Loading...
HomeMy Public PortalAbout19-9612 Professional Services to Achieve the LS14 Service Basin/ not exceed $132,620.20 Sponsored by: City Manager RESOLUTION NO. 19-9612 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON THE CITY OF DAYTONA BEACH'S CONTRACT WITH INSITUFORM TECHNOLOGIES, LLC FOR QUALIFIED PROFESSIONAL SERVICES TO ACHIEVE THE LS14 SERVICE BASIN CURED IN PLACE PIPE (CIPP) REHABILITATION IN THE CITY OF OPA-LOCKA IN AN AMOUNT NOT TO EXCEED ONE HUNDRED THIRTY-TWO THOUSAND SIX HUNDRED TWENTY DOLLARS AND TWENTY CENTS ($132,620.20), IN A FORM THAT IS ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka ("City") requires (CIPP) Rehabilitation to comply with the consent agreement with Miami-Dade County; and WHEREAS, the City of Daytona Beach entered into Contract No. 0118-2600 with Insituform Technologies, LLC for a one-year period commencing February 6, 2019 to September 30, 2019, for Cured in Place Pipe Lining; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback on the City of Daytona Beach's Contract with Insituform Technologies, LLC so it can benefit from already negotiated rates and enter into an agreement for CIPP. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-locka hereby authorizes the City Manager to piggyback on a City of Daytona Beach's Contract with Insituform Technologies, LLC and enter into an contract for CIPP in an amount not to exceed One Hundred Thirty- Two Thousand Six Hundred Twenty Dollars and Twenty Cents ($132,620.20), in a form that is acceptable to the City Attorney. ' SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re-lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a Resolution No. 19-9612 corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 27th day of February, 2019. Mayor Matt ew A. Pigatt Attest to: Approved as to form and legal sufficiency: (-)1 )°- Jo. 1 a Flores THE BROWN LAW GROUP, LLC Cit ` Clerk City Attorney Moved by: COMMISSIONER KELLEY Seconded by: VICE MAYOR DAVIS Commissioner Vote: 5-0 Commissioner Burke: YES Commissioner Kelley: YES Commissioner Bass: YES Vice-Mayor Davis: YES Mayor Pigatt: YES City of Opa-Locka ,Agenda Cover Memo Department Airia Austin Department 041. • 0.11; -• Director: . Director Signature: Finance Director: Bryan Hamilton FD Signature: `\ Department ` Acting City Newall Daughtrey CM Signature: \ Manager: ■mot, , *AIL. Commission 01/13/2019 Item Type: Resolution Orl" ance O er Meeting Date: X (EnterX in box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (Enter X in box) Yes No (Enter X in box) X Public Hearing: Yes No Yes No (Enter X in box) X x Funding Source: (Enter Fund Advertising Requirement: Yes No Account# &Dept) (EnterX in box) X Ex: 75-5356314 Contract/P.O. Yes No RFP/RFQ/Bid#: RFP# Required: X Piggyback Contract (Enter X in box) Strategic Plan Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Related X Enhance Organizational • (list the specific objective/strategy this (EnterX in box) Bus.&Economic Dev 0 item will address) Public Safety Quality of Education 0 Qual.of Life&City Image Communication Sponsor Name City Manager Department: City Manager Short Title: Pipe Lining of the Gravity System for Pump Station 14 service area. Staff Summary: The purpose of this request is to piggyback existing contract from the City of Daytona Beach, for qualified professional services to achieve the LS14 Service Basin cured in place pipe (CIPP) Rehabilitation in the City of Opa-locka. This project will have a fiscal impact of$132,620.20; however, it will allow us to be in compliance with the consent agreement with Dade County.. Proposed Action: Staff recommends approval of this piggyback active contract from City of Daytona Beach to avoid that the current Moratorium continues preventing commercial businesses to grow on this area. Attachment: 1. Agenda 2. Insituform Technologies, LLC Proposal 3. Active contract with the City of Daytona Beach. lnsituform Technologies.LLC is a subsidiary of Region Corporation • 17988 Edison Avenue Andrew Costa Phone: 813-309-0385 All A E G I 0�J Insituform Chesterfield,MO 63005 Vice President of Sales Fax: 813-627-0006 Stronger.Safer.Infrastructure: www.insituform.com East Region Email: acosta @aegion.com February 8, 2019 AA]A-YCAZEG Mr.Airia Austin Public Works Director/Director of Capital Improvement Programs City of Opa Locka 780 Fisherman Street Opa-locka, FL 33054 Project Name: LS#14 Basin Area CIPP Rehabilitation Contract#: City of Daytona Beach—General Services Contract—Contract No. 0118-2600 Start Date: TBD Completion Date: TBD PROPOSAL PRICING: Insituform proposes the following pricing for the scope of services described herein: Item Description Unit Qty Unit Price Total Price AAA Mobilization Setup 2 $3,578.40 $7,156.80 QQ-1 Bypass Pumping - 8" Diameter LS 30 $317.40 $9,522.00 TT-3 Traffic Control - Barricades Setup 10 $264.50 $2,645.00 M-1 Medium Cleaning&Inspection- 8"-12" Diameter LF 2,884 $3.70 $10,670.80 A-3 CIPP—8"Diameter LF 2,884 $26.00 $74,984.00 W Easement Access LF 2,884 $31.70 $10,670.80 Q-6 Lateral Cutout EA 29 $195.00 $5,655.00 Q-4 Lateral Grout EA 29 $390.20 $11,315.80 TOTAL $132,620.20 ***A copy of City of Daytona Beach contract No.0118-2600 has been attached to this proposal for review and use*** Submitted By: (>4, Andrew Costa Vice President of Sales GENERAL SERVICES CONTRACT CONTRACT NO. 0118-2600 THE PARTIES TO THIS CONTRACT are the City of Daytona Beach. a Florida municipal corporation (the "City"), and insituform Technologies. LLC, a foreign limited liability company ("Contractors). In consideration of the mutual covenants herein contained, the Parties agree as follow& Section 1. Scope of Services. Contractor will provide Cured in Place Pipe Lining and associated services as further described in Exhibit A, attached hereto and incorporated herein, to the City from time to time at the direction of the City during the Term of this Contract. Section 2. Services Must Be Authorized in Writing This Contract, in and of itself, does not require the Contractor to perform any services or obligate the City to pay for any services rendered. No services will be provided under this Contract, and no payment obligation will arise for performance of services. except when specifically authorized by work authorization issued in accordance with the City's procurement policies. A work authorization may consist of a contract document signed by both the City and Contractor; or it may consist of Contractor's written quotation/proposal, identifying the work to be performed and the Fees for such work as established below; and the City's purchase order issued in response to and accepting the proposal. No work authorization may alter the terms and conditions of this Contract. In case of a conflict with a work authorization this Contract will govern. The work authorization may provide more detailed parameters for the services to be provided, such as deliverables, deadlines, and required conditions for payment of Fees, consistent with the provisions of this Contract. Section 3. Fee(s). For the services provided under this Contract, City will pay Contractor Fees based upon the Fee/Rate Schedule attached hereto as Exhibit B. The Fees described in Exhibit B will be Contractor's sole compensation for the services to be provided. Except for any reimbursable expenses specifically authorized by Exhibit, Contractor will be solely responsible for all of costs Contractor incurs in meeting its obligations herein. Section 4. Billing; Manner of Payment. in addition to requirements for payment established by applicable federal, state, or local law including the City Code, payment terms are as follows. (a) Unless provided otherwise herein, the City will pay 30 days after receipt of a valid invoice or receipt of goods or services. whichever is later. (b) In order to be considered to be valid, an invoice must include all information that the City needs to verify the accuracy of the invoice and the amount of payment due based on the specific requirements of this Contract, such as where partial payments are due upon completion of specific tasks, or where payments are based on hourly rates In addition. where payment of reimbursable expenses is specifically provided for. an invoice for such expenses will not be valid unless sufficient documentation is provided to verify that such expenses were incurred and that other conditions have been met. In addition, where any portion of the work was performed by subcontractors, Contractor must provide proof of payment/release of subcontractors' liens except as provided in Section 12A. (c) If an invoice submitted by Contractor is not valid, within 30 days after receipt the City will provide notice to the Contractor identifying the deficiencies. Section 5. Standard of Performance. Contractors services will at a minimum meet the level care and skill ordinarily used by members of Contractor's profession performing the type of services provided herein within the State of Florida. Section 6. Relationship between Parties. This Contract does not create an employee- employer relationship between the City and Contractor. Contractor is an independent contractor of the City and will be in control of the means and the method in which the requested work is performed. As an independent contractor, Contractor will be solely responsible for payment of all federal, state and local income tax, and self-employment taxes, arising from this Contract; and Contractor agrees to indemnify and hold harmless the City from any obligations relating to such taxes. The City will not make deductions from payments due. for such taxes, or for social security, unemployment insurance.. worker's compensation, or other employment or payroll taxes Section 7. Documents and Records. (a) All reports, estimates, logs, original drawings, and other materials furnished,. prepared or executed by Contractor during the term of and in accordance with the provisions of this Contract will be the property of the City and delivered to the City upon demand or, if no demand has previously been made, upon completion of the particular task for which such materials were prepared, executed, or otherwise required. (b) To the extent applicable, Contractor will comply with the requirements of Florida Statutes Chapter 119, which may include the following: (1) Keeping and maintaining public records that ordinarily and necessarily would be required by the public agency in order to perform the service provided herein. (2) Upon the request of the City Clerk of the City (i) providing the City Clerk with a copy of requested public records. or (ii) allowing inspection or copying of public records, within a reasonable tim after receipt of the City Clerk's request, at a cost that does not exceed the cost provided in Ch 119, Florida Statutes, or as otherwise provided by law. (3) Ensuring that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law until completion of the work required by a work authorization and following such completion if Contractor fails to transfer such records to the City (4) Upon completion of the work required by a work authorization. keep and maintain public records required by the City to perform the service. Contractor will meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City upon the request of the City Clerk, in a format that is compatible with the City's information technology systems IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES. TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR MUST CONTACT THE CITY CLERK, WHOSE CONTACT INFORMATION IS AS FOLLOWS: (Phone) 386 671-8023 (Email) clerk @codb.us (Address) 301 S. Ridgewood Avenue Daytona Beach, FL 32114 Section 8. Effective Date and Term. The Effective Date of this Contract is the date on which the last Party signs it The Term of this Contract is one year, commencing on the Effective Date. The City will have the option to renew this Contract for up to 4 Terms of one-year each. by providing Contractor written notice. Such notice must be provided at least 60 days before the end of the current Term unless waive by Contractor If this Contract specifically provides that some or all of Contractor's services will be required only after issuance of a City work authorization, any work authorizations previously issued by the City will remain in effect after the expiration of this Contract unless the City terminates this Contract dues to Contractor's material breach after notifying Contractor to suspend such services as provided below. Section 9. Termination. (a) The City may by written notice to Contractor terminate this Contract, in whole or in part. at any time, either for the City's convenience or because of the failure of the Contractor to fulfill its contractual obligations (1) Before terminating for convenience, City must provide Contractor at least 30 day's advance notice of termination. This Contract will terminate automatically and without need for further notice upon the expiration of the notice period. (2) Except as provided in Section 