Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2009-45 CONTINUING CONTRACT AGREEMENT
BETWEEN THE CITY OF CLERMONT FLORIDA AND
CHAZ EQUIPMENT COMPANY, INC
FOR SANITARY SEWER INTERIOR REHAB SERVICES
THIS CONTINUING CONSTRUCTION CONTRACT AGREEMENT, hereinafter referred to as "AGREEMENT,"
is entered into as of this 28th day of October 2009, by and between the CITY OF CLERMONT, FLORIDA, a
municipal corporation under the laws of the State of Florida whose address is 685 West Montrose Street, Clermont,
Florida 34711, hereinafter referred to as "CITY "
and
CHAZ EQUIPMENT COMPANY, INC., a Florida corporation under the laws of the State of Florida, whose
address is. 3460 Fairlane Farms Road, Suite 1, Wellington, Florida 33414, hereinafter referred to as
"CONTRACTOR."
WITNESSETH.
WHEREAS, CONTRACTOR has been awarded a contract with the City of Delray Beach, Florida through a public
procurement bid for the provision of sanitary sewer interior rehab services in accordance with the specifications of
the Delray Beach bid, which are attached hereto and incorporated herein as Exhibit "A ",
WHEREAS, CONTRACTOR is willing to provide sanitary sewer interior rehab services to CITY in accordance
with the pricing and specifications contained in the Delray Beach contract, and
WHEREAS, CITY is willing and authorized by its Purchasing Policy to waive formal competitive selection
procedures and purchase services through a contract of another governmental entity
NOW THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged, the parties covenant and agree as follows
1.0 TERM
1.1 This Agreement is to become effective upon execution by both parties, and shall remain in effect for a two
(2) year term, unless terminated as provided for herein Additionally, the parties agree that the term may be
extended upon mutual agreement for periods of one (1) year, but such option to extend may only be utilized
three (3) times unless authorized by the City Council for additional extensions.
1 2 The term of any task authorization /work order, as described in Section 2 hereof shall be as set forth in such
task authorization /work order, and all of the terms and conditions of this Agreement shall survive until
completion of all task authorizations /work orders.
2.0 TASK AUTHORIZATIONS
21 it is expressly understood and acknowledged that nothing herein shall obligate or guarantee to
CONTRACTOR any agreement or task authorization and CITY expressly reserves the right to exercise its
option to issue any such agreements to any qualified firm or entity in accordance with all applicable laws,
ordinances, policies and /or regulations.
The CITY shall make request of CONTRACTOR for the services contemplated herein by providing to
CONTRACTOR, verbally or in writing, a general description of the task to be performed The
CONTRACTOR will prepare a performance and costs schedule based on the Specifications and Payment
Schedule attached hereto and incorporated herein as Exhibit "A" and provide the written schedule as a
"Task Authorization" to the CITY If a site visit by CONTRACTOR is needed to generate the scope
document, CONTRACTOR shall request approval pnor to visiting the site. The CITY will review the
proposal, and if the description is mutually acceptable, the parties will enter into a written "task
authorization ". The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools,
apparatus and transportation and perform all of the work described in each individual task authorization to
be issued hereunder as prepared by CITY All work shall be performed in accordance with any special
conditions contained in the task authorization and the Specifications and pricing contained in the
Specifications and Pricing Statement, attached hereto and incorporated herein as Exhibit "A"
2.2 CONTRACTOR shall not be authorized to proceed until the CITY has issued a Notice to Proceed to the
CONTRACTOR Upon receipt of the signed Task Authorization and a Notice to Proceed from the CITY,
the CONTRACTOR shall perform the services set forth in the task authorization
3 0 CONTRACT DOCUMENTS
The CONTRACT DOCUMENTS shall include this Agreement, the task authorization and any special conditions,
plans or drawings incorporated therein and the specifications and pricing contained in Exhibit "A" hereto In the
event of any conflict, ambiguity or uncertainty among the CONTRACT DOCUMENTS, the CONTRACTOR shall
immediately notify the CITY. Any conflict, ambiguity or uncertainty in the CONTRACT DOCUMENTS shall be
interpreted and construed by the CITY'S project manager, whose decision shall be final and binding upon all parties.
4.0 THE CONTRACT SUM
The CITY shall pay to the CONTRACTOR, for the faithful performance of each task authorization to the
AGREEMENT, in lawful tender of the United States, and subject to additions and deductions as provided in the
approved dollar amount of each project awarded by task authorization to the CONTRACTOR
5 0 COMMENCEMENT AND COMPLETION OF WORK
5 1 The CONTRACTOR shall commence work within 10 calendar days after receipt of Notice to Proceed and
receipt of plans and will complete the same within the number of calendar days specified in the individual
project task authorization, unless the period for final completion is extended otherwise by the CONTRACT
DOCUMENTS
5 2 The CONTRACTOR shall prosecute the work with faithfulness and diligence
5.3 The CONTRACTOR further declares prior to the commencement of work he will examine the site of the
work and from personal knowledge and experience or that he will make sufficient investigations to fully
satisfy himself that such site is correct and suitable for the work and he assumes full responsibility
therefore. All CONTRACT DOCUMENTS will be read and carefully considered by the CONTRACTOR,
who understands the same and agrees to their sufficiency for the work to be done It is expressly agreed
that under no circumstances, conditions or situations shall this AGREEMENT be more strongly construed
against the CITY than against the CONTRACTOR, or his surety, if applicable
5 4 it is expressly understood and agreed that the passing, approval and /or acceptance of any part of the work
or material by the CITY, City Manager, City of Clermont, Florida (Authorized Representative) or by any
agent or representative as in compliance with the terms of this AGREEMENT and /or of the Drawings,
Plans and Specifications covering said work shall not operate as a waiver by the CITY of strict compliance
with the terms of this AGREEMENT and /or the Drawings and Specifications covering said work, and the
CITY may require the CONTRACTOR and /or his Surety to repair, replace, restore and /or make to comply
strictly and in all things with this AGREEMENT and the Drawings and Specifications any and all of said
work and /or materials which, within a period of one year from and after the date of the passing, approval,
and or acceptance of any such work or matenal, are found to be defective or to fail and in any way to
comply with this AGREEMENT or with the Drawings and Specifications. This provision shall not apply to
materials or equipment normally expected to deteriorate or wear out and become subject to normal repair
and replacement before their condition is discovered The CONTRACTOR shall not be required to do
normal maintenance work under the guarantee provisions Failure on the part of the CONTRACTOR
2
and /or his Surety, immediately after Notice to either, repair or replace any such defective materials and
workmanship shall entitle the CITY, if it sees fit, to replace or repair the same and recover the reasonable
cost of such replacement and /or repair from the CONTRACTOR and /or his Surety, who shall in any event
be jointly and severally liable to the CITY for all damages, loss and expense caused to the CITY by reason
of the CONTRACTOR'S breach of this AGREEMENT and /or his failure to comply strictly and in all
things with this AGREEMENT and /or his failure to comply strictly and in all things with this
AGREEMENT and with the Drawings and Specifications.
5 5 As -built drawings or warranties, as may be applicable, must be submitted to the CITY before final payment
will be made to the CONTRACTOR
6.0 PARTIAL AND FINAL PAYMENTS
In accordance with the provisions fully set forth in Exhibit "A ", and subject to additions and deductions as provided,
the CITY shall pay the CONTRACTOR as follows
6 1 CONTRACTOR shall submit a progress payment request by the third (3rd) day of each calendar month for
work performed during the preceding calendar month Upon CONTRCATOR'S signature accepting the
PARTIAL PAYMENT AUTHORIZATION, the CITY shall make a partial payment to the Contractor,
within twenty (20) working days, on the basis of a duly certified and approved estimate by the CITY and
the Engineer, for work performed during the preceding calendar month under the AGREEMENT To
insure proper performance of the AGREEMENT, the CITY shall retain ten percent (10 %) of the amount of
each estimate until final completion and acceptance of all work covered by the AGREEMENT and /or task
authorization
6.2 Upon submission by the CONTRACTOR of evidence satisfactory to the CITY that all payrolls, material
bills and other costs incurred by the CONTRACTOR in connection with the construction of the work have
been paid in full, and also, after all guarantees that may be required in the Specifications have been
furnished and are found acceptable by the CITY, final payment on account of this AGREEMENT and /or
task authorization shall be made within twenty (20) working days after completion of all work by the
CONTRACTOR covered by this AGREEMENT and/or task authorization and acceptance of such work by
the CITY
7 0 ADDITIONAL BONDS
It is further mutually agreed between the parties hereto that if, at any time after the execution of this AGREEMENT
and subsequent task authorizations with Surety Bonds attached for faithful performance and payment of labor and
materials for each awarded task authorization, the CITY shall deem the Surety or Sureties upon such bonds to be
unsatisfactory, or if, for any reason, such bonds cease to be adequate to cover the performance and payments of the
work, the CONTRACTOR shall, at his expense, and within seven (7) days after receipt of Notice from the CITY to
do so, furnish additional bonds, in such form and amounts, and with such Sureties as shall be satisfactory to the
CITY In such event, no further payment to the CONTRACTOR shall be deemed due under this AGREEMENT
until such new or additional security for the faithful performance and for payment of labor and materials of the work
shall be furnished in manner and form satisfactory to the CITY.
8.0 PROGRESS MEETING
CITY'S designated Project Manager may hold periodic progress meetings on a monthly basis, or more frequently, if
required, during the term of any task authorization entered into under this Agreement CONTRACTOR'S Project
Manager and all other appropriate personnel shall attend such meetings as designated by CITY'S Project Manager
3
9.0 SAFETY
9 1 CONTRACTOR agrees to comply with all Federal, State and local safety standards while on the property
of CITY
9 2 CONTRACTOR shall have full responsibility and assume all liability for the safety and supervision of its
employees while performing services provided hereunder
10.0 REASONABLE ACCESS
During the of this Agreement, CITY shall grant CONTRACTOR reasonable access to the CITY'S premises for
purposes of fulfilling its obligations under this Agreement.
11.0 INSURANCE AND HOLD HARMLESS/INDEMNIFICATION
CONTRACTOR shall maintain in force during the term of this Agreement, at its own expense, insurance as set forth
in Exhibit `B ", attached hereto and incorporated herein and shall be bound by the terms of the Hold
Harmless/Indemnification provisions expressed therein.
