Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2012-83 CONTRACTOR AGREEMENT FOR
UNDERGROUND PIPE REPAIR AND RESTORATION
THIS AGREEMENT, made and entered into this 21 day of 1%6 sM8£R 2012,
A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida
(hereinafter referred to as "CITY"), and LAYNE INLINER, LLC, f/k/a Reynolds Inliner,
LLC, A foreign limited liability company authorized to do business in the Satte of
Florida, whose address is 2531 Jewett Lane, Sanford, FL 32771, 2 (hereinafter referred to
as "CONTRACTOR").
WHEREAS, CONTRACTOR in response to public bid no.: IFB-KB-10 -082 prepared
and issued by Pasco County submitted a response to restoration and repair of
underground pipe services;
WHEREAS, based on CONTRACTOR's response, Pasco County entered into a contract
with CONTRACTOR;
WHEREAS, the City of Clermont in accordance with its procurement policy desires to
utilize the CONTRACTOR's contract with Pasco County to enter into this agreement
with CONTRACTOR; and
WHEREAS, CONTRACTOR desires to enter into a contract with the City of Clermont
based on the terms and conditions of Pasco County IFB-KB-10-082.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I - SCOPE OF WORK
The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools,
apparatus and transportation and perform all of the work to be described in a separate
task authorization to be issued hereunder and in accordance with this Agreement and all
of the terms and conditions contained in the Pasco County ITB-KB-10-082 and
CONTRACTOR's response thereto, which is attached hereto and incorporated herein as
Exhibit "A" and shall do everything required by this Agreement and the other Agreement
Documents contained in the specifications, which are a part of these Documents. To the
extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of
this Agreement shall prevail and govern.
ARTICLE II - THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set
forth in the Task Authorization described below and the Agreement documents.
1
ARTICLE III - DESCRIPTION OF SERVICES
1. 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.
2. The CITY shall make request of CONTRACTOR to provide underground pipe
repair and restoration services on a project or task basis. The CITY will
communicate with CONTRACTOR, verbally or in writing, a general description
of the task to be performed. The CONTRACTOR will generate a detailed Scope
of Work document, including a performance schedule and total cost to complete
the task and provided the "Task Proposal" to the CITY. If a site visit by
CONTRACTOR is needed to generate the scope document, CONTRACTOR
shall request approval prior 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 or work order". The Scope of Services generally to be
provided by the CONTRACTOR shall be as provided in accordance with this
Agreement and Exhibit"A"hereto.
3. 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/work order.
ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK
1. The CONTRACTOR shall commence work within 10 calendar days after receipt
of(i)notice to proceed or purchase order, and (ii) receipt of all permits required to
perform the work, and the CONTRACTOR will substantially complete the same
within the time frame set forth in the notice to proceed, unless the period for
completion is extended otherwise by the notice to proceed or purchase order,
amendment or change order to the Agreement. Substantial Completion as
provided herein shall be the day the project or designated portion thereof is
certified and accepted by,the CITY as sufficiently complete, in accordance with
the Agreement Documents.
2. The CONTRACTOR shall prosecute the work with faithfulness and diligence.
3. The CONTRACTOR further declares he has examined the sites of the work and
that from personal knowledge and experience or that he has made sufficient
investigations to fully satisfy himself that such sites are correct and suitable for
the work and he assumes full responsibility therefore. The provisions of this
Agreement shall control any inconsistent provisions contained in the
specifications. All Drawings and Specifications have been read and carefully
2
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 and his Surety.
Any ambiguity or uncertainty in the Specifications shall be interpreted and
construed by the CITY's Public Services Project Manager and his decision shall
be final and binding upon all parties.
It is distinctly understood and agreed that the passing, approval and/or acceptance
of any part of the work or material by the CITY or by any agent or representative
as in compliance with the terms of this Agreement and/or the Specifications
covering said work shall not operate as a waiver by the CITY of strict compliance
with the terms of this Agreement and/or Specifications covering said work; and
the CITY may require the CONTRACTOR and/or his Surety, if applicable, to
repair, replace, restore and/or make to comply strictly and in all things with this
Agreement 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 material, are found to be defective or to fail and
in any way to comply with this Agreement and/or 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
and/or his Surety, immediately after Notice to either, to 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 thmgs with this Agreement and/or
his failure to comply strictly and in all things with this Agreement and
Specifications.
ARTICLE V - LIQUIDATED DAMAGES
1. It is mutually agreed that time is of the essence in regard to this Agreement.
Therefore, notwithstanding any other provision contained in the Agreement
Documents, should the CONTRACTOR fail to complete the work within the
specified time as set by the Notice to Proceed or Purchase Order the
CONTRACTOR shall pay to CITY the agreed and liquidated damages sum as set
forth in Exhibit "A" for each calendar day elapsing beyond the specified time
date; which sum shall represent the damages sustained by the CITY, and shall be
considered not as a penalty, but in liquidation of damages sustained.