10(a)(3), before terminating due to Contractor's material breach of its contractual obligations. City must provide Contractor prior written notice. specifying the breach and demanding Contractor remedy the breach within 10 days of the notice, or within such longer period as may be reasonably required if the nature of the breach is that it cannot be remedied within 10 days of notice. This Contract will terminate automatically and without need for further notice if Contractor fails to remedy the material breach within the period described in the City's notice of breach. (3) The City may terminate this Contract upon Contractor's breach without providing Contractor an opportunity to remedy the breach as referenced immediately above, if Contractor or any of Contractor's personnel, in connection with the services or rights provided herein.. commit a criminal act or engage in activity that poses a material risk of injury to persons or damage to property. Such termination will be effective immediately upon providing Contractor written notice. (b) If the termination is for convenience, Contractor will be paid compensation for authorized services performed to the date of termination. If termination is due to Contractor's material breach, the City reserves all rights and remedies it may have under law due to such breach. Among other things, the City may take over the work and prosecute the same to completion by other agreements or otherwise: and in such case, the Contractor will be liable to the City for all reasonable additional costs occasioned to the City thereby (c) If after notice of termination for the Contractor's failure to fulfill contractual obligations it is judicially determined by a court of law that the Contractor had not so failed the termination will be conclusively deemed to have been effected for the City's convenience In such event, adjustment in payment to Contractor will be made as provided in subsection (b) of this Section for a termination for convenience (d) The rights and remedies of City provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Contract. Section 10. Suspension of Services. The City may suspend Contractor's services if the notice of material breach provided pursuant to Section 10(a)(2) so directs. The City may also suspend Contractor's services in lieu of termination, under the conditions set forth in Section 10(a)(3), by providing Contractor written notice of suspension. Contractor will suspend activities immediately upon receipt thereof, and in such instance Contractor's rights to provide services referenced herein will also automatically be suspended for the period of such suspension. Section 11. Indemnification. Contractor will indemnify and hold harmless the City. including the City's officers, employees, and agents, from liabilities, damages. losses,. and costs, including, but not limited to. reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of Contractor, or Contractor's officers, employees, or agents, including subcontractors and other persons employed or use by Contractor in the performance of this Contract. This indemnification agreement is separate and apart from, and in no way limited by, any insurance provided pursuant to this agreement or otherwise. Section 12. Insurance. Contractor will provide and maintain at Contractor's own expense. insurance of the kinds of coverage and in the amounts set forth in this Section. All such insurance will be primary and non-contributory with the City's own insurance In the event any request for the performance of services presents exposures to the City not covered by the requirements set forth below, the City reserves the right to add insurance requirements that will cover such an exposure. (a) Coverage and Amounts. (1) Workers Compensation Insurance as required by Florida Statutes.. Chapter 440, Workers' Compensation Insurance, for all employees of Contractor, employed at the site of the service or in any way connected with the work. which is the subject of this service. The insurance required by this provision will comply fully with the Florida Workers'Compensation Law and include Employers' Liability Insurance with limits of not less than $500,000 per occurrence. Any associated or subsidiary company involved in the service must be named in the Workers' Compensation coverage. If Contractor wishes to claim an exemption from worker's compensation insurance requirements, Contractor will notify the Risk Manager in writing on Contractor's official letterhead. (2) Liability Insurance, including (i)Commercial general liability coverage for operations, independent contractors, products-completed operations, broad form property damage, and personal injury on an "occurrence" basis insuring Contractor and any other interests, including but not limited to any associated or subsidiary companies involved in the work: and (ii) Automobile Liability Insurance, which will insure claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle used by the Contractor in the performance of this Contract THE COMMERCIAL GENERAL LIABILITY INSURANCE POLICY WILL NAME THE CITY AS AN ADDITIONAL INSURED. Contractor's Commercial General Liability insurance policy shall provide coverage to Contractor, and City when required to be named as an additional insured either by endorsement or pursuant to a blanket additional insured endorsement. for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) without the attachment of any endorsements excluding or limiting coverage for Products/Completed Operations, Independent Contractors, Property of City in Contractor's Care, Custody or Control or Property of City on which contracted operations are being performed, Explosion, Collapse or Underground hazards (XCU Coverage. Contractual Liability or Separation of Insureds). When City is added as additional insured by endorsement, ISO Endorsements CG 20 10 and CG 20 37 or their equivalent shall be used to provide such Additional Insured status.. The limit of liability for each policy will be a combined single limit for bodily injury and property damage of no less than $1.000,000 per occurrence. If insurance is provided with a general aggregate. then the aggregate will be in an amount of no less than $2,000,000. The Risk Manager may authorize lower liability limits for the automobile policy only, at the Risk Manager's sole discretion. Unless specifically waived hereafter in writing by the Risk Manager. Contractor agrees that the insurer shall waive its rights of subrogation, if any, against the City on each of the above listed insurance coverages. (b) Proof of Insurance. Contractor will furnish proof of insurance acceptable to the City prior to or at the time of execution of this Contract. Contractor will not commence work until all proof of such insurance has been filed with and approved by the City. Contractor will furnish evidence of all required insurance in the form of certificates of insurance which will clearly outline all hazards covered as itemized above. the amounts of insurance applicable to each hazard, the expiration dates. The certificates will also contain the following language as to cancellation' 'In the event of cancellation of this policy by the insurer or any insured, this Company will give not less than 30 days advance written notice to Risk Manager The City of Daytona Beach P.O Box 2451 Daytona Beach, Florida 32115-2451' If requested by the City. Contractor will furnish copies of the insurance contracts to support the certificates of insurance and the copies of said insurance must be acceptable to the City. (c) Subcontractors' Insurance. Each of Contractor's subcontractors will be required to provide insurance in substantially similar form to the insurance required of Contractor above based on services provided. (d) Cancellation; Replacement Required. Contractor will file replacement certificates 30 days prior to expiration or termination of the required insurance occurring prior to the acceptance of the work by the City. If a required policy is canceled without Contractor's prior knowledge Contractor will immediately notify the City immediately upon becoming aware that a required insurance coverage has been canceled for any reason, and promptly replace the canceled policy. The City expressly reserves the right or replace the canceled policy at Contractor's expense of Contractor fails to do so. (e)Termination of Insurance. Contractor may not cancel the insurance required by this Contract until the work is completed, accepted by the City and Contractor has received written notification from the Risk Management Division of the City that Contractor may cancel the insurance required by this Contract and the date upon which the insurance may be canceled. The Risk Management Division of the City will provide such written notification at the request of Contractor if the request is made no earlier than two weeks before the work is to be completed. (f) Liabilities Unaffected. Contractor's liabilities under this Contract will survive and not be terminated, reduced or otherwise limited by any expiration or termination of insurance coverages. Similarly, Contractor's liabilities under this Contract will not be limited to the extent of by the existence of any exclusions or limitations in insurance coverages, or by Contractor's failure to obtain insurance coverage. Contractor will not be relieved from responsibility to provide required insurance by any failure of the City to demand such coverage, or by City's approval of a policy submitted by Contractor that does not meet the requirements of this Contract, Section 12A. Bonds. Contractor will be required to provide payment and performance bonds on a per project basis, which will each be equal to 100% of the value of any Work Authorization issued exceeding $100,000,00 prior to commencing the referenced work. The surety company executing the bonds must be authorized to do business in the State of Florida and must be listed by the United States Treasury Department as being approved for writing bonds for federal projects on its current list in an amount not less than the required bond amount. The form of the bond must be approved by the City and must be accompanied by sufficient evidence of the authority of the issuing agent. The bonds must otherwise comply with the requirements of F.S. § 255.05. In lieu of the required bonds, Contractor may provide an alternative form of security as specified in F.S. § 255.05(7) upon the City's approval. Any bonds used to comply with this Section must be in the form provided by the City; and Contractor must record the executed bonds and provide the City certified copies of the recorded documents before commencing work, Upon Contractor's (i) execution and recordation of payment and performance bonds complying with the foregoing provisions; and (ii)furnishing to the City a certified copy of the recorded bonds, proof of payment of Contractor's subcontractors and suppliers will not be required as a condition of making a required payment to Contractor and to the extent that the General Conditions provide otherwise the General Conditions are superseded. Section 13. Notice. Unless otherwise expressly agreed herein. all notices, requests, and demands to or upon the Parties will be delivered by hand, delivered by a courier service, provided to a nationally recognized delivery service for overnight delivery, transmitted to a receiving fax machine followed by hard copy within two days. or by U S. mail, postage prepaid by registered or certified mail, return receipt requested, to the addresses set forth herein; To the City. To Contractor Eric Smith, Engineer II Insituform Technologies. LLC Daytona Beach Utilities Attn: Diane Partridge.Contracting and Attesting Office( 125 Basin St Suite 100 17988 Edison Avenue Daytona Beach; FL 32114 Chesterfield, MO 63005 Fax. 386-671-8502 Fax. (636) 530-8701 provided. however, that either Party may change the person or address designated for receipt of the Party's notices, by providing written notice to the other Party Section 14. Personnel. In order to induce the City into entering this Contract, Contractor represents that Brandt Curvel, Project Manager; Al Yeomans, General Superintendent: and Jason Burnell, Field Superintendent will generally perform or directly supervise the tasks assigned to Contractor herein, and that Contractor will not replace the named individuals without the City's prior written approval. Contractor represents that Contractor has or will secure at Contractor's own expense, all personnel required in performing the services under this Contract. Such personnel will not be employees of or have any contractual relationship with the City. All personnel engaged in the work will be fully qualified and will be authorized under state and local law to perform such services Section 15. City's Responsibilities. The City agrees to make available for review and use by the Contractor, reports, studies, and data relating to the services required. The City will establish a project