment of partially collapsed pipe approximately 21ft north of Manhole 182-092B as shown in CCTV provided and labeled "Area 2 -- MH 182-092B to MH 182-092C.mp4" will be repaired by the OWNER prior to lining. This work is currently scheduled to be completed by the end of October 2018. Culy Contracting of Winchester, IN completed the initial pipe replacement and will be completing the additional repair. Item No. 2 Item No. 1 in Addendum No. 2 shall be stricken and replaced with the below: CONTRACTOR QUESTION 1: The manholes at each end of the sewer to be lined for Area 1 have tall 24" Chimneys. Will the City add a line item for installing new manholes or install manholes outside of the project? ANWER 1: The OWNER will, at the OWNER's cost, provide new and/or modified manholes to provide additional access required for lining using one of the methods below. This work will be done outside of this lining contract, but coordinated with the CONTRACTOR awarded the lining project. The OWNER will delay the installation of the cone/flattop manhole sections of the modified manholes until the lining is completed to allow full manhole barrel access to the manholes by the lining CONTRACTOR. After the manholes are installed, but prior to lining, the OWNER will utilize steel plates to cover the open manholes to provide for public safety. These steel EXHIBIT'A' - Page 70 of 71 plates will be required to be moved and replaced by lining CONTRACTOR in coordination with their work. Manhole Modification Options: (option to be used will be decided based upon lining CONTRACTOR'S input to ensure required space is provided) 1) Doghouse the existing pipe/structure with a new; larger diameter precast structure. 2) Pour. a 12" thick reinforced concrete slab above the brick sewer to provide a base to stack new 48". LD. precast manhole barrels sections on. EXHIBIT'A' - Page 71 of 71 Richmond Sanitary District 2018 Lining Project Bid Sheet 8/8/2018 Item No. Description Qty Units Unit Price Qtyy! Price I Mobili7ation/Demobiliration 1 LS $ (Max 5% of $350,000 or Total Bid, whichever is less) 2 Protruding Tap Removal (Undistributed) I EA Area 1 3 Laleral/Se%ver Reinstatement 8 EA $ 4 CIPP Lining - 39"x 26" Brick Sewer from MH# 144-034 to MH# 144.091 177 LF $ �� 3 Y/ $� �j 3 Area 2 5 Lateral/Sewer Reinstatement 2 EA $ �3 r3 $ /.?06 6 CIPP Lining- 24" RCP Sewer from MH#182-092 to MH#182-092A 20 LF $ '�"y O $ > 7 CIPP Lining - 24" Sewer from MH# 182-092A to MH#182-092B 135 LF 3- $ 7 ty�� $ �JS 50 0 / 8 CIPP Lining - 24" RCP Sewer from MH# 182-092B to MH# 182-092C 165 LF a� $ �.� $ 12, 7"7 y� 9 CIPP Lining - 24" RCP Sewer from MH# 182-092C to MH# 182-095 50 LF $ 772 $ Area 3 10 Lateml/Sewer Reinstatement 69 EA $ 6 3, $ ols I 1 CIPP Lining - 8" VCP Sewer from MH# 166-011 to MH#166-012 217 LF $ ; $ 6 ear's0 12 CIPP Lining- 8" VCP Sewer from MH#166-012 to MH#166-013 260 LF $ 30— $ 7V;"" 13 CIPP Lining- 8" VCP Sewer from MH# 166-013 to MH#166-014 350 LF $ 30 77 00 $ 0 bT1 14 CIPP Lining-8" VCP Sewer from MH# 166-014 to MH#166-015 235 LF $ 30 S! $ � 161 15 CIPP Lining - 8" VCP Sewer from MH#166-015 to MFI#166-007 156 LF Sz $ so �� $ V 16 CIPP Lining- 8" VCP Sewer from MFI# 166-088 to MH# 166-010 339 LF $ 30 �a $ 0 1 yb 17 CIPP Lining- 8" VCP Sewer from MH# 166-010 to MH# 166-009 223 LF $ 19$ ;Z/p 18 CIPP Lining - 8" VCP Sewer from MH# 166-009 to MH# 166-008 272 LF $ 19 CIPP Lining - 8" VCP Sewer from MH# 166-008 to MH#166-007 268 LF $ 0 f. 20 CIPP Lining - 8" VCP Sewer from MH# 166-007 to MH#166-060 55 LF $ 30 p� O $/ 21 CIPP Lining - 8" VCP Sewer from MH# 166-060 to MH# 166-006 331 LF $ 30 50 a $ Q S '- 22 CIPP Lining - 8" VCP Sewer from MH# 166.006 to MH# 166-005 212 LF $ —10 V $ 23 CIPP Lining - 8" VCP Sewer from MH# 166-005 to MH# 166-051 36 LF $ 30-' $ /00 J 24 CIPP Lining - 8" VCP Sewer from MH# 166.036 to MH# 166-016 358 LF $ 30 S! $ a 9.i-1 $� Area 4 3, 0q 380 - 25 Lateral/Sewer Reinstatement 6 EA $ - $ 26 CIPP Lining - 12" VCP Sewer from MH#140-033 to MH#140-019A 325 LF $ 3 $ 14, 65L Area 5 Lateral/Sewer Reinstatement 15 EA $ (D 3 3� t p $ ri 27 28 CIPP Lining- 8" VCP Sewer from MH#141-043 to MH#160-029 348 LF $ `r $ f 29 CIPP Lining- 15" VCP Sewer from MH# 160-038 to MH#160-027 319 LF $ �/� $ /Z 5V Area 6 Lateral/Sewer Reinstatement 14 EA $ ey 0 $ r6 30 31 CIPP Lining - 8" VCP Sewer from MH#202.022B to MH#202-022A 334 LF $ ?