12.0 COMPLIANCE WITH LAWS AND REGULATIONS
CONTRACTOR shall comply with all requirements of federal, state and local laws, rules, regulations, standards,
and /or ordinances applicable to the performance of this Agreement.
13.0 REPRESENTATIONS
13 1 CONTRACTOR represents that the services provided hereunder shall conform to all requirements of this
Agreement and the Task Authorization, shall be consistent with recognized and sound professional
engineering practices and procedures, and shall conform to the customary standards of care, skill, and
diligence appropriate to the nature of the services rendered
13 2 CONTRACTOR represents that the personnel furnishing such services shall be qualified and competent to
perform the services assigned to them and that such guidance given by and the recommendations and
performance of such personnel shall reflect their best professional knowledge and judgment
13 3 Subject to the provisions of this Section, should CONTRACTOR breach the warranties set forth herein,
CITY shall have such remedies as may be provided at law or equity
13.4 Without limiting the generality of the foregoing, if the CONTRACTOR completes its services under any
task authorization entered into hereunder, and the CONTRACTOR'S services are non - complying,
defective, or otherwise improperly performed and CITY notifies CONTRACTOR in writing that a defect,
error, omission or noncompliance has been discovered in CONTRACTOR'S services, CONTRACTOR
shall, at the option of CITY• a) correctly re- perform such non - complying, defective, or otherwise
improperly performed services at no additional cost to CITY, b) refund the amount paid by CITY
attributable to such non - complying, defective or otherwise improperly performed services; or c) if
CONTRACTOR fails to take action under a) above, at CONTRACTOR'S sole expense, otherwise cure or
have cured any such non - complying, defective, or otherwise improperly performed services
13.5 The only representations made by CONTRACTOR are those expressly enumerated in this provision Any
other statements of fact or descriptions expressed in the Agreement or any attachments thereto, shall not be
deemed to constitute a warranty of the work or any part thereof
14.0 ASSIGNMENT
14.1 CONTRACTOR shall not assign or subcontract this Agreement, any task authorization hereunder, or any
rights or any monies due or to become due hereunder without the prior, wntten consent of CITY
4
14 2 If, upon receiving written approval from CITY, any part of this Agreement is subcontracted by
CONTRACTOR, CONTRACTOR shall be fully responsible to CITY for all acts and/or omissions
performed by the subcontractor as if no subcontract had been made
14 3 If CITY determines that any subcontractor is not performing in accordance with this Agreement, CITY
shall so notify CONTRACTOR who shall take immediate steps to remedy the situation
14 4 If any part of this Agreement is subcontracted by CONTRACTOR, prior to commencement of any work by
the subcontractor, CONTRACTOR shall require the subcontractor to provide CITY and its affiliates with
insurance coverage as set forth by the CITY'S Human Resources Director/Risk Management.
15.0 INDEPENDENT CONTRACTOR
At all times during the term of this Agreement, CONTRACTOR shall be considered an independent
CONTRACTOR.
16.0 DEFAULT
If during the term of this Agreement, CONTRACTOR shall be in default of any of the material provisions of this
Agreement, CITY may suspend its performance hereunder until such delinquency or default has been corrected,
provided, however that no suspension shall be effective unless and until CITY gives wntten notice of the default to
CONTRACTOR with at least ten (10) days to cure such default. If CONTRACTOR fails to correct such
delinquency or default within thirty (30) days of suspension by CITY, CITY may terminate this Agreement.
17.0 TERMINATION
Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR,
terminate this Agreement if a) without cause and for convenience upon thirty (30) days written notice to
CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment
for the benefit of its creditors, d) CONTRACTOR fails to comply with any of the conditions of provisions of this
Agreement, or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse
impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under
this Agreement In the event of such termination, CITY shall be liable only for the payment of all unpaid charges,
determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to
the effective date of termination.
18.0 FORCE MAJEURE
Any delay or failure of either party in the performance of its required obligations hereunder shall be excused if and
to the extent caused by acts of God fire, flood, windstorm, explosion, riot, war; sabotage; strikes; extraordinary
breakdown of or damage to CITY'S affiliates' generating plants, their equipment, or facilities, court injunction or
order, federal and /or state law or regulation, order by any regulatory agency, or cause or causes beyond the
reasonable control of the party affected, provided that prompt notice of such delay is given by such party to the other
and each of the parties hereunto shall be diligent in attempting to remove such cause or causes. If any circumstances
of Force Majeure remain in effect for sixty (60) days, either party may terminate this Agreement
19.0 GOVERNING LAW & VENUE
This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance with the laws of
the State of Florida. Venue shall be Lake County, Florida, or the United States District Court in and for the Middle
District of Florida
20.0 HEADINGS
Paragraph headings are for the convenience of the parties only and are not to be construed as part of this Agreement
5
21.0 SEVERABILITY
In the event any portion or part of this Agreement is deemed invalid, against public policy, void, or otherwise
unenforceable by a court of law, the parties shall negotiate an equitable adjustment in the affected provision of this
Agreement The validity and enforceability of the remaining parts thereof shall otherwise be fully enforceable.
22.0 WAIVER AND ELECTION OF REMEDIES
22.1 Waiver by either party of any terms, condition, or provision of this Agreement shall not be considered a
waiver of that term, condition, or provision in the future
22 2 No waiver, consent, or modification of any of the provisions of this Agreement shall be binding unless in
writing and signed by a duly authorized representative of each party hereto.
23.0 THIRD PARTY RIGHTS
Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than CITY and
CONTRACTOR.
24.0 PROHIBITION AGAINST CONTINGENT FEES
CONTRACTOR warrants that It has not employed or retained any company or person, other than a bona fide
employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or
agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely
for the CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting
from the award or making of this Agreement.
25.0 ENTIRE AGREEMENT
Except as otherwise state, this Agreement, including the schedules, attachments, appendixes and exhibits attached
hereto, constitutes the entire agreement between CITY and CONTRACTOR with respect to the services specified
and all previous representations relative thereto, either written or oral, are hereby annulled and superseded.
26.0 SOVEREIGN IMMUNITY
Nothing contained in the Agreement shall be construed as a waiver of the CITY'S rights to sovereign immunity
under Section 768 28, Florida Statutes, or other limitations Imposed on the CITY'S potential liability under state or
federal law
27.0 NOTICE
Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed, postage
prepaid to.
CITY. City Manager
City of Clermont
685 West Montrose Street
Clermont, Florida
CONTRACTOR: CHAZ EQUIPMENT COMPANY, INC
3460 Fairlane Farms Road, Suite 1
Wellington, FL, 33414
6
Either party may change the name of the person receiving notices and the address at which notices are received by
so advising the other party in writing
IN WITLESS WH OF, the parties hereto have executed this Continuing Construction Contract Agreement on
this /V day of Nat/I/M..4e" 2009
C I T Y O F C L E A S T ',,,"
it s y „, a k
- 11"7" - Turville, Jr , Mayor
Attest / /
�-
Tracey Ackroyd, City Clerk , / , 1
i, - (Corporate Seal) CHAZ EQUIPMENT C ' ANY, INC
4
F 1!i By %.......".1
, R Signatures
T. f` ", C /
(Name /Title/Printed or'I'y�ied)
If a corporation, affix corporate
seal and have corporate secretary
attest. Attest
Corporate S: retary
Rob e-r -f 4 . INf i ht
(Name Printed or Typed)
7
"V20/166 CIO( C1- LELHaY EERrFI s Prli .mw 1•I ° 16:13
(ITV' OF DELRAY BENCH
ollut ;�IEAp
if v/ 4 /1.NIJ . 171 L I IAV Bra. .1.1.1 Qfi1r14.s 1A4. • 4.1112.6 nao
�II acty
I I 11/
omit
:sxn
January 14, 2004
Mr Gary Caalkowskt
9480 Fabians Fame Rand, 4i8
Wellington, FI4nda33414
To whom It mey concern,
This Ieitepr is to confirm that the Cily of ai {'antra t mUy .,
ligriithahallo
� o • - r, Ann � Is an unit-price e ry b t MaAhoJo
more unit meesure ments herein With no limit on price molar so l0 0 as contract it prices remain constan r
d4obrdenaa lathe contract document.
Consideration rn awarding rehabilitation of sanitary manhole to Chaz Equipment Company In
aocofdence with the above contract by un.E pfrpe consideration and without Matto total Sum by any
munlciJ?aIty or governing body w In fe State of 1olrtla may beglven Midst 'piggy bads'
provisions wllhold further need of app r y I from the City of Delray Beach
Sincerely,
r e1,041
Palsy , : I, Buyer
City of � - my Psaoh
cc: Joseph Safford,, Ce Di'Mator
Jackie Rooney, ° =hosing Manager
++ +.ssum,gwpyya +g„ T lrl EFFnnT Ai w,w . MAT 1 ErIS
8
5612437166 CITY OF DELRAY BEACH 358 P01 JAN 14 '04 16:13
.2
LITY OF DELRAY BENCH
DELRAY BFACH
.I tl W 1..1 AVL•Ntll • In L HAY HFAC.I I ! L ORIPA :I3114 • 5111/243 7000
All-Morita city
1 1111/1!
1
z(xfi
January 14, 2004
Mr. Gary Czajkowski
3460 Fairlane Farms Road, #8
Wellington, Florida 33414
To whom it may concern,
This letter is to confirm that the City of DelraXBeach Contract # hg - 37 for Sa�nita er Manhole
I to 'o R ' — �� - .. Jl_e –
n n r ehap i a la Annual Contract is an open -ended unit -price contract applicable to one or
more unit measurements herein with no limit on price total so long as unit prices remain constant in
accordance to the contract document.
Consideration in awarding rehabilitation of sanitary manhole to Chaz Equipment Company In
accordance with the above contract by tlni$ pripe consideration and without limit to total sum by any
municipality or governing body within the State of Florida may be given undet "piggy back'
provisions without further need of apprgyal from the City of Delray Beach.