manager to meet periodically with the Contractor to facilitate coordination and ensure expeditious review of work product. Section 16. Limitation on Waivers. Neither the City's review, approval, or acceptance of, or payment for, any of the services provided by Contractor, will be construed to operate as a waiver of the City's rights under this Contract. Contractor will be and always remain liable to the City in accordance with applicable law for any and all damages to the City caused by the Contractor's negligent or wrongful provision of any of the services furnished under this Contract. Failure of the City to exercise any right or option arising out of a breach of this Contract will not be deemed a waiver of any right or option with respect to any subsequent or different breach, or the continuance of any existing breach. Furthermore. the failure of the City at any time to insist upon strict performance of any condition, promise, agreement or understanding set forth herein will not be construed as a waiver or relinquishment of the City's right to insist upon strict performance of the same condition, promise, agreement or understanding at a future time Section 17. Dispute Resolution. If a dispute exists concerning this Contract. the Parties agree to use the following procedure prior to pursuing any judicial remedies (a) Negotiations.A Party will request in writing that a meeting be held between representatives of each Party within 14 calendar days of the request or such later date that the Parties may agree to. Each Party will attend and will include, at a minimum, a senior level decision maker (an owner, officer, or employee of each organization) empowered to negotiate on behalf of their organization. The purpose of this meeting is to negotiate in the matters constituting the dispute in good faith. The Parties may mutually agree in writing to waive this step and proceed directly to mediation as described below. (b) Non-Binding Mediation. Mediation is a forum in which an impartial person, the mediator, facilitates communication between parties to promote reconciliation, settlement. or understanding among them. Within 30 days after the procedure described in Subsection (a) proves unsuccessful or the Parties mutually waive the subsection (a) procedure, the Parties will submit to a non-binding mediation. The mediation, at a minimum, will provide for (i) conducting an on-site investigation, if appropriate, by the mediator for fact gathering purposes, (ii)a meeting of all Parties for the exchange of points of view and (iii) separate meetings between the mediator and each Party to the dispute for the formulation of resolution alternatives. The Parties will select a mediator trained in mediation skills and certified to mediate by the Florida Bar, to assist with resolution of the dispute. The Parties will act in good faith in the selection of the mediator and give consideration to qualified individuals nominated to act as mediator. Nothing in this Contract prevents the Parties from relying on the skills of a person who also is trained in the subject matter of the dispute or a contract interpretation expert Each Party will attend and will include, at a minimum, a senior level decision maker (an owner, officer, or employee of each organization) empowered to negotiate on behalf of their organization. If the Parties fail to reach a resolution of the dispute through mediation. then the Parties are released to pursue any judicial remedies available to them. Section 18, General Terms and Conditions. (a) Amendments. Except as otherwise provided herein, no change or modification of this Contract will be valid unless the same is in writing and signed by both Parties. (b) Assignments and Subcontracting. No assignment or subcontracting will be permitted without the City's written approval. (c) Compliance with Laws and Regulations. in providing all services pursuant to this Contract. Contractor will abide by all federal. state. and local statutes, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services including those now in effect and hereafter adopted: including, but not limited to, Occupational Safety and Health Administration's (OSHA) Excavation Safety Standard, 29 C.F.R.s 1926.650 Sub Part P, and the Trench Safety Act, Florida Statutes Section 553.60 et seq. For purposes herein, the aforementioned laws and regulations include the current stormwater permit issued to the City pursuant to the National Pollutant Discharge Elimination System (NPDES) program a copy of which will be made available upon request. Any violation of said statutes, ordinances, rules, or regulations will constitute a material breach of this Contract and will entitle the City to terminate this Contract immediately upon delivery of written notice of termination to the Contractor (d) Truth in Negotiations Certificate. Contractor hereby certifies that the wages and other factual unit costs supporting the compensation herein are accurate. complete, and current at the time of this Contract (e) No Third Party Beneficiaries. There are no third party beneficiaries of Contractor's services under this Contract. (f) Contingency Fee. Contractor warrants that it has not employed or retained any company or person. other than a bona fide employee working solely for Contractor, to solicit or secure this Contract and that it has not paid or agreed to pay any person. company, corporation, individual or firm, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, gift. or any other consideration. contingent upon or resulting from the award or making of this Contract. (g) Nondiscrimination.Contractor will not discriminate against any employee or applicant for employment because of race, color. sex, or national origin. Contractor will take affirmative action to ensure that applicants are employed and the employees are treated during employment without regard to their sex, race, creed, color, or national origin Further, Contractor agrees to comply with all local, state, and federal laws and ordinances regarding discrimination in employment against any individual on the basis of race, color, religion, sex, national origin, physical or mental impairment, or age. In particular, Contractor agrees to comply with the provisions of Title 7 of the Civil Rights Act of 1964, as amended, and applicable executive orders including, but not limited to, Executive Order No 11246. (h) Principles in Construing Contract. This Contract will be governed by and construed in accordance with the laws of the State of Florida. Captions and paragraph headings used herein are for convenience only, are not a part of this Contract and will not be deemed to limit or alter any provisions hereof or to be relevant in construing this Contract. The use of any gender herein will be deemed to be or include the other genders, and the use of the singular herein will be deemed to be or include the plural (and vice versa), wherever appropriate. If any word, phrase, clause, sentence or provision of the Contract, or the application of same to any person or set of circumstances is for any reason held to be unconstitutional, invalid or unenforceable, that finding will only effect such word. phrase, clause, sentence or provision, and such finding will not affect the remaining portions of this Contract; this being the intent of the Parties in entering into the Contract; and all provisions of the Contract are declared to be severable for this purpose. (i) Venue. The exclusive venue for any litigation arising out of this Contract will be Volusia County. Florida if in state court or the U.S. District Court, Middle District of Florida if in federal court. (j) Litigation Costs. Except where specifically provided herein in case of litigation between the Parties concerning this Contract, each party will bear all of its litigation costs. including attorney's fees. (k) Force Majeure. A force majeure event is an act of God or of the public enemy. riots, civil commotion, war, acts of government or government immobility (whether federal, state, or local)fire: flood, epidemic. quarantine restriction, strike, freight embargo, or unusually severe weather; provided, however, that no event or occurrence will be deemed to be a force majeure event unless the failure to perform is beyond the control and without any fault or negligence of the Party charged with performing or that Party's officers, employees, or agents. Whenever this Contract imposes a deadline for performing upon a Party the deadline will be extended by one day for each day that a Force Majeure event prevents the Party from performing, provided, however, that the Party charged with performing and claiming delay due to a Force Majeure event will promptly notify the other Party of the Event and will use its best efforts to minimize any resulting delay (I) Jury Trial Waived. THE PARTIES HEREBY WAIVE THEIR RESPECTIVE RIGHTS TO A JURY TRIAL OF ANY CLAIM OR CAUSE OF ACTION BASED UPON OR ARISING OUT OF THIS CONTRACT, OR ANY DEALINGS BETWEEN THE PARTIES. THE SCOPE OF THIS WAIVER IS INTENDED TO BE ALL ENCOMPASSING OF ANY DISPUTES BETWEEN THE PARTIES THAT MAY BE FILED IN ANY COURT AND THAT RELATE TO THE SUBJECT MATTER, INCLUDING WITHOUT LIMITATION, CONTRACT CLAIMS, TORT CLAIMS, BREACH OF DUTY CLAIMS AND ALL OTHER COMMON LAW AND STATUTORY CLAIMS. (m) Authority to Bind Contractor. The undersigned representative of Contractor represents and warrants the he or she is fully authorized to bind Contractor to the terms and conditions of this Contract. (n) Incorporation of RFP and Proposal. The City's Request for Proposals 0118-2600. and the Contractor's responsive proposal are incorporated herein by reference as Composite Exhibit C and will remain on file in the Office of the Purchasing Agent. In case of conflicts between the RFP and Proposal, the RFP will govern. In case of conflicts between Composite Exhibit C and other provisions of this Contract, including Exhibits A and B. this Contract will govern. (o) Integration. This Contract represents the entire agreement of the parties with respect to the subject matter hereof. No representations, warranties. inducements or oral agreements have been made by either Party except as expressly set forth herein or in other contemporaneous written agreements_ IN WITNESS WHEREOF. the Parties through their undersigned representatives have caused this Contract to be executed in duplicate original THE CITY CONTRACTOR 1 1 By l) < /6 N,!,G BY: Derrick L. Henry. ayor Printed Name: Diane Partridge Title: Contracting and Attesting Officer Date: X -- 1 F- 1 Date: January 3.2019 Attest' a y_ ` / Letitia LaMagna, City Clerk Approved as to legal form: By: ' Ro•ert Jagge •ty attorney INSIT0FORM TECHNOLOGIES,I.LC PRESIDENT APPOINTMENT OF CONTRACT0NGAND ATTESTLNG OFFICERS Die undersigned, being the President of Insitufonn Technologies, L LC,a Delaware Limited Liability Company(the"Company"),and pursuant to the authority set forth in the Limited Liability Conipaiiy Operating Agreement of the Company,hereby determines that: Christlanda Adkins,Laura M. Andreski,Janet hiass, Jana Lause, Diane Partridge. Whittney Schulte,and Ursula Youngblood are appointed as Contracting and Attesting Officers of the Company.each with the authority, individually and in the absence of the others,subject to the control of the Board of Managers of the Company, to: (i)ucd(fy and attest to the signature of any officer of the Company:(ii)enter into and hind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Cumpuny:(iii)punuoteomdtoJe|iverJucumcotsouhchu|fo[dkcCompany; uod(ir) take such other action as is or may be.necessary and appropriate to carry out the project, activities and work of the Company. 