CONTRACTOR shall pay the liquidated damages amount contained herein to
3
,
CITY within fifteen (15) days of receipt of CITY's written demand for such
payment.
2. For the purposes of this Article, the day of final acceptance of the work shall be
considered a day of delay, and the scheduled day of completion of the work shall
be considered a day schedule for protection.
ARTICLE VI - PARTIAL AND FINAL PAYMENTS
In accordance with the provisions fully set forth in the Agreement Documents, and
subject to additions and deductions as provided, the CITY shall pay the CONTRACTOR
as follows:
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 CONTRACTOR's signature accepting the PARTIAL PAYMENT
AUTHORIZATION, the CITY shall make a partial payment to the
CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified
and approved payment invoice by the CITY 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
applicable Notice to Proceed or Purchase Order.
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, including any retainage amount,
on account of the applicable Notice to CITY or Purchase Order shall be made
within thirty (30) calendar days after completion of all work by the
CONTRACTOR covered by this Agreement and acceptance of such work by the
CITY.
ARTICLE VII—TERM
This Contract shall take effect upon the date that it is last executed by the parties as set
forth below and will continue in effect for one (1) year thereafter, whereupon it shall
automatically expire, unless renewed by CITY as provided herein. Any expiration or
termination of this Contract, including any renewal term, shall continue to remain in full
force and effect for the purposes of any warranty or guaranty period applicable to any
order fulfilled by COMPANY. CITY at its sole option shall; upon written notice to
COMPANY, have the right to renew this contract for one (1) additional one (1) year
term. COMPANY expressly agrees that the pricing as set forth in Exhibit A hereto, shall
remain in effect and constant throughout the entirety of any and all renewal periods
hereunder.
4
ARTICLE VIII - ADDITIONAL BONDS
It is further mutually agreed between the parties hereto that if, at any time after the
execution of this Agreement and the Surety Bonds hereto attached for its faithful
performance and payment of labor and materials, 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 secunty 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.
ARTICLE IX—DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The
mediation shall be held in the place where the Project is located, unless another
location is mutually agreed upon. Agreements reached in mediation shall be
enforceable as settlement agreements in any court having jurisdiction thereof.
ARTICLE X—INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his employees connected with the work of this Project and, in case any work is sublet, the
CONTRACTOR shall require the subcontractor similarly to provide Worker's
Compensation Insurance for all of the latter's employees unless such employees are
covered by the protection afforded by the CONTRACTOR. Such insurance shall comply
with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the
Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
2. Contractor's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
5
for property damages which may arise from operating under this Agreement whether
such operations are by itself or by anyone directly or indirectly employed by it, and the
amount of such insurance shall be minimum limits as follows:
(a) Contractor's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury&Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY
DAMAGE shall be amended to provide coverage on an occurrence basis.
3. Subcontractor's Public Liability and Property Damage Insurance - The
CONTRACTOR shall require each of his subcontractors to procure and maintain during
the life of this subcontract, insurance of the type specified above or insure the activities of
his subcontractors in his policy, as specified above.
4. CITY's and Contractor's Protective Liability Insurance - The CITY shall
procure and furnish an CITY's and Contractor's Protective Liability Insurance Policy
with the following minimum limits:
(a) Bodily Injury Liability& $1,000,000 each ($2,000,000 aggregate)
Property Damage Liability Occurrence
Combined Single Limit
5. "XCU" (Explosion, Collapse, Underground Damage) - The
CONTRACTOR's Liability Policy shall provide "XCU" coverage for those
classifications in which they are excluded.
6. Broad Form Property Damage Coverage, Products & Completed
Operations Coverages - The Contractor's Liability Policy shall include Broad Form
Property Damage Coverage, Products and Completed Operations Coverages.
7. Contractual Liability Work Contracts - The Contractor's Liability Policy
shall include Contractual Liability Coverage designed to protect the CONTRACTOR for
contractual liabilities assumed by the CONTRACTOR in the performance of this
Agreement.
8. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the CITY and its agents and
6
employees from and against all claims, damages, losses and expenses,
including but not limited to attorney's fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death, or to injury to or destruction of tangible property
(other than the Work itself) , and (2) is caused in whole or in part by
any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, regardless of
whether or not it is caused in part by a party indemnified hereunder.
Such obligation shall not be construed to negate, abridge, or otherwise
reduce any other nght to obligation of indemnity which would
otherwise exist as to any party or person described in this Article.
(b) In any and all claims against the CITY or any of its agents or
employees by any employee of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited
in any way by any limitation on the amount or type of damages,
compensation or benefits payable by or for the CONTRACTOR or any
subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and
other good and valuable consideration from the CITY for the
indemnification provided herein.