Sincerely,
g lid"
Patsy 1 : d I, Buyer
City o ' ray Beach
cc: Joseph Safford, 51 ce Director
Jackie Rooney, ° urchasing Manager
f t) 1'faituU n ly��{od THE EFFORT Al WAYS MAT rERS
CITY DF DELRAY BEACH 1 . f R;... d
DELRAY BEACH
!
�. r, mom' �lC:..• :ruY:'. P'v.t
` 100 N.W. 1st AVENUE DELRAY BEACH, FLORIDA 33 • 561/243 -7000
All- AmerlcaCity
1 ' June 10, 2008
1993
2001 Gary Czajkowski, President
Chaz Equipment
3180 Fairlane Farms Road - Suite 1
Wellington, Florid 334414
RE: Bid #2002 -37 Sanitary Sewer Manhole Interior Renovation
Contract Extension
Dear Mr. Czajkowski;
The Delray Beach City Commission, on May 20, 2008, approved the contract extension award of
the above referenced subject to your company.
Term of the contract shall be from October 01, 2008 to September 30, 2009. Services shall be
ordered via individual purchase orders and/or blanket order releases for the term of the Contract.
"The City Manager may renew the contract, at the same terms and conditions and prices for four
(0) consecutive terns of one (1) year subject to vendor(s) acceptance, satisfactory performance and
determination that the renewal will be in the best interest of the City"
Thank you for your interest in the City of Delray Beach. If you have any questions in regard to
this matter, please call me at (561) 243 -7161.
Sincerely,
//ii,hL
Patsy N purchasing Manager -
Cc Joseph Safford ance Director
Richard Hasko, Director of environmental Services
R- �C�i,IVE D
Victor Majtenyi, Deputy Director of Public Utilities ) �UN X 2 208
Scott Solomon, Manager Water & sewer Network
,
SERVICE • PERFORMANCE • INTEGRITY • RESPONSIBLE • INNOVATIVE • TEAMWORK
CITY OF EL RAY EE
DELRAY BEACH
r o
be tel i o! 100 N W 1s1 AVENUE r DELRAY BEACH, FLORIDA 33444 Y 561/243 -7000
AII•AmerecaCi�y April 18, 2007
'ill r
1993
zoos Gary Czajkowsd, President
Chaz Equipment Co. Inc.
3460 Fairlane Farms Road, Suite #8
Wellington, Florida 33414
RE: Bid #2002 -37
Sanitary Sewer Manhole Interior Rehab
Annual Contract — 4 Year Renewal
Dear Mr. Czajkowksi;
Our City Commission, on April 3, 2007, approved the one year renewal with your company for
the annual contract for Sanitary Sewer Manhole Interior Rehab.
Term of the contract will be from October 01, 2007 to September 30, 2008 Items will be ordered
via individual purchase orders and /or blanket order releases on an "as needed" basis for the
contract term.
Please forward to my attention, an updated certificate of insurance, naming the City of Delray
Beach as additional insured at limits specified in the bid package
We would like to thank you for your good performance and interest in the City of Delray Beach
If you have any questions, you may contact me at (561) 243 -7163.
Sincerely,
• /1 51/L- TR.Irta"
OF
Ja yn Rooney f)
Purchasing Manager
cc: Joseph Saffordce Director
Victor Majtenyi, Deputy Director Public Utilities
Richard Hasko, Director of Environmental Services - - -
Scott Solomon, Manager Water & Sewer Network
�� % Panted on Recycloa Papal 8 I i E E r= O FS - I �� LWAY S MATTERS
�� � pa
e�`i � �y'Yk�.. M1,4A,l t iR21. f 1
r } . + tip . y
CITY DF DELRAY BEACH
DELRAY BEACH — _A -.�'.1"- s? ;
° ° ' ° 100 N.W. 1st AVENUE • DELRAY BEACH, FLORIDA 33444 • 561/243 -7000
All-America City
® July 12, 2006
1993
2001
Gary Czajkowski, President
Chaz Equipment Co. Inc.
3460 Fairlane Road, Suite #8
Wellington, Florida 33414
REF: Bid #2002 -37
Sanitary Sewer Manhole Interior Rehab
Annual Contract, 4 Year Renewal
•
Dear Mr. Czajkowski; .
Our City Manager, on July 05, 2006 has approved the one (1) year renewal with your company for the
above referenced subject.
Term of the contract will be from October 01, 2006 to September 30, 2007. Item(s) shall be ordered
via individual purchase orders and/or blanket order releases on an "as needed basis" for the contract
term.
We would like to thank you for your good service and interest in the City of Delray Beach. If you have
any questions, you may reach me at (561) 243 -7163. -
Sincerely,
1111..7„, /1 F"rtt,
acklyn Rooney
Purchasing Manager
�-��� p7�s;r� r r',�_�
cc: Joseph Safford;Ifn'ance Director
Victor Majtenyi, Deputy Director Public Works JUL 1 $ 2406
Richard Hasko, Director of Environmental Services
Scott Solomon, Manager Water & Sewer Network BY: —I
►�� PnntedonRecycledPapa, THE EFFORT ALWAYS MATTERS
•
Cary UF DELRAY BEIICH : Y
DELRAY B
r o ■ o 100 N W. 1st AVENUE • DELRAY BEACH, FLORIDA 33444 • 561/243-7000
•
All-America Clty
1! July 15, 2005
1993
REC' TVED
2001 JUL 2 0
Gary Czajkowski, President
Chaz Equipment Co. Inc. BY-
3460 Fairlane Farms Road, Suite #8
Wellington, Florida 33414
RE: Bid #2002 -37
Sanitary Sewer Manhole Interior Rehab
Annual Contract - 3' Year Renewal
Dear Mr. Czajkowkki;
Our City Manager, on July 14, 2005, approved the one year renewal with your company for the
annual contract for Sanitary Sewer Manhole Interior Rehab.
Tenn of the contract will be from October 01, 2005 to September 30, 2006. Items will be ordered
via individual purchase orders and/or blanket order releases on an "as needed" basis for the
contract term.
Please forward to my attention, an updated certificate of insurance, naming the City of Delray
Beach as additional insured at limits specified in the bid package.
We would like to thank you for your good performance and interest in the City of Delray Beach.
If you have any questions, you may contact me at (561) 243 -7163.
Sincerely,
g
Jacklyn Rooney
Purchasing Manager
cc: Joseph Safford; Flydance Director
Dan Beatty, Deputy Director Public Utilities
Richaid Hasko, Director of Environmental Services
Scott Solomon, Manager Water & Sewer Network
(4:1 PdntedonRecycledPaper THE EFFORT ALWAYS MATTERS
CITY OF DELRAY DEACH
DELRAY BEACH
katd
All. 10
AmerlcaCi 100 N.W. 1st AVENUE • DELRAY BEACH, FLORIDA 33444 5611243 -7000
1 August 19, 2004
Gary Czajkowski
1993 Chaz Equipment Co. Inc.
2001 3380 Fairlane Farm Road, #16
Wellington, FL. 33414 SEP 0 8 2O
REF: Bid #2002 -37 Sanitary Sewer Manhole Interior Rehab
Annual Contract — 2' Year Renewal
Dear Mr. Czajkowski;
Our City Manager, on August 18, 2004, approved the one year renewal with your company for the
annual contract Bid# 2002 -37- Sanitary Sewer Manhole Interior Rehab.
Term of the contract will be from October 01. 2004 to September 30, 2005, Items will be ordered
via individual purchases orders and/or blanket releases on an "as needed" basis for the contract term.
Please forward to my attention. an updated certificate of insurance. naming the City of Delray Beach
as an additional insured at lunits specified in the bid package.
We would like to thank you for your good service and interest in the City of Delray Beach. If you
have any questions, you may contact me at (561) 243 -7161.
4 / cerely,
II AceetL.,
Patsy/ adal, Buyer
cc: Joseph Saffordance Director
Dan Beatty, Dep. Director of Public Utilities
Scott Solomon, Manager Water /Sewer
•
c NOM on Recycled Pepsi THE EFFORT ALWAYS MATTERS
JUl 2 5 2003
{ CITY F DELRAY EACH
L
DERAY B EACH
. o o
he al 100 N W 1st AVENUE • DELRAY BEACH FLORIDA 33444 • 561/243 -7000
AII•AmerlcaClry
July 18, 2003
1993
2001
Gary Czajkowski, President
Chaz Equipment Co. Inc.
3380 Fairlane Farms Road, #16
Wellington, Florida 33414
RE: Bid #2002 -37
Sanitary Sewer Manhole Interior
Rehab — Annual Contract
Dear Mr. Czajkowksi;
Our City Manager, on July 13, 2003, approved the one year renewal with your company for the
annual contract for Sanitary Sewer Manhole Interior Rehab.
Term of the contract will be from October 01. 2003 to S tember 30 2004. Items will be ordered
via individual purchase orders and/or blanket order releases on an "as needed" basis for the
contract term.
Please forward to my attention, an updated certificate of insurance, naming the City of Delray
Beach as additional insured at limits specified in the bid package.
We would like to thank you for your good service and interest in the City of Delray Beach. If
you have any questions, you may contact me at (561) 243 -7163.
Sincerely,
Ja klyn Rooney
Purchasing Manager
cc: Joseph Safford, ''►,. • ' e Director
Dan Beatty, Depu Director Public Utilities
Richard Hasko, Director of Environmental Services
Scott Solomon, Water & Sewer Network Manager
0 PnnledenRecycledPaper THE EFFORT ALWAYS MATTERS
0 1 -nni • ' JIII 01 2003 • ___
(11 OF DELRRY BERCH
DELRAY BEACH
IOW . - . : _ - FCC= .7;a 33 -- 50 1 . 1 3 -7000
All•AmericaCily
111111 June 25, 2003
i t hi:
, frii
Gary Czajkowski, President
Chaz Equipment Co. Inc.
3380 Fairlane Farms Road, #16
Wellington, Florida 33414
REF: Bid #2002 -37 — Sanitary Sewer Manhole Interior
Rehab — Annual Contract
1 Year Renewal
Dear Mr. Czajkowski;
The annual contract for the above referenced Bid expires on September 30, 2003 Per page #5, Section 20
"Renewal" of the General Conditions of this bid package, "The City Manager may renew the contract, at the
same terms, conditions, and prices for four (4) consecutive terms of one (1) year subject to vendor(s)
acceptance, satisfactory performance and determination that renewal will be in the best interest of the City".