2. Any person previously appointed or serving as a Contracting and Attesting Officer of the Company prior to the date hereof and who is not named above is hereby removed from any such appointment, Dated: December |,I018 Charles R.Gordon President EXHIBIT A SCOPE OF WORK I. General The CITY requires professional Cured In Place Pipe (CIPP) rehabilitation services for sanitary sewer gravity mains and oval and round stormwater mains (8"—72"diameter) on a continuing annual contract basis. Quantities listed are estimated for proposal purposes based on work projections and are subject to change. The term of the agreement will be for a period of one (1) year with an option to extend the agreement for four (4) additional one-year terms upon mutual agreement for the same prices and at the same terms and conditions The contract shall not exceed five (5) years II. Summary of Work The CONTRACTOR shall provide all work required for a completed project including but not necessarily limited to labor, supervision, traffic control, materials, equipment, installation, onsite material test samples showing compliance with manufacturer's recommended material, handling and incidentals required for the rehabilitation of various sized sanitary sewer gravity mains and oval and round stormwater mains with resin impregnated cured-in-place pipe (CIPP) in accordance with American Society for Testing and Materials (ASTM) Designation F1216-16 and all applicable CITY, manufacturer and industry preferred standards. The CONTRACTOR shall provide professional advice to CITY on the most cost-effective and efficient approach to resolve all challenges encountered during the performance of the work. Work assigned under this contract may include, but is not limited to, the following types of projects: • Stormwater main and sanitary sewer main cleaning • Stormwater main and sanitary sewer main pre- and post- work video inspections • Easement access • Maintenance of Traffic (MOT) • Isolation and by-pass pumping • Cured-In Place Pipe reconstruction • Chemical and physical product testing • Hydraulic capacity testing • Reinstatement of services and pressure grouting • Erosion and sediment control • Site restoration III. Product Performance A. Lining Standard lining products meeting product specifications outline in ASTM Designation: F1216-16 (Attachment A) are intended to have a 50-year design life and in order to minimize CITY's risk. Only proven products with substantial successful long- term track records will be approved All thicknesses expressed on the Bid Item Schedule are the finished thicknesses of the liner after curing. B. EquipmentNehicles All CONTRACTOR/sub-contractor equipment shall be sufficient in size and number for work to be performed in a timely manner under this contract. All CONTRACTOR/sub-contractor equipment shall be maintained in good operating condition. The CITY reserves the right to reject any equipment deemed unsafe or insufficient in size and/or number to perform work under this contract. It shall be the sole responsibility of the CONTRACTOR/sub-contractor to replace rejected equipment in a timely manner and at no cost to the CITY. All equipment shall be equipped at a minimum with manufacturer's recommended sound muffling devices that will reduce noise levels to the State or Federal acceptable limit for residential neighborhoods. IV. Materials A. All materials specified by name, brand or manufacturer shall be delivered to the job site in original containers. CONTRACTOR shall obtain printed instruction and special bulletins for the manufacturer-recommended safety precautions. CONTRACTOR/sub-contractor personnel will have copies of the manufacturer- recommended safety precautions available at the work site to ensure all work is performed in a safe manner B. The CONTRACTOR shall use potable water from the CITY for the project. The CONTRACTOR must obtain a construction hydrant water meter and all appropriate fees paid prior to the start of work. The CONTRACTOR will be responsible for paying for all potable water used at standard CITY rates. VII. Contractor Responsibilities A. Backflow Prevention: The CONTRACTOR will properly install an approved backflow prevention device in-line to the fresh water fill line of all jetting and/or vacuum equipment B. Staffing: The CONTRACTOR shall employ adequate staff to perform the services required, including but not limited to Project Representative, Project Manager, Field Supervisor and Senior Foreman. CONTRACTOR shall provide staff who are proficient and experienced in all phases of services required. C. Site Assessment: The CONTRACTOR shall visit each site to assess site conditions including confirmation of the actual footage, material type and diameters and incorporate those findings in their initial cost and work proposal. D. Vehicle Identification: The CONTRACTOR shall ensure that employee's vehicles display company logo on the side doors and company phone numbers. The CONTRACTOR will not permit personal vehicles to be parked at the job site. E. License and Confined Space. The CONTRACTOR shall be a licensed CONTRACTOR for the provision of these services in the State of Florida with full service offices in the State of Florida for the provision these services F. Cleaning of Stormwater Main and Sewer Lines The CONTRACTOR shall remove and properly dispose of all debris from the inside of manholes. stormwater mains and/or sewer lines and provide a sufficiently dry interior environment that will not interfere with the installation's expected working life of a durable CIPP liner per the manufacturer's requirements. G. Bypassing Stormwater and Sewage: The CONTRACTOR shall provide for the flow of stormwater and sewage around the sections of pipe designated for reconstruction. The CONTRACTOR shall make the bypass by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole by way of restrained watertight pipe. The CONTRACTOR will provide pump(s) and bypass lines of adequate capacity and size to handle the average daily flow. The CONTRACTOR'S backup bypass pump(s)will be adequately sized and with full operational capabilities and will be on site at all times of by-pass pumping The CONTRACTOR shall be responsible for all traffic control during operations and bypass pumping. H. TV & Inspection of Pipelines The CONTRACTOR will inspect pipelines using experienced personnel trained in locating breaks. obstacles and service connections by closed circuit television. The CONTRACTOR will carefully inspect the interior of the pipeline to determine the location of any conditions which may prevent proper installation of CIPP into the pipeline; the CONTRACTOR will notify the City so that these conditions can be corrected. The CONTRACTOR shall review all questionable host pipe areas with the CITY and provide advice on remedies to correct them. The CONTRACTOR will maintain a video and suitable log for later reference by the CITY The CONTRACTOR will perform the post-construction inspection and will provide a video DVD and log to the CITY. The CONTRACTOR will ensure that all video inspection are witnessed by a CITY representative as it is being performed. The CONTRACTOR will include the cost of video inspection in the contract line items. I. Manhole/Liner Interface: The CONTRACTOR shall make a watertight seal at the interface where the liner/host pipe meets the manhole or other attachment point. The CONTRACTOR'S removal of CIPP liner from areas where line placement was elected in lieu of resetting equipment shall be incidental to the placement of the CiPP. J. Service Reconnection: Service reconnection refers to the reinstatement of the house service connection at the sewer main after the installation of trenchless pipe reconnection system The CONTRACTOR will accomplish this from within the sewer main via a remote controlled cutting device. K. Service with Pressure Grouting: The CONTRACTOR will pressure grout the service wye after mainline has been rehabilitated and service line re-instated. The CONTRACTOR will use a non-shrinking chemical grout (Avanti 118/101 or Cues Quickseal 105 are acceptable). The CONTRACTOR shall provide trenchless reconstruction of service laterals and main line sewers. The CONTRACTOR shall perform services including but not limited to televised inspection, data collection, system flow analysis and pipeline reconstruction in accordance with ASTM Designation F2454- 05, attached as Attachment B. L. Safety and Worksite Control: The CONTRACTOR will provide services that include safety measures for both their workers and the public The CONTRACTOR is completely responsible for the control of the environment of the work site during on-site operations including implementation, operation, maintenance and tear down of traffic control systems. The CONTRACTOR will take all precautions to protect the workers, public the CITY staff from the exposure to harmful or hazardous situations and substances within the stormwater and sewer systems. M. Waste Materials: The CONTRACTOR will dispose all waste materials and shall transport waste materials to the nearest CITY Wastewater Treatment Plant for processing. The CONTRACTOR will obtain CITY approval of all waste material disposal schedules The CONTRACTOR shall clean up all waste material spills and clean-up required due to the loading, hauling and unloading of the CONTRACTOR's equipment. The CONTRACTOR shall conform to any and all requirements regarding hauling and disposal of waste from each work site in accordance with OSHA regulations and those that may be mandated by federal, state or local governments. The CONTRACTOR shall ensure that all waste material transporters possess all required federal, state and local regulations, including but without limitation, 40 CFR Part 263, "Standards Applicable to Transporters of Hazardous Waste' and Chapter 17-730, Part 3, Florida Administrative Code, as may be amended from time to time N. Curing Water' The CONTRACTOR will pay for all costs associated with disposal of curing water in accordance with CITY, State and Federal regulations O. TV Inspection Report: The CONTRACTOR will prepare and submit a report of each TV inspection and analysis to the CITY for review. The CITY shall consult with the CONTRACTOR and finalize the scope of work. P. Schedule Coordination: The CONTRACTOR shall inform the CITY of its planned work schedules two weeks in advance of performing the work and provide the CITY reasonable opportunity to observe and inspect the work. The CONTRACTOR will advise the CITY of all schedule changes and notified when a work site is to be left for a 24-hour period when work is not complete. Q. Rights of Various Interests: Wherever work being done by the City's forces or by other contractors is contiguous to Work covered by this Contract, the respective rights of the various interests involved shall be established by the City to secure the completion of the various portions of the work in general harmony. R. Separate Contracts: The City reserves the right to let other contracts in connection with this work. Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate Contractors work with theirs. S. Patent Fees and Royalties: CONTRACTOR will be responsible at all times for compliance with applicable patents and copyrights encompassing, in whole or in part; any design. device, material. or process utilized. directly or indirectly, in the performance of the work or the formulation or presentation of its bid CONTRACTOR will pay all royalties and license fees and will provide, prior to commencement of a Project hereunder and at all times during the performance of same, for lawful use of any design, device, material or process covered by letters, patent or copyright by suitable legal agreement with the patentee, copyright holder, or their duly authorized representative whether or not the OWNER specifies a particular design, device, material, or process. CONTRACTOR will defend all suits or claims for infringement of any patent or copyright and will save the OWNER harmless from any loss or liability. direct or indirect, arising with respect to CONTRACTOR's process in the formulation of its Bid or the performance of the Work or otherwise arising in connection therewith. The OWNER will have the right to stop the Work or terminate this Contract at any time if CONTRACTOR fails to disclose to the OWNER that CONTRACTOR's work methodology includes the use of any infringing design, device. material, or process. VIII. Contractor/Sub-contractor Employee Conduct and Appearance A. Conduct: 1 CONTRACTOR and sub-contractors shall follow all applicable industry standards, federal, state, and local laws/ordinances as related to described work 2. CONTRACTOR'S on-site employees shall all have current confined space entry certification. 3 The CONTRACTOR will remove any employee or sub-contractor employee reporting to a work site under the influence and/or smelling of alcohol from the work site. CONTRACTOR will immediately replace the employee in a timely manner and at no cost to the CITY. 4 The CONTRACTOR will provide trained supervision at the work site to ensure work is performed in a safe manner 5 The CONTRACTOR shall correct any damage resulting from the negligence of CONTRACTOR or sub-contractor employee(s) to CITY property or equipment in a timely manner, to the CITY's satisfaction and at the CONTRACTOR's sole expense. B. Appearance: 1. CONTRACTOR and sub-contractor employees assigned to work under this contract will maintain a neat, clean, and professional appearance 2 CONTRACTOR and sub-contractor employees shall wear uniforms consisting of. at minimum, wear a work shirt identifying their company name 3. Licenses/Permits: The CONTRACTOR wilt obtain all necessary municipal and other governmental licenses/permits and approvals or consent from utilities or carriers such as communications companies, electric utilities, gas utilities and/or other persons/organizations upon whose property or authority performance of work under the contract might impinge. IX. Scope of Work General Stormwater and Sanitary Sewer Main Lining The CONTRACTOR will be compensated for oval stormwater mains at the unit cost for the round pipe diameter that meets or exceeds the oval pipe's square feet of flow-way area opening. Individual item quantities may be adjusted at the sole discretion of the City if necessary to compensate for unique project and site conditions. A. Stormwater Main and Sanitary Sewer Cleaning Scope: Work performed under this section includes removal and disposal of all dirt, roots, grease, solids, or semi-solids from stormwater mains, sanitary sewer mains and manholes as indicated on the drawings and as specified herein to the extent that video inspection. flow isolation, and manhole inspection can be performed. 