ARTICLE XI -NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
courier service to the address of the party set forth below. Any such notice shall be
deemed given when received by the party to whom it is intended.
CONTRACTOR: Layne Inliner, LLC
2531 Jewett Lane
Sanford, FL 32771
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
7
ARTICLE XII—MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret
any provision of this agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,
or part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by CONTRACTOR.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by CONTRACTOR, in whole or in part, without the prior written
consent of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of
action arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Records. CONTRACTOR expressly understands and acknowledges that any and
all documents related to the services provided herein, may be considered records
that are subject to examination and production in accordance with Florida's
Public Records Law. CONTRACTOR expressly agrees that it will comply with
all requirements related to said law and that it will hold CITY harmless, including
attorney fees and litigation costs, for any such disclosure related to Florida's
Public Records Law.
8
ARTICLE XIII - AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this
Agreement as if herein repeated.
Document Precedence:
1. Task Authorization.
2. This Agreement
3. Notice to Proceed
4. All terms, conditions and documents contained in 41ele County ITB-KB-10-082
and CONTRACTOR's response thereto.
5. Payment and Performance Bonds
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this2-7 day of 'NnVe.4mloe,-1- 2012.
City of Clermont
-awls S. Tui-ville, Jr., Mayo
Atte :
Tracy Ada,' d, City Clerk
� Y
Layne Inl. . , LLC
By:
ELMir _ President
Attest:
, ct 4 Corporate Secret
ion in y n/IzI1,
(Name Printed or Typed)
9
EXHIBIT A
PASCO COUNTY BOARD OF COUNTY COMMISSIONERS
PURCHASING DEPARTMENT
c° o&+; 8919 GOVERNMENT DRIVE
47" '� ` NEW PORT RICHEY, FLORIDA 34654
IN 4 . N7 TELEPHONE: (727)847-8194
FACSIMILE: (727)847-8065
L ORI9 ` www.PascoPurchasinci.com
INVITATION FOR BIDS
BID NO. IFB-KB-10-082
RESTORATION OF UNDERGROUND PIPE
ANNUAL AWARD
SUMMARY OF WORK
Restoration of underground pipe, sewer service, lateral reconstruction, and/or repair of relined
sanitary-sewer main
The Pasco County Purchasing Department will receive sealed bids until 2.00 p m , local time
(our clock), on June 30, 2010, in the Pasco County Purchasing Department, 8919 Government
Drive, New Port Richey, Florida. Bids received after this time will not be accepted Bids will be
publicly opened and read at the above-stated time and date All interested parties are invited to
attend Bidders shall submit one(1) original bid form.
Insurance coverage is required for this project, please refer to the Special Provisions
Vendors may register to view and download solicitations by visiting www.FloridaBidSystem.com.
Pasco County is not responsible for expenses incurred prior to award by the Board of County
Commissioners (BCC)
Kathleen M. Brewer
Senior Buyer
-1-
puRfbkb10082/28 (Solicitation No IFB-KB-10-082)
PASCO COUNTY BOARD OF COUNTY COMMISSIONERS
t;,;; r PURCHASING DEPARTMENT
i '. 8919 GOVERNMENT DRIVE
} NEW PORT RICHEY, FLORIDA 34654
„ I II_II3 i ,.
STATEMENT OF NO BID
We, the undersigned, have declined to submit a bid response to the Invitation for Bid,
Solicitation No. IFB-KB-10-082, for the following reason(s):
Please check all that apply.
1. ❑ Opening date does not allow sufficient time to complete bid response.
2. ❑ We do not offer the commodities or services requested.
3. ❑ Our schedule would not permit us to perform.
4. ❑ We are unable to meet the issued specification.
5. ❑ Specifications are restrictive(please explain below).
6 ❑ We are unable to meet the surety requirements.
7. ❑ Other
Explanations:
Name:
Signature: Company:
Address:
City/State/Zip:
Telephone:
Facsimile:
Fed. ID No.:
-2-
(Solicitation No. IFB-KB-10-082)
IMPORTANT!-PLEASE READ CAREFULLY BEFORE MAKING BID
GENERAL PROVISIONS
These general terms and conditions apply in like force to this solicitation and to any contract
resulting therefrom.
ACKNOWLEDGMENT OF AMENDMENTS
Bidders shall acknowledge receipt of any amendment to the solicitation by identifying the
amendment number in the space provided for this purpose on the bid form, by letter, or by
returning a copy of the issued amendment with the submitted bid. The acknowledgment should
be received by Pasco County by the time and at the place specified for the receipt of bids.
Failure to acknowledge an issued amendment may result in bid rejection and disqualification.