Please advise if this extension of your contract at prices quoted in your Bid dated August 27, 2002 would be
acceptable.
Please respond by signing below and returning one original copy to my attention, Jacklyn Rooney, Purchasing
Division, City of Delray Beach, 100 N.W. First Avenue, Delray Beach, Florida, 33444.
Sincerely,
9 ,.. 4 j4.0 ) „t_ W Jacklyn Rooney Q
Purchasing Manager
I hereby agree to the one (1) year extension of the subject Bid
I am unable to provide a one (1) year extension of the subject Bid
,_...� 7 Boa
Si ature Date
C
nty (.;A /kalt�s
Name (print) / �1
C igt —
cc: Joseph Safford, ce Director
:a` T-: E- AL,.. c ' , c M- -
•
CITY DE DEL ARY DEAC
DELRAY BEACH
k
AmericaCity
100 NAN 1st AVENUE DELRAY BEACH, FLORIDA 33444 561/243-7000
/
' October 24, 2002
1993
2001
Gary Czajkowski, President
Chaz Equipment Co. Inc.
3380 Fairlane Farms Road, #16
Wellington, Florida 33414
REF: Bid #2002 -37 QO t0O7 5(
Sanitary Sewer Manhole Interior 10/1 / vt — /30/ o b
Rehabilitation - Annual Contract l
Dear Mr. Czajkowski,
Enclosed is one original copy of the contract for the above referenced bid awarded to your _
company by City Commission October 01, 2002.
Term of the Contract will be from October 01. 2002 to September 30, 2003, with the
option to renew for four (4) additional one (1) year periods.
We would like to thank you for your good service and interest in the City of Delray
Beach. If you have any questions, you may contact me at (561) 243 -7163.
Sincerely,
Ja lyn Rooney
Purchasing Supervisor
Attachment
cc: Joseph Safford, Finance Director
C. Danvers Beatty, P.E., Deputy Director of Public Utilities
Richard C. Hasko, P.E., Director of Environmental Services
Scott Solomon, Water & Sewer Network Manager
Pnn�edcnR chdP 0, THE EFFORT ALWAYS MATTERS
CITY OF DELRAY BEACH
INVITATION TO BiD
PURCHASING OFFICE
100 N.W. 1st AVE
DELRAY BEACH, FL 33444
(561) 243 -7163
BID NO. #2002 -37 DATE: July 23, 2002
•
TITLE: Sanitary Sewer Manhole Interior Rehabilitation
BiDS MUST BE RECEIVED ON OR BEFORE: Tuesday, August 27_, 2002, prior to 3:00
p.m. at which time all blds will be publicly opened and read.
•
INVITATION TO BID
This Invitation to Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addenda
'and/or any pertinent document form a part of thls bid and ,by reference are made a part thereof.
PURPOSE: It is the purpose and intent of this Invitation to secure bids for item(s) and/or services as listed
herein for the City of Delray Beach, Florida, hereinafter called the CITY.
SEALED BIDS. Sealed bids will be received in the Purchasing Office until the date and time as indicated
above. Bids will be opened publicly in City Hall and all bidders and general public are invited and encouraged
to attend. All bids shall be submitted In sealed envelopes, mailed or delivered to the City of Delray Beach,
Purchasing Office, 100 N.W. 1st Avenue, Delray Beach, Florida 33444. Outside of envelope shall plainly
identify bid by: BID NUMBER, TITLE, AND DATE OF B1D OPENING. It is the sole responsibility of the bidder
to ensure that his or her bid reaches the Purchasing Office on or before the closing date and hour as shown
above. RETURN ONE COPY OF ALL BID SHEETS. Any failure on the part of the supplier to comply with the
ensuing conditions and specifications shall be reason for termination of contract.
CITY'S ACCEPTANCE: Unless otherwise specified herein, the bidder will allow a minimum of sixty (60) days
from the last date for receiving of bids for acceptance of its bid by the City Manager and /or City Commission.
AWARD: The City reserves the right to waive minor variations to specifications, informalities, irregularities and
technicalities in any bids, to reject any and all bids In whole or in part, with or without cause, and /or to accept
blds that In its judgment will be for the best interest of the City, as further stated in Paragraph 16 of General
Conditions.
1
GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS
1. SUBMISSION AND RECEIPT OF BIDS:
A. Bids, to receive consideration, must be received prior to the specified time of opening as
designated in the invitation.
B. Unless otherwise specified, bidders MUST complete all questions and price blanks in the
spaces provided in this Invitation to Bid. Failure to do so may cause your bid to be rejected.
However, you may attach supplemental information.
C. Blds having any erasures or corrections MUST be Initialed by bidder in ink. Bids shall be
signed in ink. All prices shall be typewritten or filled in with pen and ink.
D. All bids MUST be signed with the firm name and by an officer or employee having the authority
to bind the company or firm by his/her signature.
2. QUANTITIES OR USAGE: -
Whenever a bid is
solicited seeking a source for a specified time for materials or services in the
quantities or usage shown, these quantities are estimated only. No guarantee or warranty Is given or
implied by the City of Delray Beach as to the total amount that may or may not be purchased from any
resulting contracts. These quantities are for bidders' information only and will be used for tabulation
and presentation of bid.
3. PRICES:
' A. Bidder warrants by virtue of bidding that prices,' terms, and conditions quoted•in his bid will be
firm for acceptance for a period of sixty (60) days from the date of opening unless otherwise
stated by the City or bidder.
• B. Prices should be stated in units of quantity specified in the bidding specifications. In case of
discrepancy in computing the amount of the bid, the unit price(s) quoted will govern.
C. Consideration in awarding bids for term contracts will be given first to bidder offering firm
prices subject to market price reduction and second to bidder offering firm prices for full
contract period. If at any time during the period of this contract, the City of Delray Beach is
able to purchase the items and /or services at prices less than our contract price, the
successful bidder shall meet these prices and in the event of his failure to do so, the City of
Delray Beach may negotiate for a new contract on the open market.
D. The City reserves the right to purchase items on state contract if such items can be obtained
on the same terms, conditions, specifications and in the best interest of the City.
E. Bidders may offer a cash discount for prompt payment. However, such discounts will not be
considered in determining the lowest net cost for bid evaluation purposes. Bidders should
reflect any discounts to be considered in the bid evaluation in the unit prices bid.
4. DELIVERY:
A. All Items shall be delivered F.O.B. destination, and delivery costs and charges included in the
bid price. Failure to do so may be cause for rejection of bid.
2
} B. Time will be of the essence for any orders placed as a result of this bid. Purchaser reserves
the right to cancel such orders, or any part thereof, without obligation if delivery Is not made at
the time(s) specified on bid form.
5. BRAND NAMES: -
If and whenever in the specifications a brand name, make, name of any manufacturer, trade name, or
vendor catalog number is mentioned, It is for the purpose of establishing a grade or quality of material
only. Since the City does not wish to rule out other competition and equal brands or make, the phrase
OR EQUAL is added. However, if a product other than that specified is bid, it is the vendor's
responsibility to name such product within his bid and to prove to the City that such product Is equal to
that specified.
6. QUALITY:
All materials used for the manufacture or construction of any supplies, materials, or equipment covered
by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest
grade workmanship.
7. SAMPLES:.
Samples, when requested, must be furnished free of expense to the City and if not used in testing or
destroyed, will upon request within thirty (30) days of bid award be returned at bidder's expense.
8. ACCEPTANCE:
The material delivered under this proposal shall remain the property of the seller until a physical
- - inspection and actual 'Usage of this material and /or service is made' and thereafter accepted to the
satisfaction of the City and must comply with the terms herein, and be fully in accord with specifications
and of the highest quality. In the event the material and/or services supplied to the City is found to be
defective or does not conform to specifications the City reserves the Tight to cancel Abe order. upon
written notice to the seller and return product to seller at the seller's expense.
9. DEFAULT PROVISION:
In case of default by the bidder or contractor, the City of Delray Beach may procure the article or
services from other sources and hold the bidder or contractor responsible for any excess costs
occasioned or incurred thereby.
10. COPYRIGHTS OR PATENT RIGHTS:
Bidder warrants that there has been no violation of copyrights or patent rights In manufacturing,
producing, or selling the goods shipped or ordered as a result of this bid, and seller agrees to hold the
City harmless from any and all liability, loss, or expense occasioned by any such violation.
11. COMPLIANCE WITH SAFETY STANDARDS:
A. All equipment, machinery, electrical appliances, cords and apparatus shall comply with all
provisions of the Florida State Safety Standards.
B. Whenever a bid is sought and services secured for any type of on -site construction the
awarded bidder shall remove from the work site at the end of each working day all rubbish and
waste debris resulting from his operations. The awarded bidder shall also secure the work
site before leaving at the end of each working day.
3 ti
) 12. MANUFACTURER'S CERTIFICATION:
)
The City of Delray Beach reserves the right to request from bidders separate manufacturer certification
of all Statements made in the proposal.
13. SIGNED BID CONSIDERED AN OFFER:
This signed bld shall be considered an offer on the part of the bidder or contractor, which offer shall be
deemed accepted upon approval by the City Manager and /or City Commission of the City of Delray
Beach and in case of default on the part of the bidder or contractor after such acceptance, the City of
Delray Beach may take such action as it deems appropriate including legal action for damages or
specific performance.
14. LIABILITY, INSURANCE, LICENSES AND PERMITS:
A. PERMITS: Where bidders are required to perform work on City structure(s) or property as a
result of bid award, the City will waive the cost for permits. Contractor shall pay for permits for
all other work.
B. LICENSES: If you are not licensed to perform work In the City of Delray Beach you MUST
obtain an Occupational License before a Notice To Proceed will be issued.
C. LIABILITY INSURANCE: The City prefers the insurance and bonding companies have a
BEST Rating no less than A -, VII or better. If you have any questions regarding the City's
Insurance and /or Bond requirements, please contact the City's Risk Management Office at
(561) 243 -7150. See pages 14 & 15 for Insurance Requirements. A "sample" certificate has
been attached.