1. Quality Assurance. The CONTRACTOR shall conduct cleaning operations using experienced personnel who have previously been engaged in cleaning operations of similar size and complexity to the work described herein 2 Submittals. a. The CONTRACTOR shall submit a Cleaning Log in a format acceptable to the CITY for the purposes of recording pertinent information relative to the stormwater main and sanitary sewer structures being cleaned. The CONTRACTOR will provide the Cleaning Log no later than 14 calendar days after the conclusion of the cleaning. b. The CONTRACTOR will submit Material Safety Data Sheets (MSDS) for all chemical cleaning agents proposed for use under this contract no later than 14 days after the effective date of the Contract. B. Products: The CONTRACTOR shall utilizes cleaning equipment capable of removing all accumulated dirt, sand, grease. rocks and other deleterious materials and obstructions from the sanitary sewer mains and the oval and round stormwater mains The CONTRACTOR will ensure that all equipment used for cleaning operations is designed and intended to do the type of work which is specified. The CONTRACTOR will utilize equipment which is self-contained to handle all operations, when possible. The CONTRACTOR will use equipment manufacturer that is actively engaged in the research, development and manufacturing of said equipment. The CONTRACTOR may be directed to remove equipment deemed sub-standard by the City and may be directed to replace the equipment with equipment meeting these specifications, at no additional cost to the CITY 1. High Velocity Cleaning Equipment: The CONTRACTOR will supply all high velocity hydraulic sewer cleaning equipment mounted on trucks. The CONTRACTOR supplied equipment shall have a minimum of 500 feet of 3/4 inch I.D. high pressure hose with a selection of two or more high velocity nozzles. The nozzles shall have a capacity of 30 GPM at a minimum working pressure of 1000 psi. The nozzles shall be capable of producing a scouring action from 15= to 45`' in the direction of cleaning and perpendicular to the sewer axis in all size lines designated to be cleaned. The CONTRACTOR will supply a high velocity gun for washing and scouring manhole walls and floor The gun capacity shall equal 3.5 to 27 GPM at between 200 and 800 psi. The gun shall be capable of producing flows from a fine spray to a long distance solid stream. The equipment shall carry its own 1200 gallon (minimum) water tank capable of holding corrosive or caustic cleaning, sanitizing or degreasing chemicals if required by the CITY, auxiliary engines and pumps, and hydraulically driving hose reel. All controls shall be located so that the equipment can be operated aboveground 2. Hydraulically Propelled Cleaning Equipment: The CONTRACTOR will supply hydraulically propelled cleaning equipment of the movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the storm or sewer systems. Storm/Sewer cleaning balls or other such equipment which cannot be collapsed instantly to provide an immediate unobstructed flow-way during emergency conditions will not be considered as acceptable cleaning equipment. The movable dam shall be of equal diameter as the pipe being cleaned and shall provide a flexible scraper around the outer periphery to ensure total removal of the grease or obstruction. 3 Mechanical Cleaning Equipment: The CONTRACTOR will provide bucket machines in pairs with each machine powered by a minimum of a 16 horsepower engine to ensure sufficient pulling power. Each machine shall be equipped with a two speed transmission and shall be able to pull at rates of 175 feet per minute in high speed. The belt clutch gear reduction shall be a combination of approximately 83 to 1 reduction in low speed and 55 to 1 in high speed. The power rodding machine shall be of a "continuous rod" type capable of holding a minimum of 750 feet of rod The machine and rod shall be specially treated steel, designed for the purpose intended. The machine shall have a positive rod drive and produce a 2,000 pound rod pull. To ensure safe operation, the machine shall have a fully enclosed body and an automatic safety throw-out clutch or relief valve. The final pass shall be with a brush large enough to ensure that the line has been cleaned sufficiently. This brush shall be mechanically driven,with the power mechanism properly sized_ The CONTRACTOR will arrange all electrical drops required by the CONTRACTOR 4 Capture and Removal of Debris: The CONTRACTOR shall furnish equipment. either specialized or standard in the industry, for the purpose of preventing debris from being washed past the manhole downstream of the line segment being cleaned, and for removing the debris from the manhole before any damage is caused to the system performance and or system equipment such as pump/lift stations, check valves, flow-ways. etc. The CONTRACTOR will bear the cost of all system down-time and repairs to restore operational status resulting from construction debris damage that in the CITY's opinion was reasonably preventable. 5. Water Metering Requirements: The CONTRACTOR will access CITY water via fire hydrants equipped with hydrant meters for cleaning, inversion and other work items requiring water All costs incurred in obtaining and delivering the potable water shall be borne by the CONTRACTOR. The CONTRACTOR will use only potable water for this work. C. Execution: 1 General These specifications provide a basis by which a stormwater main or sanitary sewer line can be cleaned of all debris so that further work can be carried out. The CONTRACTOR will clean the designated stormwater main and/or sanitary sewer lines using high velocity hydraulically propelled or mechanically powered sewer cleaning equipment as specified. The CONTRACTOR'S selection of the equipment used shall be based on the condition of the lines at the time the work commences. The CONTRACTOR will select equipment and methods that are satisfactory to the CITY. The CONTRACTOR will accomplish the cleaning of stormwater main or sewer lines by trapping and collecting all sand debris, grease and other materials at the next manhole downstream of the line being cleaned. and removal and proper disposal of said materials. The CONTRACTOR'S cleaning operations may also provide a means by which the stormwater main or sewer line can be threaded. i.e.. a cable inserted in the line so that the television camera may be pulled through. The CONTRACTOR will not clean upstream sections of pipe once that section of pipe has been televised and accepted as complete. 2. Site Visit' The CONTRACTOR will conduct a physical reconnaissance of the area to be cleaned in order to verify the location of known and/or accepted manholes 3 The CONTRACTOR shall utilize a magnetic locator to attempt to identify the location of buried manhole covers and notify the CITY representative so that CITY personnel can excavate and bring the manhole up to grade prior to cleaning Under no circumstances shall the CONTRACTOR excavate buried manholes without prior written authorization from the CITY. D. Hydraulic Cleaning Methodology: 1. High Velocity Cleaning Methodology High velocity hydro-cleaning snail consist of cleaning and flushing of the stormwater main or sewer line by means of water pumped into the line at a high velocity. The CONTRACTOR shall accomplish cleaning using approved equipment to deliver water to a self-propelled nozzle to do the necessary cleaning and flushing. The CONTRACTOR will make as many passes as necessary to sufficiently clean the stormwater main or sewer line. The CONTRACTOR will take all precautions to protect the stormwater main or sewer line from damage that might be inflicted by the improper use of cleaning equipment. 2. Hydraulically Propelled Methodology. The CONTRACTOR will take precautions to ensure that the water does not cause damage of flooding to the public or private property being served by the manhole section involved whenever hydraulically propelled cleaning tools, which depend on water pressure to provide their cleaning force, or any tools which retard the flow of water in the stormwater main or sewer line are used. 3 Capture and Removal of Debris. The CONTRACTOR will construct a suitable weir or dam in the downstream manhole in such a manner that both the solids and water shall be trapped when hydraulic cleaning equipment is used, shall be constructed. The CONTRACTOR will pump this trapped solution using a method approved by the CITY, from the manhole into a retention chamber aboveground. The retention chamber shall contain not less than two baffles to ensure complete settlement of the solids before returning the liquid to the stormwater main or sewer line E. Mechanical Cleaning Methodology: 1. Rodding• The CONTRACTOR will perform cleaning by rodding with a power-driven continuous steel rod of sufficient length and gauge with the proper cleaning heads or augers. so as to loosen all solids or other materials. It shall also provide a means to thread a cable for the power winch. 2 Bucket Machine' The CONTRACTOR will remove all solids, materials and other debris by means of a clam-shell type bucket and/or other appliances dragged through the stormwater main or sewer line with power winches of suitable size and horsepower. 3 Supplemental Cleaning- The CONTRACTOR will perform a minimum of one pass using hydraulic cleaning methods after all material has been removed by mechanical cleaning, to ensure complete removal of material from the walls of the pipe. The CONTRACTOR will repair any damage to pipes. 4. Capture and Removal of Debris. The CONTRACTOR will capture debris in the downstream manhole in a manner approved in writing by the CITY, or as described above when mechanical cleaning equipment is used. F. Special Cleaning Requirements for Cast Iron Pipe: The CONTRACTOR will clean pipes of tuberculation. including rust build-up and mineral deposits after cleaning pipe of normal sewage deposits such as sand and grease by methods above. The CONTRACTOR may choose any equipment necessary to remove the tuberculation for pipe diameters greater than 24-inch, such as a "pig" or rodder; however, no equipment shall be used which may damage the pipe, manholes, street or downstream pump stations. The CONTRACTOR will remove all tuberculations for pipe diameters less than or equal to 24-inch, using a high pressure water blaster capable of delivering a minimum of 40 gallons per minute at a pressure of 10,000 psi. Where practical, the line shall be proofed by pulling a slip lining pulling head for the size of the pipe involved through the pipe to insure that no restrictions remain. The CONTRACTOR may choose a similar proofing device if deemed acceptable. in writing, by CITY. G. Sanitary Sewer Manhole Modifications: The CONTRACTOR will make any modifications to manholes to facilitate cleaning which will be subject to prior written approval by the CITY CONTRACTOR shall salvage and reuse all manhole covers and rings that are removed during sewer line and manhole rehabilitation. H. Material Removal and Cleanup: 1. Material Removal: The CONTRACTOR will remove all sludge,dirt, sand, rocks, grease and other solid or semi-solid material resulting from the cleaning operation at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section will not be permitted. Under no circumstances will the CONTRACTOR be allowed to accumulate debris, sand, etc., on the site of work beyond the time limit approved by the CITY, except in totally enclosed containers, and only with the prior written approval of the CITY, The CONTRACTOR will remove all solids or semi-solids resulting from the cleaning operations from the site and disposed of at a location approved by the CITY. 2. Root Removal: The CONTRACTOR will remove all roots. The CONTRACTOR will give special attention during the cleaning operation to assure complete removal of roots from joints in lines and manholes. The CONTRACTOR may use chemical root treatment at the option of the CONTRACTOR. When the CONTRACTOR uses chemicals to aid in removal of roots, the chemical shall be EPA registered and labeled for use in sewer lines and manholes and in compliance with all applicable CITY, State and Federal regulations. All material and mixing/application procedures for chemical root treatment shall be consistent with the latest standards, requirements and recommendations of the manufacturer of the chemical root treatment material used The CONTRACTOR shall protect waterways. ponds and other water bodies from chemical contamination. I. Degree of Cleaning: The