� Contractor Name: Inland Waters Pollution Control. Inc. Page 1 of 2 EXHIBIT'B' - Page 1 of 20 32 CIPP Lining- 8" VCP Sewer from MH#202-022A to MH#202-022 Area 7 33 Lateral/Sewer Reinstatement 34 CIPP Lining - 8" VCP Sewer from MH#201-009 to MH#201-010 Area 8 35 Lateral/Sewer Reinstatement 36 CIPP Lining - 8" VCP Sewer from MH# 178-044 to MH# 178-043 37 CIPP Lining - 8" VCP Sewer from MH# 178-043 to MH# 178-042 Area 9 38 Lateral/Sewer Reinstatement 39 CIPP Lining- 8" VCP Sewer from MH#186-001 to MH#186.011 350 LF $ '—S Lo $ 9/✓r'S2 4 EA 289 LF $ .2t $ " /0 16 EA $ 63'� $ i d/3 -a 402 LF $ oV 46 $ xa ,S%L 8? 400 LF $ $ 4 EA $ 69 3 3Z $ .2s.J.2i: 333 LF $ A/ y— Area 10 40 Lateral/Sewer Reinstatement I I EA $ 41 CIPP Lining - 15" VCP Sewer from MH# 176-015 to MH#176-018 281 LF $ 13 $ A /22 42 CIPP Lining- 15" VCP Sewer from MH#176-018 to MH#176-017 402 LF $ yQ $ 43 CIPP Lining - 15" VCP Sewer from MH#176-017 to MH11176-016 276 LF rCS $ .3 "" �O $ Area 11 44 Lateral/Sewer Reinstatement 5 EA 45 CIPP Lining- 8" VCP Sewer from MH606.020 to MH#106-019 141 LF $ .26 d $ 3 ,i�9a 46 CIPP Lining - 8" VCP Sewer from MH#125-001 to MH#125-012 144 LF $ �G L L/ ld $ 3 � 7 Area 12 - Lateral/SewerReinstatement 3 EA $ 3� $ Aff 94 47 48 CIPP Lining - 8" VCP Sewer from MH#169-011 to MH#169-012 264 LF $ d' �'s 0 $ 6 03 49 CIPP Lining - 8" VCP Sewer from MH# I69-012 to MH#169-023 183 LF $ a� $ 7� Area 13 Lateral/Sewer Reinstatement 10 EA $ (0j L LO $ 33 50 51 CIPP Lining- 8" VCP Sewer from MH#130-011 to MH#130-012 203 LF /i $ $ ,3/0 52 CIPP Lining-8" VCP Sewer from MH#130-007 to MH#130-008 352 LF $ $p /do/ Total Price: pp $ I have received addendum number(s) 1-2-3 and the prices in this bid reflect these changes/clarifications. Inland Waters Pollution Wntrol, Inc. Contractor Nam _ Jamee Bedin field October 9, 2018 Authori ature Date Contractor Name: Inland Waters Pollution Control. Inc. Page 2 of 2 EXHIBIT'B' - Page 2 of 20 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: (Name, legal status and address) Inland Waters Pollution Control, Inc. 4086 Michigan Avenue Detroit, MI 48210 OWNER: (Nance, legal status and addrars) Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 SURETY: (Name, legal status and principal place r f bcariness) Arch Insurance Company Harborside 3, 210 Hudson Street Suite 300 Jersey City, NJ 07311-1107 Mailing Address for Notices 3 Parkway, Ste 1500 Philadelphia, PA 19102 BOND AMOUNT' 5% Five Percent of Amount Bid PROJECT: (.'Vance, location or address, and Project number. jf an)% 2018 Sewer Lining Project This document has important legal consequences. Consultation with an attorney is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within tile. tine specified in the bid documents, or within such -lime period as nray be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance ofsuch Contract and for tile. prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the dit2erence, not to exceed the amount of this Boxed, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another Party to perlirnn the work covered by said bid, then this obligation shall be null and void, otherwise to remain in fill Ibree and ellect. The Surety hereby waives any notice oran ugreement between the Owner and Contractor to extend the lime in which the Owner may accept the bid. Waiverornoliee by the Surcly shall not apply to Lilly extension exceeding sixty (60) days in the aggregate beyond the time for acceplunco orbids specified in the bid documents, and the Owner and Conlruclor %hull obtain the Surety's consent lirr all extension beyond sixty (60) days, If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tcnn Contractor in this Bond shall be doomed to be Subcontractor and tine tarn Owner shall be deemed to be Contractor. When this Bond hus been furnished la comply with a statutory or other legal requirement in [lie locution ol'lhe Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herel'rom and provisions amibrnting to such statutory or other legal requirement shall be deemed incorporated herein. When so litrni%hed, the intent is that this ilond shall be con%trtied as a statutory bond and not as a common law bond, Signed and scaled this 1 st day of October, 2018. ; Inland Waters Pollution Control, Inc. (Pt�lnclpal) (Seal)YAM 90� W Oiliness) vvtt s L SoN - JV B fticj �a,r�nCe �ecQi sls�-"� SLtN� Arch Insurance Company cyaraneec0 (11''ltnesa) Diane oras i �• 9ii By: (Title) Vittoria P. Parkerson , Attorney -in -Fact Missouri S•0054/AS 8/10 EXHIBIT'B' - Page 3 of 20 SURPATH 2O17 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having Its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Victoria P. Parkerson Its true and lawful Attorney -in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations. Surety Bond Number: Bid Bond Principal: Inland Waters Pollution Control, .Inc. Obligee: Richmond Sanitary District This authority does not permit the same obligation to be split Into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney Is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -In -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process:" This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. EXHIBIT'B' - Page 4 of 20 SURPATH 2O17 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 28th day of September , 2017 Attested and Certified �0. OORPORATE %I:rl Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. Finkelstein, Executive Vice President I, Michele Tripod!, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONVIVALTH OF PENNaYLVAHLA NOTARIAL SEAL MCHELEIRIP01}1, NotaryPublic City Of Phllzdetphia, Phila. Coaoty My Ccmmialon FXPtrer.July 31, 202t CERTIFICATION Michele Tripodi, Notary Public My commission expires 07/31/2021 I, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated September 28, 2017 on behalf of the person(s) as listed above Is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 1 st day of October . 2018 E4011 LA 110,111 rlRX'Aaa idit Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch insurance —Surety Division 3 Parkway, Suite 1500 C4,P Philadelphia, PA 19102 OOMLOO13 00 03 03 Page 2 of 2 Printed in U.S.A. EXHIBIT'B' - Page 5 of 20 City of Richmond, Indiana -Richmond Sanitary District October 5, 2018 2380 Liberty Avenue Richmond, Indiana 47374 Inland Waters Pollution Control, Inc. 4086 Michigan Avenue Detroit, MI 48210 Re: 2018 Sewer Lining Project - Workers Compensation Insurance Inland Waters Pollution Control, Inc. does not currently holds a certificate from the Indiana Worker's Board showing that we have complied with IC 22-3-2=5, 22-3-5-1 and IC 22-3-5=2, but we will start the process to obtain one if awarded the contract. Nevertheless we have Worker's Compensation Insurance included in our insurance package and,' we also : possess a Certificate of Worker's Compensation Insurance. from the Ohio Bureau of Worker's Compensation certifying that Inland Water Pollution Control, Inc. participates: in the Ohio State Insurance Fund as required by law.Please see attached the Ohio Certificate of Worker's Compensation Insurance, as. well as Inland Waters Pollution Control,,Inc: Certificate of Insurance. Sincerely, Jamee Bedingfield Assistant Secretary Inland Waters Pollution Control, Inc. Inland Pipe Rehabilitation, L.L.C. 1510 Klondike Rd,. S%V Suite 400 Conyers. GA 30094 p 678 374 9194 wvnv.teanupf.coni EXHSITU'- Page 6 of 20 Ohio 1 Bureau of Workers` ICompensation 30 W. Spring St. Columbus, OH 43215 Certificate of Ohio Workers' Compensation This certifies that the employer listed below participates in the Ohio State