•
- 15. SPECIFICATIONS: '
A. For purposes of evaluation, bidder must indicate any variances from our specifications and /or
conditions, NO MATTER HOW SLIGHT. If variations are not stated in the proposal, it will be
assumed that the product or service fully complies with our specifications.
B. Any omissions of detail specifications stated herein that would render the material/service from
use as specified will not relieve the bidder from responsibility.
16. AWARD OF CONTRACT:
The City of Delray Beach reserves the right to accept any Bid or combination of Bid alternates which, in
the City's judgment will best serve the City's Interest, reject any and all Bids, to waive any and all
informalities and /or irregularities, and to negotiate contract terms with the Successful Bidder, and the
right to disregard all non - conforming, non - responsive, unbalanced or conditional Bids. The City
reserves the right to reject any or all Bids, or any part of any Bid, to waive any informality In any Bid,
and to award the purchase in the best interest of the City. Discrepancies In the multiplication of units of
Work and unit prices will be resolved in favor of the unit price. Discrepancies between the indicated
sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
17. TAXES: .
The City of Delray Beach is exempt from any sales tax Imposed by the State and/or Federal
Government. Exemption certificates certified on request. State Sales Tax Exemption Certificate No.
60- 08- 116241 -54C appears on each purchase order.
1
•
4 -
1 18. FAILURE TO BID:
If you do not bid, return °Statement of No Bid Form' and state reason. Otherwise, YOUR NAME MAY
BE REMOVED FROM OUR MAILING LIST.
19. EXCEPTIONS TO CONDITIONS, 1 THRU 18 (Boiler Plate)
Any time Bid Specifications differ from the General Conditions, Bid Specifications and Special
Provisions will prevail.
20. RENEWAL:
The City Manager may renew the contract, at the same terms, conditions, and prices, FOUR
consecutive term(s) of ONft year(s) subject to vendor acceptance, satisfactory performance and
determination that renewal will be in the best interest of the City.
21. ANTI - COLLUSION:
-
A. Bidder certifies that this bid is made without prior understanding, agreement, or connection
with any corporation, firm or person submitting a bid for the same materials, services, supplies,
or equipment and Is In all respects fair and without collusion or fraud.
B. No premiums, rebates or gratuities permitted; either with, prior to, or after any delivery of
material or provision of services. Any such violation may result in contract cancellation, return
of materials or discontinuation of services and the possible removal from the vendor bid list (s).
22. CONFLICT OF INTEREST:
A. ' Bidder declares and certifies that no officer, 'employee or person whose, salary. is payable in
whole or part.frorn the City of Delray Beach Is directly or indirectly interested In this bid or In the
supplies, materials, equipment or services to which It relates or in any portion of the profits
thereof; or
B. The award is subject to provisions of State Statutes and City Ordinances. All bidders must
disclose with their bid the name of any officer, director or agent who is also an employee of the
City of Delray Beach. Further, all bidders must disclose the name of any City employee who
. owns, directly or Indirectly, an interest of ten percent (10) or more in the bidder's firm or any of
its branches.
23. NON - DISCRIMINATION:
The Bidder shall not discriminate against employees or applicants for employment because of race,
creed, color, religion, sex, age, handicapped status, disabilities, or national origin. The Bidder will
endeavor to ensure that applicants are employed and that employees are treated during employment,
without regard to their race, creed, color, religion, sex, age, handicapped status, disabilities, or national
origin. Such action shall include but not be limited to the following: employment, upgrading, demotion,
or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation;
and selection for training including apprenticeship. The bidder agrees to post in conspicuous places,
available to employees and applicants for employment, notices setting forth the provisions of this
nondiscrimination clause. These provisions apply to all subcontractors and it is the responsibility of the
subcontractors to be In compliance.
1
5
1 24. DISCRIMINATION:
An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a
contract to provide goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public work, may not submit bids on leases of
real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor,
or consultant under contract with any public entity, and may not transact business with any public
entity.
1
6 `
STANDARD FORM OF AGREEMENT
BETWEEN CITY AND CONTRACTOR
THIS AGREEMENT made this day of , 20_, by and
between the CITY OF DELRAY BEACH (hereinafter called CITY) and
Chaz Equipment Co. Inc. (hereinafter called CONTRACTOR).
WITNESS€TH:
The CITY and the CONTRACTOR in consideration of the mutual covenants
hereinafter set forth, agree as follows:
1. The undersigned CONTRACTOR hereby represents that he has carefully
examined all Contract documents, and will perform the contractual requirements pursuant
to all covenants and conditions.
2. The CONTRACTOR, as evidenced by the execution of . this contract,
acknowledges that it has examined the physical• characteristics, of the job requirements.
The CONTRACTOR further acknowledges that the bid price includes all costs and
expenses required for the satisfactory completion of the contracts requirements.
3. The contract between the CITY and the CONTRACTOR include the following
documents which are attached hereto and incorporated herein by reference of the following:
CONTRACT DOCUMENTS PAGE NUMBERS
Invitation to Bid 1 - 6
Standard Form of Agreement ' 7 -11
Corporate Acknowledgment 12
Certificate 13
Insurance Requirements 1
Sample Insurance Form 15
Drug Free Work Place Certification 16
Specifications 17 - 24
} Proposal (Schedule of Pricing) 25 - 26
Bid Signature Page 27
• 7 •
CONTRACT DOCUMENTS (cont'd) PAGE NUMBERS
Statement of No Bid 28
References 29
Addenda numbers n/a to n/a , inclusive, and any modifications, including
Change Orders, duly delivered after execution of this Agreement.
4. The term of this contract shall commence on the date indicated on the Notice
to Proceed.
5. This agreement shall be governed by the laws of the State of Florida as Now
and hereafter in force. The venue for actions arising out of this agreement shall be Palm
. Beach County, Florida.
6. All notices, requests, demands, and other given if personally delivered or
mailed, certified mail, return receipt requested, to the following addresses:
As to City: ` ' City of Delray Beach, FL
100 NW 1st Avenue
Delray Beach, FL 33444
As to CONTRACTOR:
Chas Equipment Co. Tnc.
3380 Fairlane Farms Road. #16
Wellington, Florida 33414
7. The CONTRACTOR shall not, without prior written consent of the CITY,
assign any portion of its interest under this contract and, specifically, the CONTRACTOR
shall not assign any moneys due or to become due without the prior written consent of the
CITY.
8. The CITY and the CONTRACTOR each binds himself, his partners,
ti successors, assigns and legal representatives to the other party hereto in respect to all
covenants, agreements and obligations contained in the contract documents.
. 8
9. In consideration of ten dollars ($90.00) and other valuable consideration, the
CONTRACTOR shall defend, indemnify and save harmless the CITY, its officers, agents
and employees, from or on account of any liabilities, damages, losses and costs received or
sustained by any person or persons by or in consequence of any negligence (excluding the
sole negligence of the CITY), recklessness or intentional wrongful misconduct of the
CONTRACTOR and any persons employed or utilized by the CONTRACTOR in the
performance of this Project. CONTRACTOR agrees that negligent, reckless or intentional
wrongful misconduct includes, but is not limited to, use of any improper materials or
liabilities, damages, losses or costs caused by or on account of the use of any improper
materials. CONTRACTOR agrees that negligent, reckless or intentional wrongful
misconduct also includes but is not limited• to the of any Federal, State, County or
City laws, by -laws; ordinances. or regulations by the CONTRACTOR, his subcontractors,
agents, servants or employees. CONTRACTOR further agrees to defend, indemnify and
save harmless the CITY from all such claims and fees, and from any and all suits and
actions of every name and description that may be brought against the CITY on account of
any claims, fees, royalties, or costs for any invention or patent, and from any and all suits
and actions that may be brought against the CITY for the infringement of any and all
patents or patent rights claimed by any person, firm, or corporation.
The indemnification provided above shall obligate the CONTRACTOR to defend at
his own expense or to provide for such defense, at the CITY'S option, any and all claims or
liability and all suits and actions of every name and description that may be brought against
the CITY which may result from the operations and activities under this Contract whether
the construction operations be performed by the CONTRACTOR, his subcontractor or by
9
anyone directly or indirectly employed by either. This indemnification includes all costs and
fees including attorney's fees and costs at trial and appellate levels.
The CITY will pay to the CONTRACTOR the specific consideration of ten dollars and
other good and valuable consideration as specific consideration for the indemnification
provided herein. Furthermore, the CONTRACTOR acknowledges that the bid price includes
said consideration for the indemnification provision.
10. This Agreement shall be considered null and void unless signed by both the
CONTRACTOR and the CITY.
11. The contract documents constitute the entire agreement between the CITY
and the CONTRACTOR and may only be altered, amended or repealed by a duly executed
written instrument.
l
s to
l
IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the
day and year first above written.
ATTEST: CITY OF DELRAY BEACH, FLORIDA
' ' By: 6„.;4011
. .
City Clerk David W. Schmidt, Mayor
Approved as to form: -
P47,t,
City Attorney Di 071
WIT A CONTRACTOR:
CL
(Print or type name and title) (Print or type name and title)
(SEAL)
11
•
CORPORATE ACKNOWLEDGMENT
STATE OF _ t G
COUNTY of :r i& All
e foregoing instrument was acknowledged before me this ID day of
, 20f20,,_, by ( er_IV ( (name of
officer or agent, title of officer or agent), of `fib Cejtelft. (state
orplace of incorporation) corporation, on behalf of the corporation.
He /She is (personally known to me) (or has produced identification) and has used his/her
(type of itific $on) identification.
1
S" n Lure of Person Ta rn
( 7.
Acknowledgment
e-
Name of Acknowledger Typed,
Printed or Stamped
fe%,;y, DAfM.EM R. NSELEY
W COMMON MISSION ! CC 904425
EXPIRES: Jan rods' 23.
12
I
CERTIFICATE
(If Corporation)
STATE OF FL RIDA )
) SS
COUNTY OF ) -:
1 HEREBY CERTIFY that a meeting of the Board of Directors of ec *
jC' corporation under the laws of the State of
held on lQ 10 , 20 04 a following resolution
was duly passed and adop -
"RESOLVED ", th -t _11--If • , as eb '
President of the corporatio , he /she is hereby authorized to execute the Agreement
dated • , 20 , between the City of Delray Beach, Florida and this
corporation, and that his - execution ;thereof, attested by the Secretary of the and .
with corporate seal affixed, shall be the official act and deed of this corporation ".