CONTRACTOR will remove all dirt, debris, roots and other solid and liquid materials from the sections of stormwater system or sewer system being cleaned to the extent that closed circuit television inspection can be performed. The CONTRACTOR will only perform light cleaning on all stormwater main and sanitary sewer main A CITY representative shall define the extent of the cleaning to be performed on existing pipes included within a given work order. The level of cleaning is defined as follows 1. Light Cleaning: The removal of 1/4 pipe diameter depth or less of sand and/or debris from a section of pipe The removal of roots and/or tuberculation will be paid under a separate line item. 2. Medium Cleaning: The removal of greater than 1/4 and up to and including 1/2 pipe diameter depth of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation will be paid under a separate line item. 3. Heavy Cleaning The removal of greater than '/2 pipe diameter depth of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation will be paid under a separate line item J. Dewatering: When by CITY and CONTRACTOR prior inspection and agreement it is determined that the pipe cannot be cleaned due to infiltration of groundwater, and the CONTRACTOR is required to temporarily halt the infiltration of groundwater by de- watering system means, the cost shall be included in the unit prices for cleaning as an incidental cost.. K. Manhole Clean-up: Clean-up operations shall consist of cleaning all debris out of the manhole and off the ground around the manhole. The CONTRACTOR will remove all debris from the stormwater system and sanitary sewer system and shall disposed of such debris properly off site in areas provided by the CONTRACTOR at the CONTRACTOR'S expense. The CONTRACTOR will provide transportation of debris or other material by the CONTRACTOR in vehicles or equipment which contain the debris or other material in such a manner to minimize objectionable odor and avoid the possibility of dripping, spilling,. scattering, leaking or blowing. , The CONTRACTOR will clean up any debris or other material to the satisfaction of the CITY or other authorities having jurisdiction should spillage of debris resulting from overloading of trucks or for any other reason. The CONTRACTOR will ensure that all vehicles transporting debris or other material do not exceed the maximum allowable load limits of any road being used. L. Restoration: The CONTRACTOR will repair all damage to public and/or private property which occurs as a direct result of the cleaning operations. The cost of restoring any damaged area to conditions prior to cleaning shall be borne by the CONTRACTOR. M. Additional Cleaning: The CONTRACTOR will re-clean the line at no additional expense to the CITY should subsequent video inspection of cleaned stormwater main or sewers reveal that additional cleaning is required. The CONTRACTOR will provide any additional video inspection or re-setup of video equipment required due to re-cleaning at no additional expense to the CITY_ N. Pre-and Post-Work Inspections The CONTRACTOR will video tape the stormwater main or sewer lines under the direct supervision of a CITY representative, prior to commencement of any proposed CIPP work and prior to acceptance of any completed CIPP work,. A CITY representative must be on site during the entire inspection procedure period. in the event the CONTRACTOR performs video inspection without a CITY representative present. the video will not be accepted by the CITY and must be re-done in the presence of a CITY representative The CONTRACTOR will provide one (1) copy of the DVD video and associated video logs to the CITY prior to scheduling the post-cleaning and final inspections. CONTRACTOR shall meet with CITY staff to determine the acceptable method of repair if defects or problems are observed on the video. The CONTRACTOR will make all necessary repairs or correct the noted deficiencies at no cost to the CITY. The CONTRACTOR will provide mandatory television inspection on all stormwater main and sewer mains that CIPP work has been performed under this contract. Only pan and tilt type cameras will be allowed. The CONTRACTOR will provide two(2)copies each of the written report and DVD video record of the inspection with audible description of run, direction, location and description of any defect or abnormality to the CITY at the time of the inspection. The video will be in color with good clarity. No black and white or poor quality videos will be accepted. The CONTRACTOR will schedule television inspection a minimum of seventy-two (72) hours in advance and a CITY representative is required to be on-site during entire length of each television inspection; otherwise the television inspection will be deemed invalid. The CONTRACTOR will clean all lines prior to videoing in accordance with Technical Specifications. O. Maintenance of Traffic (MOT) CONTRACTOR shall furnish all traffic control in accordance with the Florida Department of Transportation (FDOT) specifications as outlined in the "Design Standards for Design, Construction, Maintenance and Utility Operations on the State Highway System" (latest edition) and the United States Department of Transportation/Federal Highway Administration (USDOT/FHWA) "Manual on Uniform Traffic Control Devices" (latest edition) for all aspects of assigned work. CONTRACTOR shall perform all construction activity so that access to businesses can be maintained at all times and access to occupied homes can be maintained during non- working hours. The CONTRACTOR will provide written notice prior to access blockage to the blocked business/resident a minimum of forty-eight (48) hours in advance, either mailed or hand-delivered with a copy of each furnished to the CITY. The CONTRACTOR shall maintain at least one lane of vehicular traffic at all times. The CONTRACTOR shall also provide safety barricades, business entrance signage and flag persons as required to properly maintain traffic flow. The CONTRACTOR shall prepare and submit a traffic maintenance plan for approval by the CITY prior to the start of work if directed by the CITY. The CONTRACTOR will include the cost of all work, materials and costs required for completed traffic control in the unit cost of the traffic control pay items in the pricing sheet P. Locates CONTRACTOR is responsible for all utility locates. Q. Isolation and Bypass Operations 1. CONTRACTOR shall provide all isolation and bypass operations The CONTRACTOR's objective of flow bypass and/or diversion pumping is to maintain an efficient and uninterrupted level of service to wastewater collection system and stormwater main users while maintenance or construction operations (including rehabilitation, repair or replacement) are being performed on the segment(s) being bypassed and/or from which flow is being diverted by: a. Ensuring that bypass and diversion pumps are adequately fueled, lubricated and maintained. b. Ensuring backup spare parts are expeditiously applied to the flow bypass and/or diversion pumping system in the event of component breakdown. e. Ensure an emergency backup plan is smoothly implemented in the event of system failure. d. Preventing backup, spillage, flooding or overflow onto streets, yards and unpaved areas or into building, adjacent ditches, stormwater mains and waterways while flow bypass or diversion pumping takes place, and e. Ensuring that installation, startup and subsequent disassembly of the flow bypass and diversion pumping system is smoothly transitioned. 2 The CONTRACTOR will provide flow bypass and diversion pumping in such a manner so as not to damage private or public property, or create a nuisance or public menace. The CONTRACTOR will enclose the pumped sewage in a hose or pipe that is adequately protected from traffic and shall be redirected into the wastewater collection system. The CONTRACTOR will return flow to the sewer and will remove all temporary equipment after the work is completed. The CONTRACTOR will enclose the pumped storm water in an enclosed hose or pipe that is adequately protected from traffic and shall be redirected into the stormwater system. The CONTRACTOR shall return flow to the stormwater mains and all temporary equipment removed after the work is completed. 3 The CONTRACTOR will provide an experienced bypass/diversion pump maintenance operator/mechanic and/or deputy on site continuously to monitor the operation of the entire bypass/diversion system when pumps are operating. The operator/mechanic shall comprehensively. methodically and continuously a. Adjust pump speed as appropriate so as not to adversely impact upstream or downstream flow condition levels b. Check that the effectiveness and security of bulkheads. dams, diaphragms, plugs, valves, weirs and all other flow control devices are working effectively and according to plan. c. Check the integrity of hoses and couplings along the entire bypass/diversion system. d. Monitor lubrication levels and top off as necessary e. Facilitate minor repairs as required f. Report to CITY on problems arising 4. The CONTRACTOR shall plan and execute sewer flow control. bypass and diversion pumping operations. The CONTRACTOR shall be entirely liable for damages to private or public property that may result from his/her operations and for all cleanup, disinfection, damages. and resultant fines in the event of spillage. flooding or overflow 5. The CONTRACTOR shall immediately stop the overflow and take action to clean up and disinfect the spillage in the event of accidental overflow or spillage. The CONTRACTOR shall notify the CITY immediately and in any event not less than twenty-four (24) hours following the occurrence. The CONTRACTOR is deemed to be entirely responsible should fines be subsequently imposed as a direct result of the overflow or spillage and the CONTRACTOR shall pay such fines as are imposed by the authorities. The CITY shall pay no fine(s) where it is shown the CONTRACTOR was entirely responsible for any overflow or spillage. 6 The CONTRACTOR shall complete work as efficiently as possible without interruption once by-pass pumping is underway at any given site. 7. The CONTRACTOR will ensure the level of noise emitted from pumps is within local regulations/ordinance parameters. R. Work Integration 1 Hours of Operation: The CONTRACTOR will conduct all work during CITY acceptable work hours (typically 7:30 a.m. to 6:00 p.m.), Monday through Friday with the exception of CITY-observed events or holidays, unless circumstances prevent such scheduling. Such circumstances may include, but are not limited to. structures with high peak flows, significant negative impact on business or schools or excessive pedestrian and vehicular traffic flow if structure is located in vehicular or pedestrian thoroughfare. In such circumstances, "off hours"work will be required. This work may include late night and/or early morning hours and weekends. Such scheduling shall be agreed upon by both the CONTRACTOR and the CITY prior to the start of work. CONTRACTOR overtime and other CONTRACTOR-related costs shall be borne by the CONTRACTOR. 2. Work Coordination: The CONTRACTOR shall coordinate all work between a single point of contact for the CONTRACTOR and the CITY designated project manager. The CONTRACTOR will conduct discussion of structure conditions before work starts and final payment based on conditions agreed to at time of commencement of work or in subsequently approved change orders. 