Insurance Fund as required by law. Therefore, the employer is entitled to the rights and benefits of the fund for the period specified. This certificate is only valid if premiums and assessments, including installments, are paid by the applicable due date. To verify coverage, visit www.bwc.ohio.gov, or call 1-800-644-6292. This certificate must be conspicuously posted. Policy number and employer 00888676 INLAND WATERS POLLUTION CONTROL INC ;r;t!! 4086 MICHIGAN AVE. DETROIT, MI 48210-3261 /1 www.bwc.ohi o.gov Issued by: BWC Period Specified Below 07/01/2018 to 07/01 /2019 t / Administrator/CEO 1 I You can reproduce this certificate as needed. I I Ohio Bureau of Workers' Compensation Required Posting Effective Oct. 13, 2004, Section 4123.54 of the Ohio Revised Code requires notice of rebuttable presumption. Rebuttable presumption means an employee may dispute or prove untrue the presumption (or belief) that alcohol or a controlled substance not prescribed by the employee's physician is the proximate cause (main reason) of the work -related injury. The burden of proof is on the employee to prove the presence of alcohol or a controlled substance was not the proximate cause of the work -related injury. An employee who tests positive or refuses to submit to chemical testing may be disqualified for compensation and benefits under the Workers' Compensation Act. 63 II Bureau of Workers` 0h1W !®Ype1atB®CYou must post this language with the Certificate of Ohio Workers' Compensation, DP-29 BWC-1629 (Rev. July 1, 2015) EXHIBIT'B' - Page 7 of 20 DATE (MMIDDIn-M ACC> CERTIFICATE OF LIABILITY INSURANCE 6121/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. 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 endorsements . PRODUCER Alliant Insurance Services Houston, LLC CONTACT AmberBmaux NAME: PHONE 713-070d123 FAX 713-470-4124 AlG, No Ext : AIC, No): EMAIL : ahmaux@alllant.com ADDREHouston, 64" Westhelmer, Suite 900 INSURE S AFFORDING COVERAGE NAIC9 TX 77056 INSURERA: Greenwlchinsurance Company 22322 INSURED INSURERS: XL Speclatty Insurance Company 37886 INSURERC: Inland Waters Pollution Control, Inc. INSURERD: 4086 Michigan Avenue INSURERE: Detroit, MI48210 INSURER F: 11nV=0AOFS CFRTIFICATF NUMBER! REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADO SUB POLICYEFF POLICYEXP LTR TYPE OF INSURANCE INSR WUD POLICYNUMBER MM1DDNYYY) (MWDDNYYYI I LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGES RENTED CLAIMS -MADE %� OCCUR PREMISES Ea occurrence) ( $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 CGO740922005 0410112018 0410112019 A GENLAGGREGATE LIMITAPPLIESPER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY I X IPEO- LOC $ OTHER: AUTOMOBILE LIABILITY COMBINED si9GrGTI1fflT- Ea accident $ 2,000,000 BODILY INJURY (Per, person) $ ANY AUTO X BODILY INJURY (Per accident) $ A OWNED SCHEDULED CA0740922106 04101/2018 0410112019 AUTOS ONLY AUTOS HIRED AUTOS NON -OWNED PROPERTY DAMAGE Per accident $ ONLY AUTOS $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS -MADE AGGREGATE $ DED RETENTIONS $ iN0 , ATION X ER OTH- OR AND'EMP,LOYERS' LIABIL�ITYI YIN TATUTE E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETORIPARTNERIEXECUTNE[�] CW0740921906 W0112018 04I0112019 B OFFICERIMEMBER EXCLUDED? NIA (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L.DISEASE -POLICY LIMIT $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below EACH LOSS $ GGREGATE Is OTHER DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space Is required) Re: CITY OF AKRON, OH - SANITARY SEWER RECONSTRUCTION 2017 PROJECT. City of Akron, Ohio. The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the endorsements. The General Liability, Auto Liability, and Workers Compensation policies includes an endorsement providing that 30 days' notice of cancellation will be furnished to the certificate holder, however 10 days if canceled for non-payment. Workers Compensation - Stop Gap Coverage for ND, OH, WA, & WY. �corrcrrerC unt noo