1 further certify that said resolution is nowrin fulLforce and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official
seal of the corporation this 10 day of( ) r , 2006
(S - cretary)
(Seal)
J
13
INSURANCE REQUIREMENTS
1
A. GENERAL
During the term of the contract with the City, the contractor shall procure and maintain
insurance of the types and to the limits specified in paragraphs (1) to (4) inclusive below.
B. COVERAGE
Except as otherwise stated, the amounts and types of insurance shall conform to the
following minimum requirements:
1. Worker's Compensation - Coverage to apply for all employees for Statutory Limits in
compliance with the applicable State and Federal Laws. In addition, the policy must
include Employer's Liability with a limitbf $100,000 each accident.
2. Comprehensive General Liability - Coverage must be afforded on a form no more
restrictive than the latest edition of the Comprehensive General Liability Policy filed
by the Insurance Services Office and must include:
a) Minimum limits of $300,000 per occurrence combined single limit for Bodily
Injury Liability and Property Damage Liability.
b) Premises and/or Operations.
c) Independent Contractors.
d) Products and /or Completed Operations.
e) No exclusion for Underground, Explosion or Collapse hazards.
3. Business Auto Policy - Coverage must be afforded on a form no more restrictive than
the latest edition of the Business Auto Policy filed by the Insurance Service Office
and must Include:
a) Minimum Limits of $300,000 per occurrence combined single limit for Bodily
Injury Liability and Property Damage Liability.
b) Owned Vehicles.
c) Hired and Non -Owned Vehicles.
d) Employer Non - Ownership.
3. Certificate of Insurance - Certificates of all insurance evidencing the Insurance
coverage specified in the previous Insurance Administrator prior to commencement
of work. The required certificates of insurance shall not only name the types of
policies provided, but shall also refer specifically to this bid and section and the above
paragraphs in accordance with which such insurance is being fumished, and shall
state that such insurance is required by such paragraphs of this contract. The
successful bidder will include the City of Delray Beach as additional insured. If the
initial insurance expires prior to the completion of the work, renewal certificates shall
be furnished thirty (30) days prior to the date of expiration. Also, under the
Cancellation section of the Insurance Certification the words "endeavor to and "but
failure to mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representative" shall be crossed out as indicated on the
attached °Sample of Insurance Certificate ".
14
5612437166 CITY OF DELRAY BEACH 270 P08 DEC 21 '00 10:23
Pf1000G£R
TINS CERTIFICATE IS ISSUED AS A HATTER OF HTFOTikATTpII ONLY 4113
CONFERS
1 j I NO NIGHTS UPCHY THe CERTTRCAT8 HOLDEA.THIS CERTTa`TCATE DOES HOTT AI.IEH
.. COOK INSURANCE, INC.. EXTEND OR ALTER THE COYEAAOE AFFORDED BY THE POLKDES DEI
P.O. BOX A:4
•
BEST CITX, USA 00000 COMPANIES AFFORDING COVERAGE
• VI. 4. A RIGHT GUARD INSURANCE CO. --- —
0,4 LETTER
•
, u_, � r —�— Ft COMPLETE COVERAGE INSURANCE CO.
INSURED 7 , �, .
• 4ILLXNG V0RRERS AS50C. +% 1. C •
ABC DRIVE
ANYTONN, USA 00001 tARNV D
tOFIPAx�1 —` -
• LETTER.-..
COVERAGES
• THIS IS TO CERTIFY THAT POUC WS OFINSURANC( LISTED SEWN HAVE DEFN ISSUEOTO THE 1NSUIIEO IALIED ABOVE FOR THE POLICY PERIOOINDICATEO. •
HOTWITN3TAHQIHC1 ANY REOUY S ENT. TER, I on Colo mOH of ANY CONTRACT OR OTHER OOcUMEHT WRIT RESPECT TO 'minx THIS cF.RMICATE EIAY •
TIE ISSUED OR MAY PERTAIN, 11 TE INSURANCE AFFORDED DT Tod POLICES (MSCiUBED NEAEIN 1S SUB.IECT TO ALL THE TERM$. Exc .usIOHS AND CoN01-
MONS or SUCH POLICIES.
CO TYPE OF INSURANCE POLICY HUMBER ma imam P a+O, immix Wg4ITY UTdITS IN THOUSANDS
L DM MktO'YYI DATE EauODhq r ...� E ^r
• r A. CXX:yRRENC[ /tGC1AiC1AT!
- A GENERAL UABIUTY .
• 11 FORM GLP077604
Move
I PREMDC- S+OPMT1ONS 3-01-90 3-01-91 "`AIRY $ $ .
EkFLOWN a = =APSE HAM ► OWACE $ $
PAOOgCTS1,OIwtE 110 oPEMTO IS •' �
©
mammal_ a; W �'t ° p $ 300 S 300
U10EPENDENT CONTRACIDASti • i :• I+DusEO
• BROAD FORM PROPERTY DAMAGE- ' %% '
-
■PERSONAL IHRIAY - PERSONAL INJURY $
A AUTOUOBRH LIABILITY — •` - -
s aY .• •
- L ANT ALRO J11,P077605 3 -01 -90 3-01-91 0 5
III AU. OW/40 Arms -
(PPN. PAS
ROA
L ALL OWNED Aims (F wn PAss.) Hi DE
. L HIRED AUTOS $ ,''
• L NON-0wHEO AUTOS . An
Ill DIAAGE MUTT
• S
aU ro •
s.
couewEO $ 300 • .
EXCESS LIABILITY
11 maw, FOAM
OCHER 'TM 1AMBRIL A IONA
WORKERS' COMPENSATION SIA .::::�; . .
B CLP077506 3 -01 -90 3 -01 -91 ui. $100 IEAOI ACCIDENT ,
AND
£HPLOYERS• LIABILITY ':� $'�b0 (OISEASf POuGY Lem
OTNFA } :a$ IOaEIISE F/ICHEMPIOYEE)
. OESCAIe'T10N OF OPERATIONS/1.0CA DONSNEHICLESISPECLAL otos (Cancellation section must read exactly
THIS X1 SURANU APPLI ^ABLE TO (state project) as below. Cross out - T.ndicated wording
*CITY OP DELRAY BEACI XS ADDITIONAL INSURED & provide 30 days Written notice)
CERTIFICATE MOLDER ' • CANCEl.LAT10H
•
SHOULD ANY OP THE ABOVE DESCRIDED POUCIES De CANCELLED BEFORE THE E C-
y CITZ OF D)ELRAY BEAC% PIRATI OATa THEREOF. THE m om COMPANY WILL MIX= 161C •
434 S. StatiTOH AM 7E
' LEFT
s. DAYS wR IIOTTCE ?O �}le OERTiRCI►TL H OL n EA H AIL m TO THE
. DELRAY• DEALS, 110141& 33444
A omso ac?esseNT'Ain . . 7 .--
n+
•
ACORp 25 (6104)
•
} DRUG FREE WORKPLACE CERTIFICATION
If identical tie bids exist, preference will be given to the vendors who submit a certification with their
bid /proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida
Statutes. The drug -free workplace preference is applied as follows:
IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs.
Whenever two or more bids which are equal with respect to price, quality, and service are received
by the State of by any political subdivision for the procurement of commodities or contractual
services, a bid received from a business that certifies that it has implemented a drug -free workplace
program shall be given preference in the award process. Established procedures for processing tie
bids will be followed if none of the tied vendors have a drug -free workplace program.
As the person authorized to sign this statement, I certify that this firm complies fully with the
following requirements:
1) This firm publishes a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for violations of
such prohibition.
2) This firm informs employees about the dangers of drug abuse in the workplace, the
' business's policy of maintaining a drug -free workplace, any available drug counseling,
ams and the penalties that may be ,impose
. programs, ro p
erim to ee a 9
rehabilitation, and p y P
upon employees for drug abuse violations.
3) This firm gives each employee engaged in providing_the commodities or contractual services
that are under bid a copy of the statement specified in subsection (1).
4) In the statement specified in subsection (1), this firm notifies the employees that, as a
condition of working on the commodities or contractual services that are under bid, the
employee will abide by the terms of the statement and will abide by the terms of the
statement and will notify the employer of any conviction of, or plea of guilty or nolo
contendere to, any violation of chapter 893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later than five (5) days after
such conviction.
5) This firm imposes a sanction on or requires the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's community, by any
employee who is so convicted.
6) This firm will continue to make a good faith effort to maintain drug -free workplace through
implementation of this section.
lti _ . A •
Contractor's Name Slgnatur
k-I
16
CITY OF DELRAY BEACH
} BID #2002 -37
SANITARY SEWER MANHOLE INTERIOR REHABILITATION
ANNUAL CONTRACT
BID SPECIFICATIONS
PART 1: GENERAL
1.01 SUMMARY
A. This specification shall govern all labor, material , quipment and appliances necessary for sanitary
sewer manhole interior rehabilitation for the purpose of eliminating infiltration and inflow, providing
corrosion protection, repair of cracks and voids and restoration of the structural integrity of the
manhole as a result of the application of a monolithic fiber- reinforced structurallstructurally enhanced
pure calcium aluuminate cementitious liner to the wall, ceiling and bench surfaces of concrete, brick or
any other masonry construction material.
1.02 SUBMITTALS
A. Submit manufacturers material data and application and installation instructions for all products
used.
B. Provide documentation that the proposed manhole rehabilitation process has a minimum 5 year
- history for reconstruction of sanitary sewer manholes on projects of.similar size and scope.
1.03 QUALITY ASSURANCE
A. Use, mix, apply and cure all products In accordance with'the manufacturers,recommendations and
instructions.
B. Provide recommended daily or per tot test specimens for compressive strength and other testing per
applicable ASTM standards.
PART 2: PRODUCTS
2.01 MATERIALS
A. Patching Mix:
1. A quick - setting, fiber - reinforced, calcium aluminate -based cementitious material for patching and
filling voids and cracks.
2. Material shall have the following minimum requirements
Compressive Strength ASTM C -109 6 hr 1,400 psi
Shrinkage ASTM C -596 0% at 90% R.H.