ALTERNATIVE BIDS
The bidder WILL NOT be allowed to offer more than one (1) price (for the goods or services
specified). If the said bidder should submit more than one (1) once on any item (or service),
ALL prices will be reiected for that item. The bidders offering service delivery methods other
than those permitted by the scope of work or specifications may submit a separate envelope
clearly marked "Altemative Bid." Alternative bids will be deemed nonresponsive and will not be
considered for award. All such responses will, however, be examined prior to award Such
examination may result in cancellation of all bids received to permit rewriting the scope of work
or specifications to include the alternative method, or the alternative method may be considered
for future requirements of Pasco County.
ANTITRUST
By entering into a contract, the contractor conveys, sells, assigns, and transfers to Pasco
County all rights, titles, and interest it may now have or hereafter acquire under the antitrust
laws of the United States and the State of Florida that relate to the particular goods or services
purchased or acquired by Pasco County under the said contract.
APPLICABLE LAW
The contract shall be governed in all respects by the laws of the State of Florida, and any
litigation with respect thereto shall be brought in the courts of Pasco County, Florida. The
contractor shall comply with all applicable Federal, State, and local laws and regulations. Lack
of knowledge by the bidder will in no way be a cause for relief from responsibility.
ASSIGNMENT
The contractor shall not assign, transfer, convey, sublet, or otherwise dispose of any award or
any or all of its rights,title, or interest therein, or delegate the duties hereunder without the prior
written consent of Pasco County.
AWARD
Consideration for award will be by proximity to specifications given, costs, time of delivery, and
other factors deemed by the County to be appropriate. All purchases, leases, or contracts that
are based on competitive bids will be awarded to the lowest, responsive, and responsible
bidder. Complete and accurate responses to all items are necessary for the complete and fair
evaluation of bids. Total-cost or life-cycle-costing, which includes the identification of
identifiable costs associated with acquisition, installation, maintenance, and operation of the
-3-
(Solicitation No. IFB-KB-10-082)
bidder's offered equipment may be used to determine the lowest bidder. Such analysis may be
based upon the bidder's proposal data and other data which is gathered by the County.
Additional factors that may be considered include the expected life of equipment, output,
maintenance, consumption costs, disposal value, warranty, complexity of operation, required
training, and other factors that may contribute to the overall cost of ownership. In determining
the responsibility of vendors, past performance, references, documented experience, financial
capability, and other reasonable factors may be considered. Pasco County reserves the right to
award to the lowest responsive, responsible bidder whose bid conforming to the solicitation is
most advantageous to the County; price and other factors considered.
BID ACCEPTANCE PERIOD
Any bid submitted as a result of the solicitation shall be binding on the bidder for a minimum of
ninety(90)calendar days following the bid opening date. Any bid for which the bidder specifies
a shorter acceptance period may be rejected.
BID CLARIFICATIONS
If any party contemplating the submission of a bid on this invitation is in doubt as to the true
meaning of any part of the plans, specifications, or other documents, he should submit a written
request for an interpretation. Questions or requests for interpretations shall clearly state, in
detail, the basis for such question(s) or request(s) including a reference to the specific
paragraph or language in the solicitation The request shall be clearly marked as a "PREBID
QUESTION" and must include the solicitation number. Modifications to solicitations will be
made only by properly issued written addenda. All such addenda shall become part of the
solicitation and resulting contract documents. Pasco County shall only be responsible for
explanations or interpretations that are issued in accordance herewith. No oral interpretations
will be made as to the meaning of specifications or any other contract documents. Failure to
comply with this provision will result in the bidder waiving his/her right to dispute the bid
specification.
$IDDER CERTIFICATION
The bidder agrees that submission of a signed bid form is certification that the bidder will accept
an award made to it as a result of the submission
BIDDER INVESTIGATIONS
Before submitting a bid, each bidder shall make all investigations and examinations necessary
to ascertain all site conditions and requirements affecting the full performance of the contract
and to verify any representations made by Pasco County upon which the bidder will rely. If the
bidder receives an award as a result of its bid submission, failure to have made such
investigations and examinations will in no way relieve the bidder from its obligation to comply in
every detail with all provisions and requirements of the contract documents, nor will a plea of
ignorance of such conditions and requirements be accepted as a basis for any claim
whatsoever by the contractor for additional compensation.
BID ENVELOPES
Envelopes containing bids must be sealed and marked in the lower left-hand corner with the
invitation number, commodity, and date and hour of opening of bids. Failure to do so may
cause bid not to be considered. Express Company or Express Mail envelopes containing a
sealed bid shall also be sealed and should be clearly marked with the invitation number,
commodity, and date and hour of opening of bids. Failure to clearly mark envelopes may delay
delivery and render the response late.
-4-
(Solicitation No. IFB-KB-10-082)
BID FORM SUBMISSION
Bids shall be submitted on the attached forms. Bids concerning separate bid invitations must
not be combined on the same form or placed in the same envelope. Bids submitted in violation
of this provision shall not be considered. All bids must be signed, in ink, in order to be
considered. Erasures are not acceptable on bids; if necessary to make a change, strike out or
draw a line through incorrect item and type the correction above, and initial the correction in ink.