CANCELLAI JUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 01988-2016 ACCOID RPORA 1 All rights reserved. ACORD 25 (2016103) The ACO IJr@' Ic66W6 2f09tered marks of ACORD POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACTOR WRITTEN CONTRACT. AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT, Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to .such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 © Insur ,M Rjc$aOTc,?,b c., 2012 Page 1 of 2 C. With, respect to the insurance afforded to these 2. Available under the .applicable Limits of additional insureds, the following is added to . Insurance shown in the Declarations; Section III — Limits Of Insurance:: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contractor agreement; or t I Page 2 of 2 © InsurN�Wg(icps 07�op Jgc., 2012 CG 20 10 04 13 POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACT OR CONTRACT. WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is, An Insured. is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included • in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contractor agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This, endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 ©Insur B�egic� gOf�i�o, Jgc., 2012 Page 1 of 1 POLICY NUMBER: CAD740922105 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury' or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto" with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; The written contract was signed by you and executed prior to the "accident" causing "bodily injury' or "property damage" for which liability coverage is sought; and C. Such person or organization is an ",insured" solely to the extent -required by the contract, but in no event'if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013' © 2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material oWsurance Services Office, Inc., with its permission. EX IBIT'B' - Page 12 of 20 POLICY NUMBER: CAD740922105 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR ® ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2618 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAD740922105 Effective Date: April 1, 2018 Expiration Date: April 1, 2019 Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Address: 2002 Timberloch Place, Suite 550 The Woodlands, TX 77380 Additional Insured (Lessor): All Lessors Ad d ress: Designation Or Description Of "Leased Autos": All Leased Autos CA 20 01 10 13 © InsuraEn�cegSe Bicepsa Offis o� Inc" 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ 2,000,000 Each "Accident" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Comprehensive. $ 1,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Collision $ 1,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Specified $ Deductible For Each Covered "Leased Auto" Causes Of Loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow.. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for. "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b.. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration .date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". 2. The insurance covers the interest of the lessor. unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to. the lessor, we will obtain his or her rights against any other party.. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. . - 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is. not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal 'or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. Page 2 of 2 © Insurance Services Office Inc., 2011. CA 20 01 10 13 EXHIBIT''B' - Page 14 of 20 Part of State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) BID OF Inland Waters Pollution Control, Inc.. (Contractor) 4086 Michigan Avenue (Address) Detroit, MI 48210 FOR PUBLIC WORKS PROJECTS OF Richmond Sanitary District City -of Richmond, Indiana 2018 Sewer Lining Project Filed Action taken P-1 CONTRACTOR'S 6{D FOR PUBLIC WORK - FORM 96 slate Form 62414 (112 / 2.13)1 Form 86 (Revised 2013) m,0 Prescribed by State eoard.of Accounts PART (To be completed for all bids. Please type or print) Date (month, day, year): October 04, 2018 1. Governmental Unit (Owner): City of Richmond, Indiana - Richmond Sanitary District 2. County: Wayne 3: Bidder (Firm):_L nl]1 add Lod c-QIltr.Rl Ill& Address: 4086 Michigan Avenue City/StatelZIPcode: Detroit, M1 48210 4. Telephone, Number: (313) 899-3014 5. Agent of Bidder (if applicable):.. Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Richmond, Indiana - Richmond Sanitary District (Governmental Unit) in accordance with plans and specifications prepared by and dated October 9, 2018 for the sum of 1 Three hundred forty eight thousand two hundred ninety four dollars with 86/100 $ 14R 94.86 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance.with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included In the contract are needed, the cost of units must be the same as that shown in the original contract if accepted. _by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, If any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). 1 hereby certify that I and all subcontractors employed by me for this project will use U.S, steel products on this project if awarded. understand that violations hereunder may result in forfeiture of contractual payments. EXHIBIT'B' - Page 16 of 20 ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of $150,000 or more -1C 36-1-12-4) Governmental Unit: Citv of Richmond. Indiana - Richmond Sanitary District Bidder (Firm) Inland Waters Pollution Control Inc Date (month, day, year): October 04, 2018 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION 1 EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner *See Attact ed Projects References 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner *See Attac ed Projects References EXHIBIT'B' - Page 17 of20 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List references from private firms for which you have performed work. "See Attached Projects References SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE Explain .your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) We will begin working within 30 days of receiving a Notice to proceed d Inland Waters Pollution Control. Inc. has two_crewssof 6-12 personnel that are available to work on the project Once the work is started our crews will not mobilize home until after completing the project 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. Advanced Underground Inspection LLC, 38657 Webb Dr. Westland, MI 48185 - CCTV/ Cleaning Culy Contracting 5 Industrial Park Dr. Winchester IN 47394 - CCTV/Cleaning - Manhole Rehab Pipe Tek Services 27199 Northline Rd Taylor MI 48180 - CCTV/CLEANING EXHIBIT'B' - Page 18 of 20 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Unable to currently provide a listing and will provide prior to contract award What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. `See Attached Equipment List Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. EXHIBIT 'B' - Page 19 of 20 SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered Into any combination, collusion or. agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to Include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without.any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at Conyers, GA this 4th day of October , 2018 land Water ution Contrill, Inc. '( me qj,6rganiza11on')1.1 By Jamee Bedin field Assista a (Title of Perso Signing) ACKNOWLEDGEMENT STATE OF Georgia ) ) ss COUNTY OF Rockdale ) Before me, a Notary Public, personally appeared the above -named Jamee Bedingfield and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this day of %1 . My Commission Expires: I County of Residence: Not& Publc ��\111111f/�� ��%%t '(SON jo f" \, .... • e .o N CP : VBL1G t �Q ••: ' G jam' C1O s b2ee . 2p2� •OQ•`\\ .Will EXHIBIT'B' - Page 20 of 20