Bond ASTM C -321 28 day 150 psi
Cement Sulfate resistant
Density, when applied 105 + 5 pcf
1 B. infiltration Control Mix:
1. A rapid - setting cementitious product specifically formulated for infiltration control.
17
2. Material shall have the following minimum requirements:
Compressive Strength ASTN C -109 1 hr 600 psi
Compressive Strength ASTM C -109 24 hr 1,000 psi
Bond ASTM C -321 1 hr 30 psi
Bond ASTM C-321 24 hr 80 psi
C. Grouting Mix:
1. A rapid setting cementitous grout specifically formulated for stopping very active Infiltration and
filling voids.
2. A rapid setting chemical grout specifically formulated for stopping very active infiltration.
D. Liner Mix: °"
1. A fiber reinforced pure -fused calcium aluminate cement and calcium aluminate aggregate to be
wet mixed and low pressure spray applied to form the structural/structurally enhanced monolithic
cementitious liner covering all interior manhole surfaces. Liner material to be LaFarge
SewperCoat PG or a pre- approved equal.
2. Material shall be pre -mixed and specially formulated to withstand H2S (hydrogen sulfide)
bacterial corrosion and abrasion in sewer networks.
3. Material shall have the following minimum requirements:
Compressive Strength ASTM C -109 6 hr 1,400 psi
Compressive Strength ASTMC -495 1 day > 8,000 psi
Compressive Strength ASTMC -495 7 day > 9,000 psi
Compressive Strength ASTMC -495 28 day > 9,000 psi
Flexural Strength ASTM C -293 12 hr > 1,000 psi
Flexural Strength ASTM C -293 28 day > 1,400 psi
Shrinkage ASTM C -596 0 percent at 95% R.H.
E. Bonding Compound:
Material shall be a modified cementitious bonding compound that protects exposed reinforcement
steel and enhances bond of overlay to substrate.
F. Water.
Water shall be clean and potable.
PART 3: EXECUTION
3.01 MANHOLE PREPARATION
A. Place covers over sewer inverts to prevent extraneous material from entering the sewer lines.
B. Remove foreign loose and unsound concrete and masonry material not able to be removed by high
pressure water spray may require the use of mason's or mechanical tools for removal.
C. Loose, unsound, and protruding concrete and masonry material not able to be removed by high
pressure water spray may require the use of mason's or mechanical tools for removal.
D. Clean the interior surfaces of the manhole with high pressure (3,500 psi minimum) water spray,
using detergent, muriatic acid, antibacterial agent or other chemicals to remove grease, oll and other
contaminants that would prevent good bond between the existing manhole interior surface and the
liner material.
• 18
E. Active hydrostatic Teaks (infiltration) shall be stopped using the rapid- setting specially formulated
infiltration control mix.
F. Very active hydrostatic leaks (infiltration) shall be stopped using one of the rapid- setting grouting
mixes specially formulated for control of very active Infiltration.
G. Clean and prepare exposed reinforcement steel, and apply and cure bonding compound, In
accordance with the product manufacturer's instructions and recommendations.
H. Prepare cracks and voids to be patched and filled, and apply and cure patching mix, in accordance
with the product manufacturer's instructions and recommendations.
1. Areas of manholes that are found to be structurally damaged and In need of repair beyond the scope
of this specification shall be brought to the attention of the Engineer. A suitable repair method shall
• be developed for each area and submitted to the Engineer for review prior to commencing the repair.
J. Prepare, clean and repair manhole benches and inverts in the same manner as prescribed above.
3.02 LINER APPLICATION, CURING AND TESTING
A. Prepare manhole surfaces, wet batch -mix liner material, low pressure spray - apply liner mix to
manhole ceiling, wall and bench surfaces and allow liner to cure in accordance with the product
manufacturer's instructions and recommendations.
B. Liner application shall be 0.5 inch minimum thickness. The application shall be completed with a
minimum of two coats. The first coat shall be applied at a thickness adequate to cover the substrate
• and be trowled. to _compact the ,material into voids and set the bond. The second coat shall be
applied to•ensure cdmplete.coverage at the•specified 0.5 inch minimum' thickness.
C. Inverts shall be lined with patching mix, trowl applied in one coat to a 0.5 inch minimum thickness.
D. Prepare, label and submit recommended daily or per lot test specimens for testing.
3.03 CLEANING
A. Clean manhole interiors and remove all construction - related materials, equipment and appliances
from the manholes prior to reinstatement of the manholes to service.
PART 4: MEASUREMENT AND PAYMENT
4.01 MANHOLE INTERIOR LiNING
A. Measurement:
Measurement basis for payment for manhole Interior lining shall be vertical feet of manhole interior
surface lined at 0.5 inch minimum thickness.
B. Payment:
Payment for manhole interior lining shall be the number of vertical feet of manhole interior surface
lined times the unit price bid per vertical foot of manhole interior lining.
C. Incidentals:
All Manhole preparation, liner application, curing and cleaning shall be considered incidental to the
unit price bld per vertical foot of manhole Interior lining.
19 •
1 4.02 MANHOLE STRUCTURAL REPAIRS
A. Measurement
No measurement will be made for payment for manhole structural repairs.
B. Payment:
All costs for manhole structural repairs must be included in price per vertical feet of manhole lining.
20
l Part IV: Contract information /Requirements:
MINIMUM QUALIFICATIONS AND INSTALLER REQUIREMENTS
The installer shall have been engaged in the installation of Manhole and Lift Station System Rehabilitation
Contracting Services for a minimum of Seven (7) Years and have rehabilitated a minimum of Four Thousand
(4000) sanitary sewer manholes and 50 lift stations, in the State of Florida, utilizing a system that offers pure
fused Calcium Aluminate.
The selected contractor will be responsible for knowledge of and compliance with all relative local, state, and
federal codes and regulations.
The installer must include in the bid a list of Twenty five (25) references, for which manhole, lift station, or wet
well rehabilitation contracting services have been provided within the last Seven (7) years. At least Ten (10) of
these references must be current, having had installatiofW within the previous Three (3) years. A contact
person and telephone number must be provided for each.
For all work performed under this contract, the successful Contractor shall provide a competent job -site .
supervisor and any necessary assistants, all approved by The Waste Water Department of Delray Beach. The
job -site supervisor shall be present at all times while work is in progress. The job -site supervisor shall
1 . represent the Contractor at all times while all directions given him shall be binding as per the contract
documents. The job -site supervisor shall have a minimum of Seven (7) years experience in the rehabilitation
of Sanitary Sewer Manholes, Lift Stations, and Wet Wells utilizing a product that consists of a pure fused
Calcium Alum'nate Cementitious Liner.
TERMS OF CONTRACT
This Contract will commence on the date,of•award and be in effect for one (1) year.
CONTRACT RENEWAL
•
The City retains the right to renew this contract with the consent of the vendor, under the same terms and
conditions for four (4) additional one (1) year periods, renewable annually. Any price adjustments requested by
the Contractor will be based on the consumer -price -index (CPI) and amendment to the agreement to be
processed and approved by the City Commission.
All prices at the time of the renewal may be adjusted on the anniversary date of the Agreement and based on
the annual change to the Consumer Price Index- Southern States for the Immediate twelve -month period
preceding the renewal of the Agreement. The value of this annual adjustment will be determined by the
Owner. If the City determines to renew this Agreement, It shall provide the Contractor written notice of such
renewal thirty (30) days period to the termination of the contract term, then in effect.
TERMINATION
Should the Contractor be found to have failed to perform his services in a manner satisfactory to the City as per
the Technical Specifications, the City may terminate this Agreement Immediately for cause; further the City
may terminate this Agreement for convenience with a thirty (30) day written notice. The City shall be sole judge
of non - performance.
METHOD OF AWARD
The general criteria that will be used for the evaluation of this bid is set forth in the general bidding
requirements along with the responses as stated on the bid proposal pages. Award of this bid shall be made to
j the most qualified, responsible bidder to whom the City (on basis of City's evaluation as hereinafter provided)
makes an award that is the most advantageous to the City. The City's evaluation of the bid shall take into
consideration the cost (total, unit price, or combination of both), City prior experience with bidder, demonstrated
expertise of bidder, references of bidder, qualifications of bidder, and ability of bidder to complete the project in
a timely manner.
21 '
PART V - MEASUREMENT AND PAYMENT
SCOPE
A. Payments to the Contractor shall be made on the basis of unit prices in the Proposal Bid Form as full
and complete payment for furnishing all materials, labor, tools and equipment, and for performing all
operations necessary to complete the rehabilitation work of sewer manholes, lift stations, and wet wells
by various trenchless methods as authorized by the City. The City will establish an annual renewable
contract for these services with the successful bidders as described in the Bid Specifications pages 17
through 24.
The unit prices stated in the Proposal Bid Form include all costs and expenses for taxes, labor,
equipment, materials, commissions, transportation,cbarges and expenses, patent fees and royalties,
labor for handling materials during inspection, together with any and all other costs and expenses for
performing and completing the work as shown on the details and specified herein. The Basis of
Payment for an item at the price shown In the Proposal Bid Form shall be In accordance with its
description of the item in this Section and as related to the work specified. Unit prices will be applied to
the actual quantities furnished and installed in conformance with the Contract Documents.
B. The Contractor's attention is called to the fact that the quotations for the various Items of work are
intended to establish a total price for completing the work in its entirety. Should the Contractor feel that
the cost for any item of work has not been established ,in the Proposal Bid Form or this Section, the
cost for that work shall be included in some other applicable Bid item, so that the Proposal for the
project reflects the total price for completing the work in its entirety?
No separate payment will be made ,for the following work if, required and its cost shall be Included' in
appropriate payment items:
• Applications and pulling of all utility and construction permits;
• Dewatering and disposal of surplus water;
• Structural repairs;
• Cleanup;
• Testing materials and apparatus;
• Maintenance of utility service;
• Appurtenant work;
• Inspection Photo Records
• Maintenance of Traffic.
The following paragraphs will clarify the work included for the items listed in the Proposal Bid Form.
MEASUREMENT
The quantities for payment under this Contract for each Work Order authorized shall be full
compensation determined by actual measurement of the completed Items, In place, ready for service
and accepted by the City unless otherwise specified. The City will witness all field measurements.