If the bidder is a firm or corporation,the bidder must show the title of the individual executing the
bid, and if the individual is not an officer of the firm or corporation, the bidder must submit proof
that the individual has the authority to obligate the firm or corporation. BIDS MAY NOT BE
ALTERED OR AMENDED AFTER THE BID CLOSING.
BID RECEIPT AND OPENING
Pasco County will receive sealed bid proposals until date and time indicated on bid cover. Bids
must be delivered, by hand or mail, to the Pasco County Purchasing Department, located at
8919 Government Drive, New Port Richey, Florida, where they will be opened at the stated
time. Bids must be time stamped in the Purchasing Department before or on the hour and date
indicated on the cover sheet(Invitation for Bid)for the bid opening. Bids received after the date
and time of the bid opening will be received, date stamped, and returned to the bidder
unopened. It is the responsibility of the bidder to ensure that bids arrive at the designated
opening place on time. Late or nondelivery due to mail or express delivery company failure will
not be considered adequate reason for consideration of late bids. FAXED BIDS WILL NOT BE
ACCEPTED AND SHALL NOT BE CONSIDERED FOR EVALUATION OR AWARD. Notes
may be taken at the public reading of the bid(s) at the specified time and date of the opening or
a personal inspection may be made of the bid(s) after award has been made and documents
are placed in central and public files.
BID WITHDRAWAL
Bids may not be changed after the bid closing time.
To withdraw a bid that includes a clerical error after bid opening, the bidder must give notice in
writing to Pasco County of claim or right to withdraw a bid. Within two (2) business days after
the bid opening, the bidder requesting withdrawal must provide to Pasco County all original
work papers, documents, and other materials used in the preparation of the bid. A bidder may
also withdraw a bid prior to the time set for the opening of bids by simply making a request in
writing to Pasco County; no explanation is required. No bidder who is permitted to withdraw a
bid shall, for compensation, supply any material or labor to or perform any subcontract or other
work for the person to whom the contract is awarded or otherwise benefit from the contract. No
partial withdrawals of a bid are permitted after the time and date set for the bid opening; only
complete withdrawals are permitted. The decision to allow or disallow bid withdrawal remains
solely with Pasco County.
CANCELLATION
Pasco County reserves the right to cancel a resulting contract, without cause, by giving thirty
(30) days' prior written notice to the contractor of the intention to cancel, or with cause if at any
time the contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of
the contractor to comply with any of the provisions of a resulting contract shall be considered a
matenal breach of contract and shall be cause for immediate termination of the contract at the
sole discretion of Pasco County. In addition to all other legal remedies available to Pasco
County, Pasco County reserves the right to cancel and obtain from another source, any services
which have not been provided within the required period of time or, if no such time is stated,
-5-
(Solicitation No. IFB-KB-10-082)
within a reasonable period of time from the date of order or request, as determined by Pasco
County.
CERTIFICATION OF INDEPENDENT PRICE DETERMINATION
The bidder certifies that the prices submitted in response to the solicitation have been arrived at
independently and without—for the purpose of restncting competition—any consultation,
communication, or agreement with any other bidder or competitor relating to those prices, the
intention to submit a bid,or the methods or factors used to calculate the prices bid.
CHANGE IN SCOPE OF WORK
Pasco County may order changes in the work consisting of additions, deletions, or other
revisions within the general scope of the contract. No claims may be made by the contractor
that the scope of the project or of the contractor's services has been changed, requiring
changes to the amount of compensation to the contractor or other adjustments to the contract,
unless such changes or adjustments have been made by written amendment to the contract or
purchase order signed by Purchasing Director. If the contractor believes that any particular
work is not within the scope of the project, is a material change, or will otherwise require more
compensation to the contractor, the contractor must immediately notify Pasco County in writing
of this belief. If Pasco County believes that the particular work is within the scope of the
contract as written, the contractor will be ordered to and shall continue with the work as
changed and at the cost stated for the work within the scope.
COLLUSION AMONG BIDDERS
Each bidder, by submitting a bid, certifies that it is not a party to any collusive action or any
action that may be in violation of the Sherman Antitrust Act. Any or all bids shall be rejected if
there is any reason for believing that collusion exists among the bidders. Pasco County may or
may not, at its discretion, accept future bids for the same work from participants in such
collusion. More than one (1) bid from an individual, firm, partnership, cooperation, or
association under the same or different names may be rejected. Reasonable grounds for
believing that a bidder has interest in more than one(1) bid for the work being bid may result in
rejection of all bids in which the bidder is believed to have interest. Nothing in this clause shall
preclude a firm acting as a subcontractor to be included as a subcontractor for two (2) or more
primary contractors submitting a bid for the work.