3 The CONTRACTOR will notify the CITY a minimum of seventy-two (72) hours prior to the commencement of work in order for CiTY personnel to be available for onsite activities. S. Work Product Submittals 1 Bypass Pumping: The CONTRACTOR will provide submittals for the by- pass pumping plan and those plans approved no less than two weeks prior to execution of the work. The CONTRACTOR will not mobilize prior to approval of the pumping plan 2. Videotaping. CONTRACTOR will submit one copy of each of two video inspections: one prior to the start of work and one after CIPP lining is completed for each project. The video shall be of high visual quality with complete and clear annotation on screen to trace the route of camera travel and accurately determine the pipe condition in compatibility with the route and inspection information in the condition assessment log. T. Site Restoration The CONTRACTOR shall restore the work site(s) on a daily basis where practical. The CONTRACTOR will clear all obstructions from roadways, sidewalks, bike paths and other public thoroughfares daily, to the largest extent possible. The CONTRACTOR will not create a public nuisance during restoration activities. The CONTRACTOR will complete all restoration activities within a minimum of fourteen (14) calendar days of work being finished in a work area. Site restoration is ancillary item for the CIPP reconstruction and shall be included in the LF cost. U. Ordering and Payment 1. Work will be ordered by the City through delivery of a work order request e-mail that includes a due date for the work order proposal to be submitted, a brief description of the work to be done and an aerial map with a schematic detail of the pipe system The work order request will include a request for a fee and a time for completion. The City's work order request to the Contractor is based on an annual prioritized list of projects or a request from the Field Operations staff. It may or may not include the need for special conditions such as a compressed timeframe for response and the work schedule based upon the urgency/conditions such as an impending or partial road collapse. Acceptance of the work order proposal shall be documented by issuance of a City Purchase Order. Work shall not commence until issuance of an electronic Notice to Proceed(i.e., an email)for the work order 2. The CONTRACTOR will submit monthly invoices to the CITY inspector for review and agreement prior to submitting to the CITY project manager for final acceptance and processing of payment. V. Mobilization Mobilization charges shall include movement of equipment and material to and from the site and other costs not included as a separate line item to commence work on a work authorization. W. Line Reconstruction 1. Sanitary: Includes open cut and installation of SDR-26 PVC Sanitary Sewer_ Furnished and installed. Open cut and Construct Sanitary Sewer line includes all labor, materials, and equipment necessary for dewatering, excavation, sheeting, shoring bracing installation of SDR26 PVC sanitary sewer, rigid fernco connections or manhole boots as required, pipeline identification and warning tape. disposal of excess material and old pipe, suitable backfill, replacement of existing improvements, pavement repair, testing, sodding and cleanup. 2. Sanitary: lncudes open cut installation of C900 Sanitary sewer. Furnished and Installed. Open cut and Construct Sanitary Sewer line includes all labor, materials, and equipment necessary for dewatering, excavation, sheeting, shoring bracing installation of C900 sanitary sewer, rigid fernco connections or manhole boots as required, pipeline identification and warning tape, disposal of excess material and old pipe, suitable backfill, replacement of existing improvements such as connections, testing, sodding and cleanup. 3. Stormwater Incudes open cut installation of RCP stormwater pipeline. Furnished and Installed. Open cut and Construct stormwater line, includes all labor, materials, and equipment necessary for dewatering, excavation. sheeting, shoring, bracing installation of RCP stormwater pipeline identification and warning tape. of excess material and old pipe. suitable backfill, replacement of existing improvements such as connections, testing, sodding, pavement repair, brick and mortar installation and any connection to a structure and cleanup. FDOT Concrete collars are required on RCP to connect pipe and incidental to installation of the stormwater PVC line. 4. Stormwater: Incudes open cut installation of HDPE stormwater pipeline Furnished and Installed. Open cut and Construct stormwater line includes all labor, materials, and equipment necessary for dewatering, excavation, sheeting, shoring, bracing installation of HDPE stormwater pipeline identification and warning tape, disposal of excess material and old pipe, suitable backfill, replacement of existing improvements such as connections, testing, sodding. pavement repair, brick and mortar installation and any connection to a structure and cleanup. HDPE collars are incidental to installation of the stormwater HDPE line. X. Grout Fill Abandoned Lines Grout fill will be required where the City determines it best to replace the entire line in a different alignment. The unit price will be paid by the cubic yard. Payment will be for the furnishing and placement of the grout mixture and will include all necessary excavation, connections, restoration and all other accommodations to properly perform the work. Y. Manhole Cleaning the CONTRACTOR will remove all dirt. debris, roots and other solid and liquid materials from the sections of stormwater or sewer manhole being cleaned to the extent that closed circuit television inspection can be performed. EXHIBIT B CIPP REHABILITATION-SANITARY SEWER MAINS ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE A 8"diameter A-1 6.0 mm normal thickness(.236 1 10,000 LF $ 23.10 $ 231,000.00 A-2 7.5 mm normal thickness(.295") 10,000 LF $ 25.20 5 252,000.00 A-3 19.0 mm normal thickness(.354") 5,000 LF 5 26.00 $ 130,000.00 TOTAL"A" 5 613,000.00 B 10"diameter B-1 6.0 mm normal thickness(.236") 400 IF $ 27.30 $ 10,920.00 B-2 7.5 mm normal thickness(.295") 400 LF 5 29,70 $ 11,880.00 B-3 9.0 mm normal thickness(.354") 400 LF 5 31.00 $ I2,400.00 TOTAL"B" $ 35,200.00 C 12"diameter C-1 6.0 mm normal thickness(.236") 400 LF $ 30.40 $ 12,160.00 C-2 7.5 mm normal thickness(.295") 400 LF $ 32.90 $ 13,160.00 C-3 9.0 mm normal thickness(.354") 600 LF $ 39.30 $ 23,580.00 TOTAL"C" $ 48,900.00 D ;15"diameter 0-1 I6.0 mm normal thickness(.236") 400 LF $ 38.00 $ 15,200.00 0-2 i 7.5 mm normal thickness(.295") 400 LF $ 42.10 ' $ 16,840.00 D-3 19.0 mm normal thickness(.354") 600 LF $ 49.10 , $ 29,460.00 1 TOTAL"D" $ 61,500.00 E ,18"diameter E-1 6.0 mm normal thickness(.236") 300 LF $ 37.90 $ 11,370.00 E-2 17.5 mm normal thickness(.0295") 300 IF 5 45.00 $ 13,500.00 E-3 19.0 mm normal thickness(.354") 300 LF $ 57.70 $ 17,310.00 E-4 '10.5 mm normal thickness(.413") 200 IF $ 61.20 $ 12,240.00 TOTAL"E" _ $ 54,420.00 F 21"diameter F-1 6.0 mm normal thickness(.236") 300 LF $ 44.00 5 13,200.00 F-2 7.5 mm normal thickness(.295") 300 LF $ 48.00 $ 14,400.00 F-3 9.0 mm normal thickness(.354") 300 LF $ 67.50 S 20,250.00 F-4 10.5 mm normal thickness(.413") 300 LF $ 73.30 $ 21,990.00 F-5 12.0 mm normal thickness(.472") 200 LF $ 78.90 $ 15,780.00 Charge for each 1.5 mm thickness F-6 increase per LF exceeding 12.0 mm 100 IF $ 4.20 $ 420.00 - - TOTAL"F" $ 86,040.00 CIPP REHABILITATION-SANITARY SEWER MAINS , ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE G 24"diameter .. , G-1 9.0 mm normal thickness(.354") 300 IF $ 70.00 $ 21,000.00 G-2 10.5 mm normal thickness(.413") 300 IF S 82.50 5 24,750.00 G-3 12.0 mm normal thickness(.472") 300 IF $ 89.90 $ 26,970.00 G-4 '13.5 mm normal thickness(.531") 300 IF $ 94.90 5 28,470.00 E5 15.0 mm normal thickness(.591") 200 IF 5 100.20 $ 20,040.00 . _. Charge for each 1.5 mm thickness G-6 increase per IF exceeding 15.0 mm 100 IF $ 4.30 S 430.00 TOTAL"G" , $ 121.660 00 H 27"diameter i„ H-1 9.0 mm normal thickness(.354") , 100 LF $ 74.00 i 5 7,400.00 H-2 10.5 mm normal thickness (413') . 100 LF $ 89.70 $ 8,970.00 H-3 12.0 mm normal thickness(.472") 100 LF $ 97.90 ' S 9,790.00 H-4 :135 mm normal thickness ( 531') 50 LF S 104.20 5 5,210.00 . i H-5 15.0 mm normal thickness (.591") 50 LF $ 110.30 5 5,515.00 Charge for each 1.5 mm thickness H-6 100 LF increase per LF exceeding 15.0 mm $ 3.90 $ 390.00 TOTAL"H" $ 37,275 00 - - ; I '30"diameter I-1 '9 0 mm normal thickness(.354") 100 LF $ 76.00 $ 7,600.00 1-2 ;10.5 mm normal thickness(.413') 100 LF $ 101.10 $ 10,110.00 1-3 112.0 mm normal thickness(472") 100 LF $ 109.50 $ 10,950.00 -4 ---i 1 ;13.5 mm normal thickness(.531') 100 LF 5 115.90 5 11,590.00 I 1-5 :15.0 mm normal thickness(.591") 100 LF $ 121.80 $ 12,180.00 1-6 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 15.0 mm $ 5,50 . $ 550.00 TOTAL"1°' S 52,980.00 J ,36"diameter J-1 10.5 mm normal thickness(.413") 100 LF $ 90.00 $ 9,000.00 J-2 12.0 mm normal thickness(.472") 100 LF $ 134.50 $ 13,450.00 J-3 13 5 mm normal thickness (.531") 100 LF $ 142.80 S 14,280.00 J-4 15.0 mm normalthickness (.591') 100 LF $ 150.70 $ 15,070.00 J-5 16.5 mm normal thickness(.650") 100 LF $ 157,40 $ 15,740.00 J-6 18,0 mrn normal thickness(.709") 100 LF 5 166.10 $ 16,610.00 , . Charge for each 1.5 mm thickness J-7 00 LF 1 increase per LF exceeding 18 0 mm $ 5.60 $ 560.00 TOTAL"I" $ 84,710.00 CIPP REHABILITATION-SANITARY SEWER MAINS ITEM i DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE K 42" diameter K-1 110.5 mm normal thickness (.413") 100 LF $ 119.80 $ 11,980.00 K-2 12.0 mm normal thickness(.472") 100 LF $ 158.80 $ 15,880.00 K-3 13.5 mm normal thickness( 531') 100 LF 5 167.60 ' S 16,760.00 K-4 15.0 mm normal thickness(.591") 100 LF $ 176.40 $ 17,640.00 K-5 16.5 mm normal thickness(.650") 50 LF $ 185.20 $ 9,260.00 K-6 18.0 mm normal thickness(.709") 50 LF $ 192,80 5 9,640.00 K 7 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 18.0 mm $ 7.10 5 710.00 TOTAL"K" $ 81,870.00 TOTAL"A"THRU "K" 5 1,277,555.00 CLEAN&INSPECTION-SANITARY SEWER MAINS L Light Cleaning and Inspection L-1 8' - 12"diameter 6,000 IF $ 2.50 $ 15,000.00 L-2 14 - 18"diameter 6,000 LF $ 5.00 $ 30,000.00 L-3 20"-24"diameter 6,000 LF S 7.00 $ 42,000.00 L-4 27.-42" diameter 6,000 LF $ 10.00 5 60,000.00 L-5 48' - 72"diameter 6.000 LF 5 12.10 5 72,600.00 TOTAL"L" S 219.600.00 M Medium Cleaning M-1 8"- 12"diameter 6.000 LF $ 3.70 $ 22,200.00 M-2 14' - 18"diameter 6,000 LF $ 7.00 $ 42,000.00 M-3 20"-24"diameter 6,000 LF $ 10.00 5 60,000.00 M-4 27" -42"diameter 6.000 LF $ 13.10 $ 78,600.00 M-5 48" 72" diameter 6,000 LF $ 15.10 S 90,600.00 TOTAL"M" $ 293,400.00 N Heavy Cleaning N-1 8"- 12"diameter 6,000 LF 5 3.30 $ 19,800.00 N-2 14"- 18"diameter 6,000 LF $ 8.00 $ 48,000.00 N-3 20" -24"diameter 6,000 LF $ 12.10 5 72,600.00 N-4 27"--42"diameter 6,000 LF 5 16.10 5 96,600.00 N-5 48" - 72"diameter 6,000 LF $ 18.10 $ 108,600.00 6,000 LF $ TOTAL"N" $ 345,600 00 O Root Removal 0-1 8"- 12"diameter 6,000 LF $ 1.60 5 9,600.00 0-2 14" 18"diameter 6,000 LF $ 2.60 $ 15,600.00 0-3 20"-24"diameter 6,000 LF $ 4.80 $ 28,800.00 0-4 27" -42"diameter 6,000 LF $ 5.30 $ 31,800.00 0-5 48" --72"diameter 6,000 LF 5 6.30 S 37,800.00 TOTAL"O" $ 123.600.00 CLEAN 8 INSPECTION-SANITARY SEWER MAINS ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE P Tuberculation Cleaning - P-1 8" 12"diameter 6,000 LF $ 19.00 S 114,000.00 P-2 14" - 18"diameter 6,000 LF $ 21.70 $ 130,200.00 , P-3 20' -24"diameter 6,000 LF S 22.70 : 5 136,200.00 P-4 i 27"-42"diameter 6,000 LF $ 23.30 ! $ 139,800.00 P-5 48"-72"diameter 6,000 LF $ 25.90 $ 155,400.00 TOTAL"P" $ 675,600.00 TOTAL "L"THRU "P" $ 1,657,800.00 SANITARY SEWER LATERAL CIPP LINING-TOP HAT/FULL WRAP-UP TO 36" Q Four(4) inch lateral connection per Q-1 ASTM F1216-16 20 EA $ 2,009.90 5 40,198.00 Six (6)inch lateral connection per ASTM Q-2 F1216-16 20 EA 5 2,009.90 5 40,198.00 Eight (8) inch lateral connection per Q-3 ASTM F1216-16 20 EA $ 2,009,90 $ 40,198.00 Lateral lining 0 to 30' per ASTM F1216- Q 4 16 100 LF 79.30 $ 7,930.00 Additional Lateral Lining > 30'per ASTM Q-5 F1216-16 100 LF 5 37.00 $ 3,700.00 Q-6 Lateral Cutout 20 EA 5 195.00 5 3,900.00 Q-4 Lateral Grout 20 EA $ 390.20 $ 7,804.00 TOTAL"Q" $ 143,928.00 SANITARY SEWER MANHOLE/LIFT STATION REFURBISHMENT R R-1 Interior Manhole Application (Precast) 2,000 SF $ 19.00 $ 38,000.00 R-2 Interior Manhole Application (Brick) 2,000 SF $ 23.30 $ 46,600.00 R-3 Interior Lift Station Application (Precast) 2,000 SF $ 21.20 5 42.400.00 R-4 Interior Lift Station Application(Brick) 2,000 SF $ 26,40 $ 52,800.00 R-5 Bench/Invert Repair 200 EA $ 528.90 $ 105,780.00 TOTAL "R" 5 285,580.00 SANITARY SEWER CLEANOUT INSTALLATION ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE S S-1 Four(4) inch cleanout 20 EA * $ 528.90 $ 10,578.00 S-2 Six (6)inch cleanout 20 EA $ 634.70 $ 12,694.00 S-3 Eight(8) inch cleanout 20 EA 5 793.40 S 15,868.00 TOTAL"S" $ 39,140.00 MANHOLE CLEANING ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE T Manhole cleaning 2,000 SF 5 5.30 5 10,600.00 TOTAL "T" $ 10,600.00 TOTAL"Q"THRU "T" $ 479,248.00 CIPP REHABILITATION-STORMWATER MAINS U 8"diameter U-1 6,0 mm normal thickness(236") 500 LF $ 39.50 $ 19,750.00 TOTAL"U" 5 19,750.00 V 10"diameter V-1 6.0 mm normal thickness (236") 400 LF $ 45.50 $ 18,200.00 V-2 7.5 mm normal thickness(295") 400 LF $ 48.00 $ 19,200.00 TOTAL"V" $ 37,400.00 W 12" diameter W-1 6.0 mm normal thickness(.236") 750 LF $ 48.80 $ 36,600.00 W-2 7.5 mm normal thickness(.295") 750 LF $ 51.50 $ 38,625.00 TOTAL "W" $ 75,225.00 X 15"diameter X-1 6.0 mm normal thickness (.236") 1,000 LF $ 55.00 S 55,000.00 X-2 7.5 mm normal thickness (.295") 1,500 LF $ 64.50 $ 96,750.00 X-3 9.0 mm normal thickness(.354") 1.000 LF $ 76.90 5 76,900.00 Charge for each 1.5 mm thickness X 4 increase per LF exceeding 9.0 mm 100 LF $ 2.10 $ 210.00 TOTAL"X" $ 228,860.00 Y 18"diameter Y•1 6.0 mm normal thickness (236") 1,250 LF $ 52.20 $ 65,250.00 Y-2 7.5 mm normal thickness(295") 1,250 LF $ 67.60 $ 84,500.00 Y-3 9.0 mm normal thickness(.354") 1,250 LF $ 79.40 $ 99,250.00 Y-4 10.5 mm normal thickness(.413") 1,250 LF $ 82.90 $ 103,625.00 Y-5 Charge for each 1 5 mm thickness 100 LF increase per LF exceedin910.5 mm $ 4.20 5 420.00 TOTAL"Y" $ 353,045.00 Z 21"diameter Z-1 6.0 mm normal thickness(.236") 220 LF $ 59.70 $ 13,134.00 Z-2 7.5 mm normal thickness(.295") 220 LF $ 63.50 $ 13,970.00 Z-3 9.0 mm normal thickness(.354") 220 LF $ 90.10 $ 19,822.00 Z-4 10 5 mm normal