When depths are indicated In the bid items, they shall be measured vertically from the existing grade,
paved or unpaved, to the pipe invert.
it Is intended that all work required to complete this Work will be included in the various bid items as
described in the following paragraphs.
1. ADD MOBILIZATION /DEMOBILIZATION
The mobilization /demobilization cost is applied if a work order has less than 10 sewer
manholes or less than 750 square feet (SF) of wall to be rehabilitated for the work order, this
cost item shall be included for payment to the Contractor for the additional
•
22
mobilization /demobilization costs which becomes significant with the smaller project work
orders of less than 10 sewer manholes or less than 750 square feet (SF) of wall to be
rehabilitated.
2. CEMENTITlOUS LINING MANHOLE, BRICK, OR PRECAST REHABILITATION
This item of work will be measured and paid for at the unit price per vertical foot of 48 -Inch or
60 -inch diameter of manhole wall named in the Proposal Bid Form. Measurement will be
made from the bench, at its highest point, to the upper limit of actually treated wall, cone or
chimney. Payment of the unit price per vertical foot will provide complete compensation for
cleaning of the wall by both pressurized water and sand or soda blasting; relief of hydrostatic
pressure outside the manhole, If necessary; injecting chemical grout to stop active Teaks into
the manhole, if necessary; furnishing and supplying of all materials or combination of materials
making up the patching and coating (waterproofing) and applying or installing them;
manufacturer's representative's presence or assistance, if required; isolation of the manhole by
plugging entering lines; testing; safety equipment; and all incidentals necessary to obtain a
watertight, sealed manhole wall and bench, complete in place.
•
Payment for bypass pumping, if required (other than because of damage caused by
Contractor); will be paid for under a separate item.
CEMENTITIOUS LINING OF LIFT STATION/WET WELL SURFACES
This item of work will be measured and paid at the unit price per square foot of wall in a lift
station or wet well. Measurement will be made o the actual surface area repaired. Payment of
the unit price per square foot will provide compensation for cleaning of the wall by both
pressurized water and sand or soda media blasting methods; relief of hydrostatic pressure
outside the structure if injecting - chemical grout to stop active infiltration, if
necessary; cleaning; surface preparation as specified herein; furnishing and supplying of all
materials or combination of materials, including liner manufacturer's representative's presence
or, assistance; .if,required;r isolation of the lift station or•wet,well by plugging .entering lines;
testing; safety equipment for personnel; labor, toots and equipment; and• all incidentals
ty q
necessary to obtain a watertight, sealed wall and bench complete in place.
Payment for bypass pumping;: if'required (other.thantecause of damage by the
Contractor); will be paid for under a separate item.
3. BYPASS PUMPING OF SEWERS
a. BYPASS PUMP AND PIPING SETUP
These pay items provide complete compensation for bypass pumping operations required
for sewer manhole, lift station and wet well rehabilitation. The Contractor shall attempt to
perform the rehabilitation sewer work without bypass pumping. However, if in the opinion
of the City bypass pumping is necessary, It will be identified as a payment item. The pay
item is a one -time charge for all bypass pumping setup operations during a given lining
installation, including services, regardless of the number of pumps required. Bypass
pumping shall be bid on the basis of sewer size which is bypassed.
These items shall include, but are not limited to: all necessary and required traffic control;
pumps; piping; gasoline/diesel fuel; maintenance; transportation and storage; temporary
bypass and service piping; labor; materials and /or any other costs associated with bypass
pumping.
Plugging or blocking a sewer line shall be included in the appropriate bid item for which the
flow must be stopped, this is considered incidental work and no additional payment shall
be considered.
1 b. BYPASS PUMP
These items shall be paid for on a per day basis for operation of the bypass pumps.
Bypass pump operation shall be bid on the basis of the size of the pump used. These
Items shall Include fuel operating costs.
•
23
1 4. ADJUSTING EXISTING MANHOLE CASTINGS
These pay items provide complete compensation for furnishing all necessary labor, equipment
and material to adjust existing manholes to match existing elevations. .
5. FURNISH NEW MANHOLE RING AND COVER
This pay item provides complete compensation for furnishing new manhole ring and covers as
specified by the City to be installed under pay item 4.
6. RECONSTRUCT BENCH AND FLOW CHANNEL
This item provides complete compensation for all necessary labor, equipment and material
required to re- construct a complete bench and flow channel, as required per the City's
minimum standards.
7. INSTALLATION OF CHIMNEY SEALS at-
This pay item provides complete compensation for furnishing all labor, equipment and material
required to install manhole chimney seals.
8. RE- INSTALL PUMP BASES
These pay items will include complete compensation for furnishing all necessary labor,
equipment and material required to re- anchor existing pump bases, where, under the opinion
of the owner's representative, is required.
9. INSTALLATION OF INTERIOR PVC DROPS
These pay items provide complete compensation for furnishing all labor, equipment and
material required to install interior PVC drop piping.
10: REMOVAL OF COATINGS
This'Item'provides complete, compensation for•fumishing all necessary labor. equipmentand
materials necessary to remove any existing coatings that may exist in full or any portion of an
existing structure.
11. REMOVE AND REPLACE EXISTING PIPING AND VALVES
This item provides complete compensation for furnishing all necessary labor, equipment and
materials necessary to remove and replace all existing piping, check valves, plug valves and
all miscellaneous material required for this installation. This work will start at existing pump
bases and will terminate prior to where discharge piping exits existing valve vault. All work
shall comply with City of Delray Beach minimum standards.
24 •
MANHOLE/LIFT STATION REHABILITATION
1 BY CEMENTITIOUS LINING
SCHEDULE OF PRICING ,
BID FORM .
ITEM
1.) Mobilization/Demobilization
a. Mobilization /Demobilization if less than -,., Cb
10 manholes or less than 750 SF per job work order �► ' each
eb
2.) Cementitious lining of Brick Manhole - 48" Diameter 50' per vertical foot
MD
3.) Cementitious lining of Pre -cast Manhole - 48" Diameter 1 �7 ' per vertical foot cb
ri 4.) Cementitious ling of Brick Manhole - 60" Diameter 31 3 ' per vertical foot
5.) Cementitious lining of Pre -cast Manhole - 60" Diameter I O
c l . per vertical foot
6.) Lift Station Surface Rehabilitation by Cementitious Lining 1% • 45 per square foot
7.) Sewer By -Pass
By -Pass Pump Setup with Bypass Pumping
W
a. Bypass 8° Sewer Setup ,�[L each
cb
b. Bypass 10" to 12" Sewer Setup 3000' each
c. Bypass 15" to 18" Sewer Setup .600D • each
/� cb
d. Bypass 24" Sewer Setup l DM ' each
d7
e. Bypass 4" Pump 1 O' per day
49 ' f. Bypass 6" Pump � n (t17' per day
lb
g. Bypass 8" Pump a a 0' per day
h. Bypass 10" Pump 3DO' per day
Cei
8.) Adjust Existing Manhole Casting within Asphalt Pavement '7 00- each
cb
9.) Adjust Existing Manhole Casting within Green Area 6DD' each
r
10.) Furnish New Ring and Cover DO each
te•
11.) Re- Construct Manhole Bench and f=low Channel 606 ' each
6b
12.) Furnish and Install Manhole Chimney Seal -f)0 ` each
r cb
,,_
13.) Re- Install Existing Pump base 4" each
6" £5O ` each
8" c.. 63
10 D' each
25
Ms
14.) Furnish and Install 6" PVC Interior Drop 2' to 4' ' each
4' to 6' _6 each
6' to 8' (ocO' each
15.) Furnish and Install 8" PVC Interior Drop 2' to 4' 1 4 00 ' each
4' to 6' (00' each
6'to8' / 71.A.P each
16.) Re- construct Lift Station Fillet 6' Diameter 11-0 ' each
CD
8' Diameter !Poo. each
as} C Ob .
10' Diameter 1300' each
n L
17.) Removal of Existing Coating / ' per square foot
18.) Remove and Replace Existing Piping and
Valves, within Existing Submersible Lift ill Q(1�• each
Station through Existing Valve Vault 4 fb
6" I t 00 0' each
8" 18 i OCO• each
• z -,
i t
26 •
BID SIGNATURE FORM
* PLEASE AFFIX SIGNATURE WHERE INDICATED
(FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR PROPOSAL)
BID #: 2002 -37 Opening Date: Tuesday, August 27, 2002
BID TITLE: Sanitary Sewer Manhole Interior Rehabilitation
COMPANY NAMEC_ 7 _ i 1 Pt1aPS loo • .S - - c' • DATE: am ° 0-
,
NAME/TITLE: Ge t C 0( 0%V.:1
ADDRESS: '. • t ' �S ' v - I • • lo
CITY + 4 ' STATE k Alk • ZIP'CODE .
FEDERAL TAX I.D. #: l Dj - onLo W tn-5
TELEPHONE: (,(b 1 ) X33 - a
FACSIMILE ( 6(n} ) 0-l$0
*SIGNATURE
VENDOR SERVICE REPRESENTATIVE FOR PLACEMENT OF ORDER:
CONTACT NAME: `;P ?
I ' TELEPHONE: ( 6(.01 ) � � - c 1 09
27 •
STATEMENT OF NO BID
Bid # 2002 -37 Sanitary Sewer Manhole Interior Rehabilitation
If you are not bidding on this service/commodity, please complete and return this form to:
City of Delray Beach Purchasing Office, 100 NW 1st Avenue, Delray Beach, FL 33444 or fax to (561)
243 -7166.
Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the City
of Delray Beach.
COMPANY NAME:
ADDRESS:
TELEPHONE: ( )
SIGNATURE:
DATE:
Minority Owned Business:
( ) Black ( ) Hispanic ( .) Woman ( ) Other (Specify)
We, the undersigned have declined to bid on your Bid # 2002 -37
For: Sanitary Sewer Manhole Interior Rehabilitation
Specifications too "tight ", i.e. Our product schedule would not permit
geared toward brand or manufacturer us to perform
only (explain below)
Unable to meet specifications
Insufficient time to respond
to the Invitation to Bid Unable to meet bond requirements
We do not offer this product Specifications unclear (explain below)
or an equivalent
Other (specify below)
REMARKS:
f
. 28 ..