CONFLICT OF INTEREST
The contractor, by submission of its proposal, certifies that to the best of his/her knowledge or
belief, no elected/appointed official or employee of Pasco County is financially interested,
directly or indirectly, in the offer of goods or services specified in this invitation
DEBARMENT
By submitting a bid, the bidder certifies that it is not currently debarred from submitting bids for
contracts issued by any political subdivision or agency of the State of Florida and that it is not an
agent of a person or entity that is currently debarred from submitting bids for contracts issued by
any subdivision or agency of the State of Florida.
ERRORS IN EXTENSIONS
If the unit price and the extension price are at variance,the unit price shall prevail
ETHICS IN PUBLIC PROCUREMENT
The contract shall incorporate by reference, but shall not be limited to, the provisions of law
contained in Chapter 112, Florida Statutes. A person or affiliate who has been placed on the
-6-
(Solicitation No. IFB-KB-10-082)
convicted vendor list following a conviction for a public entity crime may not submit a bid on a
contract to provide any 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 or real property to a public entity; may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and
may not transact business with any public entity in excess of the threshold amount provided in
Section 287 017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months
from the date of being placed on the convicted vendor list. The bidder certifies that its bid was
made without collusion or fraud; that it has not offered or received any kickbacks or
inducements from any other bidder, supplier, manufacturer, or subcontractor in connection with
this bid; and that it has not conferred on any public employee having official responsibility for
this procurement transaction any payment, loan, subscription, advance, deposit of money,
services,or anything of value.
EXCEPTIONS
Bidders taking exception to any part or section of the solicitation shall indicate such exceptions
on the bid form or appendix. Failure to indicate any exception will be interpreted as the bidder's
intent to comply fully with the minimum requirements as written. Conditional or qualified bids,
unless specifically allowed, shall be subject to rejection in whole or in part.
EXPENSES INCURRED IN PREPARING BID
Pasco County accepts no responsibility for any expense incurred by the bidder in the
preparation and presentation of a bid Such expenses shall be borne exclusively by the bidder.
FAILURE TO DELIVER
In the event of failure of the contractor to deliver the goods and services in accordance with the
contract terms and conditions, Pasco County may procure the goods and services from other
sources and hold the contractor responsible for any resulting additional costs. A failure to
deliver will result in immediate termination of a resulting contract, and immediate disqualification
and debarment from submitting bids to Pasco County for a maximum of three (3)years. These
remedies shall be in addition to any other remedies that Pasco County may have available.
FAILURE TO ENFORCE
Failure by Pasco County at any time to enforce the provisions of the contract shall not be
construed as a waiver of any such provisions. Such failure to enforce shall not affect the validity
of the contract or any part thereof or the right of Pasco County to enforce any provision at any
time in accordance with its terms.
FAIR LABOR STANDARDS
By submission of a bid, the bidder certifies that the contractor(s) and/or subcontractor(s)
providing product(s) or services) shall, in the execution or performance of such a contract,
maintain fair labor standards as defined in applicable State and Federal regulations.
FORCE MAJEURE
The contractor shall not be held responsible for failure to perform the duties and responsibilities
imposed by the contract due to legal strikes, fires, nots, rebellions, and acts of God beyond the
control of the contractor, unless otherwise specified in the contract.
IDENTICAL BIDS
Identical bids or bids which otherwise appear suspicious will be reported to the County Attorney
for investigation.
-7-
(Solicitation No. IFB-KB-10-082)
INDEMNIFICATION
In consideration of the sum of Fifteen and 00/100 Dollars($15.00),the receipt and sufficiency of
which is acknowledged by the contractor to be included and paid for in the contract price, the
contractor shall indemnify, defend, and hold harmless Pasco County and its agents and
employees from and against all liabilities, claims, damages, losses, and expenses, including
attorneys' fees, arising out of or resulting from the performance of the work, provided that any
such liability, claim, damage, loss, or expense' 1) is attributable to bodily injury, sickness,
disease or death, or to injury to or destruction of tangible property (other than the work itself),
including the loss of use resulting therefrom; and 2)is caused in whole or in part by any
negligent act or omission of the contractor and subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, except for those
caused by the negligent act or omission of Pasco County.
In any and all claims against Pasco County or any of its agents or employees by any employee
of the contractor, any subcontractor, anyone directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable, the indemnification obligation under the
previous paragraph shall not be limited in any way as to the amount or type of damages,
compensation, or benefits payable by or for the contractor or any subcontractor under Workers'
Compensation Acts, disability benefit acts, or other employee benefit acts.
INDEPENDENT CONTRACTOR
The contractor shall be legally considered an independent contractor and neither the contractor
nor its employees shall, under any circumstances, be considered servants or agents of Pasco
County; and Pasco County shall be at no time legally responsible for any negligence or other
wrongdoing by the contractor, its servants, or agents. Pasco County shall not withhold from the
contractor any Federal or State unemployment taxes, Federal or State income taxes, Social
Security tax, or any other amounts for benefits to the contractor. Further, Pasco County shall
not provide to the contractor any insurance coverage or other benefits, including workers'
compensation, normally provided by Pasco County for its employees.