thickness(.413') 220 LF $ 96.10 $ 21,142.00 Z-5 12.0 mm normal thickness(.472") 200 LF $ 104.40 $ 20,880.00 Z 6 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 12.0 mm $ 4.20 $ 420.00 TOTAL"Z" $ 89,368.00 . CIPP REHABILITATION-STORMWATER MAINS ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE AA ;24"diameter AA-1 9A mm normal thickness (354 ) 700 LF $ 95.00 $ 66,500.00 AA-2 .10 5 mm normal thickness(.413") 700 LF $ 106.70 5 74,690.00 AA-3 12.0 mm normal thickness(472") 700 LF 5 116.80 $ 81,760.00 AA-4 13.5 mm normal thickness(.531'') 700 LF $ 122.00 ' $ 85,400.00 AA-5 15 0 mm normal thickness(.591") 700 LF $ 127.50 $ 89,250.00 AA-6 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 15.0 mm $ 4.30 ; $ 430.00 TOTAL"AA" ' $ 398,030.00 BB 27"diameter BB-1 9.0 mm normal thickness (354") 220 LF $ 100.00 $ 22,000.00 B8-2 10 5 mm normal thickness(413') 220 LF $ 113.70 . $ 25,014.00 BB-3 .12 0 mm normal thickness(472") 220 LF $ 124.60 $ 27,412.00 .. BB-4 ;13.5 mm normal thickness(531") 220 LF 5 131.20 $ 28,864.00 BB-5 15.0 mm normal thickness(591") 220 LF $ 137.60 $ 30,272.00 BB 6 Charge for each 1.5 mm thickness 100 LF lincrease per LF exceeding 15.0 mm 5 4.50 5 450.00 TOTAL"BB" $ 134,012.00 CC 30" diameter CC-1 !9.0 mm normal thickness(.354") 600 LF $ 100.00 $ 60,000.00 CC-2 10.5 mm normal thickness(.413") 600 LF $ 113.70 $ 68,220.00 CC-3 112.0 mm normal thickness(.472") 600 LF $ 123.30 $ 73,980.00 CC-4 113.5 mm normal thickness 531° {. ) 60 0 LF $ 129.90 $ 77,940.00 CC-5 '15 0 mm normal thickness(.591") 600 LF $ 135.90 $ 81,540.00 CC-6 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 15.0 mm $_-_ 5.50 $ 550.00 TOTAL"CC" $ 362,230.00 OD 36"diameter DD-1 10.5 mm normal thickness(.413") 500 LF $ 108.00 $ 54,000.00 00-2 12.0 mm normal thickness(.472") 500 LF $ 151.70 $ 75,850.00 DD-3 13.5 mm normal thickness(531") 500 LF $ 160.30 : $ 80,150.00 DD-4 15.0 mm normal thickness(.591") 500 LF $ 168.30 $ 84,150.00 DD-5 16.5 mm normal thickness(.650") 250 LF $ 175.10 $ 43,775.00 DD-6 18.0 mm normal thickness(.709") 250 LF $ 184.00 1 $ 46,000.00 DD-7 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 18.0 mm $ 5.60 $ 560.00 TOTAL"DD" , $ 384,485.00 CIPP REHABILITATION-STORMWATER MAINS ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE EE ,42"diameter EE-1 ;10.5 mm normal thickness(413 ) 250 LF $ 120.00 5 30,000.00 , EE-2 12.0 mm normal thickness ( 472") 250 LF $ 140.00 : S 35,000,00 EE-3 13.5 mm normal thickness (.531') 250 LF 5 185.80 ' $ 46,450.00 EE-4 15.0 mm normal thickness (591") 250 LF S 194.80 ' $ 48,700.00 EE-5 16 5 mm normal thickness (.650") 250 LF 5 203.80 ' $ 50,950.00 EE-6 18.0 mm normal thickness (.709") 250 LF 5 211.50 $ 52,875.00 EE-7 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 18.0 mm 5 7.10 $ 710.00 TOTAL"EE" 5 264,685.00 FF 48"diameter FF-1 ;12 0 mm normal thickness (.472') 200 LF 5 150.00 $ 30,000.00 FF-2 113.5 mm normal thickness (.531 ) 200 LF $ 160.00 $ 32,000.00 FF-3 '15.0 mm normal thickness(.591") 200 LF $ 225.30 5 45,060.00 FF-4 16.5 mm normal thickness t.650 ) 200 LF $ 235.60 $ 47,120.00 FF-5 18.0 mm normal thickness (.709") 200 LF $ 244.60 $ 48,920.00 FF-6 19.5 mm normal thickness (.768") 100 LF 5 262.20 $ 26,220.00 FF-7 21.0 mm normal thickness (.827") 100 LF $ 270.90 : S 27,090.00 FF-8 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 21.0 mm 5 8.00 $ 800.00 TOTAL"FF" 5 257,210.00 GG 52" diameter GG-1 10.5 mm normal thickness(.413") 25 LF $ 145.00 $ 3,625.00 GG-2 12,0 mm normal thickness(472") 25 LF $ 155.00 $ 3,875.00 GG-3 13.5 mm normal thickness(.531-) 25 LF $ 165.00 5 4,125.00 GG-4 15,0 mm normal thickness( 591') 25 LF $ 196.50 $ 4,912.50 GG-5 16.5 mm normal thickness(650") 25 LF $ 204.20 5 5,105.00 . GG-6 18.0 mm normal thickness( 709") 25 LF $ 262.20 $ 6,555.00 GG-7 19.5 mm normal thickness( 768") 25 LF $ 279.30 $ 6,982.50 GG-8 21.0 mm normal thickness(.827") 25 LF $ 290.40 $ 7,260.00 GG-9 ,22 5 mm normal thickness(.886') 100 LF $ 302.60 $ 30,260.00 ;Charge for each 1 5 mm thickness GG-10 100 LF !increase per LF exceeding 22,5 mm $ 9.60 5 960.00 " .. TOTAL"GG" $ 73,660.00 CIPP REHABILITATION-STORMWATER MAINS ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE HH 54"diameter HH-1 10.5 mm normal thickness (.413 ) 25 LF $ 150.00 $ 3,750.00 HH-2 12.0 mm normal thickness(.472") 25 LF $ 160.00 $ 4,000.00 HH-3 13.5 mm normal thickness (531 ) 25 LF $ 170.00 5 4,250.00 HH-4 15.0 mm normal thickness( 591") 25 LF S 210.00 5 5,250.00 HH-5 16.5 mm normal thickness(.650") 25 LF $ 215.00 ' S 5,375.00 HH-6 18.0 mm normal thickness ( 709") 25 , LF $ 288.90 : $ 7,222.50 HH-7 19.5 mm normal thickness(.768") 25 LF $ 305.501 7,637.50 : - HH-8 21.0 mm normal thickness(.827") 25 LF $ 406.10 i $ 10,152.50 HH-9 22.5 mm normal thickness(.886") 100 LF $ 419,70 ! $ 41,970.00 HH-10 :Charge for each 1 5 mm thickness LF increase per LF exceeding 22.5 mm 100 $ 9,80 , $ 980.00 : TOTAL"HH" $ 90,587.50 II 160"diameter ., 11-1 110.5 mm normal thickness(.413") 25 LF $ 302.40 $ 7,560.00 ( 11-2 112.0 mm normal thickness (.472') 25 LF 5 319,00 $ 7,975.00 11-3 113.5 mm normal thickness (.531") 25 LF .5 330.20 $ 8,255.00 11-4 115.0 mm normal thickness(591") 25 LF $ 341.20 $ 8,530.00 11-5 116.5 mm normal thickness(650") 25 LF 5 350.40 $ 8,760.00 11-6 1 18 0 mm normal thickness( 709") 25 LF 5 445.50 S 11,137.50 11-7 19,5 mm normal thickness(.768") 25 LF $ 468.90 5 11,722.50 . . . 11-8 121 0 mm normal thickness(.827") 25 LF 5 483.90 5 12,097 50 t 11-9 22.5 mm normal thickness(.886") 100 LF $ 499.10 5 49,910.00 11-10 Charge for each 1.5 mm thickness 100 LF increase per LF exceeding 22.5 mm $ 13.50 5 1,350.00 TOTAL"II" S 127,297.50 . . . JJ 72"diameter 1 ' , JJ-1 ;10.5 mm normal thickness(.413") 25 LF $ 500.10 $ 12,502.50 JJ-2 12 0 mm normal thickness(472") 25 LF $ 506.20 S 12,655.00 JJ-3 113,5 mm normal thickness(.531") 25 LF $ 519.70 $ 12,992 50 JJ-4 15.0 mm normal thickness ( 591") 25 LF $ 532.80 $ 13,320.00 JJ-5 16.5 mm normal thickness (.650") 25 LF $ 546.60 $ 13,665.00 JJ-6 18.0 mm normal thickness(.709") 25 LF $ 680.50 $ 17,012.50 JJ-7 19.5 mm normal thickness(.768") 25 LF 5 763.20 5 19,080.00 .... JJ-8 '21.0 mm normal thickness(.827") 25 LF $ 781.80 $ 19,545.00 JJ-9 22.5 mm normal thickness(.886") 100 LF $ 796.30 $ 79,630.00 10 Charge for each 15 mm thickness 00 LF JJ- 1 increase per IF exceeding 22.5 mm $ 14.70 $ 1,470.00 TOTAL".11" $ 201,872.50 , . Total CIPP Rehabilitiation - Stormwater Mains("U"THRU"JJ") $ 3,097,717 50 CLEAN&INSPECTION-STORMWATER MAINS . ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE , . KK Light Cleaning and inspection KK-1 8"- 12"diameter 6,000 LF S 6.00 : $ 36,000.00 KK-2 14" - 18"diameter 6,000 LF $ 8.00 ' S 43,000.00 KK-3 20" -24"diameter 6,000 LF $ 9.00 $ 54,000.00 KK-4 27" -42"diameter 6,000 1.+F $ 12.10 S 72,600.00 KK-5 48" -72"diameter 6,000 LF S 16.10 , $ 96,600.00 TOTAL"KR" 5 307,200.00 LL Medium Cleaning LL-1 8"- 12"diameter 6,000 LF $ 9.00 $ 54,000.00 LL-2 14"- 18" diameter 6,000 LF $ 11.10 $ 66,600.00 LL-3 20"-24"diameter 6,000 LF $ 14.10 S 84,600.00 LL-4 27" -42"diameter 6,000 LF $ 17.10 $ 102,600.00 LL-5 48"- 72"diameter 6,000 LF S 20.10 $ 120,600.00 TOTAL"LL" ! 5 428,400.00 MM Heavy Cleaning MM-1 8".- 12"diameter 6,000 LF $ 11.10 1 $ 66,600.00 - + MM-2 114" - 18"diameter 6,000 LF $ 16.10 ! $ 96,600.00 4+ MM-3 20" -24"diameter 6,000 LF $ 20.10 ' S 120,600.00 MM-4 127"-42"diameter 6,000 LF $ 26.10 $ 156,600.00 MM-5 48"- 72"diameter 6.000 LF $ 32.20 $ 193,200.00 TOTAL"MM" $ 633,600.00 , NN ;Root Removal NN-1 ,8 - 12"diameter 6,000 LF S 1.60 $ 9,600.00 NN-2 14"- 18"diameter 6,000 LF $ 2.60 $ 15,600.00 NN-3 20" 24"diameter 6.000 LF $ 4.80 $ 28,800.00 NN-4 27"-42"diameter 6,000 LF $ 5.30 $ 31,800.00 NN-5 48"- 72"diameter 6,000 LF $ 6.30 S 37,800.00 TOTAL"NN" $ 123,600.00 00 Tuberculation Cleaning , 00-1 .8" - 12"diameter 6,000 LF S 19.00 $ 114,000.00 00-2 1• 4"- 18"diameter 6,000 LF $ 21.70 S 130,200.00 00-3 20"-24"diameter 6,000 LF S 22.70 S 136,200.00 . ... 00-4 27"-42"diameter 6,000 LF $ 23.30 $ 139,800.00 ..._ .. , 00-5 8"- 72"diameter 6,000 LF $ 25.90 , $ 155,400.00 ,-. TOTAL."00" $ 675,600.00 . . , . PP ! Stormwater Manhole Cleaining 2,800 SF S 5.30 ' 5 14,840.00 4 , TOTAL"PP" i $ 14,840.00 TOTAL"KK"THRU"PP" $ 2,183,240.00 ANCILLARY GENERAL SERVICES ITEM DESCRIPTION ESTIMATED UNIT OF ' UNIT PRICE EXTENDED QUANTITY MEASURE PRICE QQ By-Pass Pumping QQ-1 8"diameter 5 LS $ 317.40 $ 1,587.00 , 00-2 10"diameter 5 LS 5 317.40 $ 1,587.00 ,. Q0-3 t 12" diameter 5 LS $ 1,586.80 5 7,934.00 QQ-4 15" diameter 5 LS $ 6,347.00 $ 31,735.00 QQ-5 18"diameter 5 LS $ 11,107.30 ' $ 55,536.50 QQ-6 21"diameter 5 LS $ 12,694.10 $ 63,470.50 Q0-7 24"diameter 5 LS $ 14,280.80 $ 71,404.00 0Q-8 27"diameter 5 LS $ 15,867.60 $ 79,338.00 00-9 30"diameter 5 LS $ 17,454.30 $ 87,271.50 0Q-10 36"diameter 5 LS $ 19,041.10 S 95,205.50 TOTAL"QQ" $ 495,069.00 , RR Standard Service Reconnection 25 Each $ 195.00 $ 4,875.00 TOTAL"RR" $ 4,875.00 SS (Traffic Control-FDOT Right of Way j SS-1 Flagman 10 Setup 1 $ 655.90 $ 6,559.00 SS-2 !Arrow Board 10 Setup ' $ 190.40 , $ 1,904.00 SS-3 !Barricades 10 Setup $ 359.70 $ 3,597.00 SS-4 ;Lane Dividers 10 Setup $ 15.90 $ 159.00 ■- TOTAL"SS" $ 12,219.00 TT jTraffic Control-City Right of Way 1 TT-1 ;Flagman 10 Setup S 655.90 { $ 6,559.00 TT-2 ;Arrow Board 10 Setup 5 190.40 ; $ 1,904.00 TT-3 'Barricades 10 Setup 5 264.50 ! $ 2,645.00 TT-4 Lane Dividers 10 Setup $ 15.90 $ 159.00 TOTAL"TT" ! $ 11,267.00 UU Traffic Control-County Right of Way UU-1 Flagman 10 Setup $ 655.90 $ 6,559.00 UU-2 Arrow Board 10 Setup 5 190.40 $ 1,904.00 UU-3 Barricades 10 Setup $ 359.70 $ 3,597.00 UU-4 Lane Dividers 10 Setup $ 15.90 $ 159.00 TOTAL"UU" $ 12,219.00 ANCILLARY GENERAL SERVICES ITEM DESCRIPTION ESTIMATED UNIT OF UNIT PRICE EXTENDED QUANTITY MEASURE PRICE VV Easement Access VV-1 '6"to 12"diameter 100 LF $ 3.70 $ 370.00 VV-2 ;14"to 18"diameter 100 LF ; $ 4.80 $ 480.00 VV-3 20"to 24"diameter 100 LF $ 6.10 $ 610.00 VV-4 27"to 30"diameter 100 LF $ 9.80 $ 980.00 VV-5 36"to 42"diameter 100 LF S 10.80 $ 1,080.00 VV-6 48 to 54"diameter 100 LF $ 16.10 $ 1,610.00 TOTAL"VV" $ 5,130.00 WW Manhole Cleaning 2.800 SF $ 5.30 $ 14,840.00 TOTAL"WW" $ 14,840.00 XX Grout fill abandoned pipe 1.000 CY $ 158.70 S 158,700.00 TOTAL"XX" $ 158,700.00 YY !Chemical and physical product testing 10 EA $ 264.50 $ 2,645.00 TOTAL, $ 2,645.00 ZZ [Erosion and sediment control } ZZ-1 jSiit Fencing 200 LF $ 4.20 $ 840.00 ZZ-2 `Floating Turbidity Barrier 200 LF $ 15.90 $ 3,180.00 ZZ-3 'Gutter Buddy 100 EA $ 5290 $ 5,290.00 TOTAL"ZZ" ' $ 9,310.00 AAA Mobilization 20 Setup $ 3,578.40 $ 71,568.00 TOTAL"AAA" $ 71,568.00 BBB Bonds 100,000 Percentage $ 0.03 $ 3,000.00 TOTAL"BBB" 5 3,000.00 TOTAL"QQ"THRU "BBB" $ 800,842.00 TOTAL ESTIMATED BID AMOUNT $ 9,496,402.50 ADDITIVE ALTERNATE No 1 SANITARY SEWER LINE RECONSTRUCTION SDR 26 LESS THAN 10'DEPTH CCC CCC-1 15" 100 LF $ 272.00 $ 27,200.00 CCC-2 18' 100 LF $ 292.20 S 29,220.00 CCC 3 ;24" 100 LF $ 385.60 $ 38,560.00 CCC-4 ?30" 100 LF $ 464.10 $ 46,410.00 CCC-5 36" 100 LF $ 582.90 ' $ 58,290.00 CCC-6 42" 100 LF $ 594.10 $ 59,410.00 CCC-7 48" 100 LF $ 1,193.20 $ 119,320.00 CCC-8154" 100 LF $ 1,500.00 $ 150,000.00 CCC-9 ,60" 100 LF $ 2,000.00 $ 200,000.00 CCC-10 66" 50 LF $ 2,500.00 , $ 125,000.00 CCC-11 72" 50 LF $ 3,000,00 $ 150,000.00 TOTAL °CCC" $ 1,003 410 00 SANITARY SEWER • LINE RECONSTRUCTION C900 GREATER THAN 10'DEPTH DDD DDD-1 15" 100 LF $ 333.30 S 33,330.00 DDD-2 18" 100 LF $ 358.30 $ 35,830.00 DDD-3 24" 100 LF $ 469.00 $ 46,900.00 DDD-4 30" 100 LF $ 578.50 $ 57,850.00 DDD-5 36" 100 LF $ 745.00 $ 74,500.00 DDD-6 42" 100 LF $ 1,391.10 ; $ 139,110.00 DDD-7 48" 100 LF $ 1,500.00 1 $ 150,000.00 DDD-8 '54" 100 LF $ 2,000.00 $ 200,000.00 DDD-9 60'1 100 LF $ 2,500.00 1 $ 250,000.00 ODD-10 '66" 50 LF $ 3,000.00 ! $ 150,000.00 DDD-11 72" 50 LF $ 3,500.00 " $ 175,000.00 TOTAL "DDD" $ 1,312,520.00 STORMWATER MAINS Line Reconstruction(concrete collars EEE are incidental)greater than 8' depth and under roadways EEE-1 115" RCP 250 IF $ 16130 5 40325.00 EEE-2 '18" RCP 250 LF $ 171.10 S 42,775.00 EEE-3 24" RCP 250 LF $ 188.60 $ 47,150.00 EEE-4 30" RCP 250 IF $ 227.30 $ 56,825.00 EEE-5 36 RCP 250 LF $ 256.20 ; $ 64,050.00 EEE-6 48" RCP 250 LF $ 324.20 $ 81,050.00 EEE-7 54"RCP 250 LF , $ 386.40 5 96,600.00 EEE-8 60"RCP 250 LF $ 424.70 5 106,175.00 EEE-9 7.72" RCP 500 LF $ 548.60 $ 274,300.00 TOTAL"EEE" 5 809,250.00 FFF 'HOPE Line Reconstruction less than 8' FFF-1 '15" HOPE 250 LF $ 133.60 $ 33,400.00 FFF-2 1- 8" HOPE 250 LF $ 142.20 $ 35,550.00 FFF-3 24" HOPE 250 LF $ 160.60 $ 40,150.00 FFF-4 30"HOPE 250 LF $ 203.10 $ 50,775.00 -FFF-5 36" HOPE 250 LF $ 209.80 $ 52,450.00 FFF-6 4• 2" HOPE 250 LF 5 231.70 , $ 57,925.00 FFF-7 48'HOPE 250 LF $ 279.80 $ 69,950.00 FFF-8 5• 4"HOPE 250 LF 5 310.00 $ 77,500.00 FFF-9 60"HOPE 250 LF S 353.50 $ 88,375.00 ; FFF-10 70" HOPE 500 LF 0 --- ; $ 390.00 , $ 1955,000.00 TOTAL"FFF" $ 701,075.00 TOTAL"CCC"THRU"FFF" $ 3,826,255.00 (COMPOSITE EXHIBIT C is not attached but will remain on file in in the Office of the Purchasing Agent and will be available upon request)