INFORMALITIES AND IRREGULARITIES
Pasco County has the right to waive minor defects or variations of a bid from the exact
requirements of the specifications that do not affect the price, quality, quantity, delivery, or
performance time of the services being procured. If insufficient information is submitted by a
bidder with the bid for Pasco County to properly evaluate the bid, Pasco County has the right to
require such additional information as it may deem necessary after the time set for receipt of
bids, provided that the information requested does not change the price, quality, quantity,
delivery, or performance time of the services being procured The BCC reserves the right to
reject any or all bids in whole or in part; to award by any item, group(s) of items, total bid, or
accept the bid that is most advantageous and in the best interest of Pasco County.
LAW COMPLIANCE
Each party will comply with all applicable Federal, State and local laws, rules, regulations, and
guidelines related to performance under this agreement. In particular, the
contractor/vendor/named party verifies and affirms that it is in compliance with 8 U.S.C.,
Sec. 1324, prohibiting the employment either directly or by contract, subcontract,or exchange of
unauthorized aliens in the United States. The County will consider the employment of
unauthorized aliens by any contractor/vendor/named party, during the term of the agreement, a
violation of the Immigration and Nationality Act. Such violation shall be cause for unilateral
cancellation of this agreement by the County.
-8-
(Solicitation No IFB-KB-10-082)
LIMITATION OF COST
The contractor agrees to perform the work specified and complete all obligations under the
contract within the stated amounts.
NONAPPROPRIATION
All funds for payment by Pasco County under this contract are subject to the availability of an
annual appropriation for this purpose by Pasco County. In the event of nonappropriation of
funds by Pasco County for the services provided under the contract, Pasco County will
terminate the contract, without termination charge or other liability, on the last day of the then-
current fiscal year or when the appropriation made for the then-current year for the services
covered by this contract is spent, whichever event occurs first. If at any time funds are not
appropriated for the continuance of this contract, cancellation shall be accepted by the
contractor on thirty (30) days' prior written notice, but failure to give such notice shall be of no
effect, and Pasco County shall not be obligated under this contract beyond the date of
termination.
NONCONFORMING TERMS AND CONDITIONS
A bid response that includes terms and conditions that do not conform to the terms and
conditions in the bid document is subject to rejection as nonresponsive. Pasco County reserves
the right to permit the bidder to withdraw nonconforming terms and conditions from its bid
response prior to a determination by Pasco County of nonresponsiveness based on the
submission of nonconforming terms and conditions.
NONDISCRIMINATION
By submission of bid, the bidder certifies that the contractor(s)and/or subcontractor(s) providing
product(s) or service(s) shall not discriminate against any employee or applicant for
employment, to be employed in the performance of such contract, with respect to his/her hire,
tenure, terms, conditions, or privileges of employment, because of his/her race, color, religion,
sex,disability, or national origin,as outlined in applicable State and Federal regulations.
ORAL STATEMENTS
No oral statement of any person shall modify or otherwise affect the terms, conditions, or
specifications stated in this contract. All modifications to the contract or purchase order must be
made in writing by Pasco County.
PAYMENT PROCEDURES
The BCC has adopted Resolution No. 95-70, incorporating its Invoice Payment Procedures
Policy in order to help ensure that vendors providing goods and/or services to the BCC receive
payment in a timely manner and in accordance with Chapter 218, Part VII, Florida Statutes(The
Flonda Prompt Payment Act). A copy of Resolution No. 95-70 (which includes the policy) is
available for viewing dunng normal business hours at the Office of the Pasco County Clerk of
the Circuit Court; 38053 Live Oak Avenue; Board Records Department, Room 205; Dade City,
Flonda 33525. Copies of the Resolution may be obtained at a cost of One and 20/100 Dollars
($1.20). Please make your check payable to Paula S. O'Neil, Clerk and Comptroller, and
forward payment to the Board Records Department at the address noted above. For further
information, please call(352)521-4347.
Several payment options are available to successful vendor, upon receipt of a correct invoice:
-9-
(Solicitation No. IFB-KB-10-082)
1. Check may be mailed to the remit address on the invoice. The check is sent to the Post
Office the day after BCC approval.
2. Check may be picked up in Dade City. The vendor must pick up the check the day after
BCC approval. The successful bidder or contractor must call(352)521-4599 for detailed
instructions.
3. Payment may be wire-transferred to the vendors bank account. The vendor must call
(352)521-4599 for detailed instructions.
PAYMENT TERMS AND DISCOUNTS
Unless otherwise indicated in the bid documents, payment terms will be net forty-five(45) days.
Terms not consistent with this provision are not acceptable and may be cause for rejection.
Pasco County will pay the contractor within forty-five (45) days after the receipt of a correct
invoice for the specified work. Only one (1) lump-sum payment will be made. NO progress or
partial payments will be authorized.
Discounts for prompt payment requiring payment by Pasco County within a stipulated number of
days will be interpreted as applying within the stipulated number of calendar days after the date
of receipt by Pasco County of a correct invoice describing reasonable work allocable to the
contract or after the date of acceptance of work that meets contract requirements, whichever
event occurs later. Discounts for payment in less than forty-five(45)days will not be considered
during evaluation for award, but may be taken if applicable after award.
PUBLIC INFORMATION
Upon public opening of all bids or proposals presented to Pasco County as a result of this
solicitation, any and all information contained therein is considered public and may be reviewed
by any persons interested in doing so.
PURCHASE ORDER REQUIREMENT
Purchases of Pasco County are authorized only if a signed purchase order issued in advance of
the transaction, showing that the ordering agency has sufficient funds available to pay for the
service. Contractors providing services without a signed purchase order do so at their own risk.
Pasco County will not be liable for payment for any services provided under the contract unless
a valid purchase order has been issued to the contractor.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete
satisfaction of Pasco County that it has the necessary facilities, ability, and financial resources
to provide the service specified therein in a satisfactory manner. The bidder may also be
required to give a past history and references in order to satisfy Pasco County in regard to the
bidders qualifications. Pasco County may make reasonable Investigations deemed necessary
and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish
to Pasco County all information for this purpose that may be requested. Pasco County reserves
the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy Pasco County that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications
shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
2 The ability of the bidder to perform the work or provide the service promptly or within the
time specified,without delay or interference.
-10-
(Solicitation No. IFB-KB-10-082)
3. The character, integrity, reputation,judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
QUALITY OF GOODS
All goods shall be new, in first class condition, and of the manufacturers latest design of the
model presently in production. All materials, supplies, and equipment furnished or services
performed under the terms of this purchase order or contractual agreement shall comply with
the requirements and standards specified in the Williams-Steiger Occupational Safety and
Health Act of 1970 (Public Law 91-596), as well as other applicable Federal, State, and local
codes. Equipment and materials furnished by the bidder having serious defects, corrosion, or
scratches which tend to present an "other than new" appearance shall be promptly replaced or
such defects promptly corrected by the bidder at no cost to Pasco County. Any existing Material
Safety Data Sheets (MSDS)for the products, materials, supplies, or equipment being bid must
be submitted with the bid. No product containing asbestos, lead paint, or polychlorinated
biphenyl (PCB) in any form will be considered for award by Pasco County.
RECOVERY OF MONEY
Whenever, under the contract, any sum of money shall be recoverable from or payable by the
contractor to Pasco County, the same amount may be deducted from any sum due the
contractor under the contract or under any other contract between the contractor and Pasco
County. The rights of Pasco County are in addition and without prejudice to any other right
Pasco County may have to claim the amount of any loss or damage suffered by Pasco County
on account of the acts or omissions of the contractor
RIGHT TO AUDIT
The contractor shall maintain such financial records and other records as they relate to the
purchase of goods and/or services by Pasco County from the subject vendor. The contractor
shall retain these records for a period of three (3) years after final payment, or until they are
audited by Pasco County, whichever event occurs first These records shall be made available
during the term of the contract and the subsequent three (3) year period for examination,
transcription, and audit by Pasco County, its designees, or other authorized bodies.
RISK OF LOSS
Pasco County shall be relieved from all risks of loss or damage to goods during periods of
transportation, manufacture, and the entire time the goods are in the possession of Pasco
County prior to acceptance by Pasco County. At such time, the risk of loss or damage for
goods shall pass to Pasco County. The bidder/contractor shall not be responsible for damage
to the goods occasioned by negligence of Pasco County or its employees.
TABULATIONS
Solicitation results(tabulations)will not be given over the telephone or via fax.
TAXES
All bids shall be submitted exclusive of direct Federal, State, and local taxes; however, if the
bidder believes certain taxes are properly payable, he/she may list such taxes separately in
each case directly below the respective item bid price. Pnces quoted must be in units specified,
and shall not include the cost of any such taxes, including those on any material, supplies, or
equipment used or installed in the work. Pasco County does not pay Federal Excise and Sales
Taxes on direct purchases of tangible personal property See Exemption Number on face of the
resulting purchase order. This exemption does not apply to purchases of tangible personal
property made by contractors who use the tangible personal property in the performance of
-11-
(Solicitation No. IFB-KB-10-082)
contracts for improvement of County-owned real property. Please refer to Chapter 192, Flonda
Statutes.
UNSATISFACTORY WORK
If, at any time during the contract term, the service performed or work done by the contractor is
considered by Pasco County to create a condition that threatens the health, safety, or welfare of
the community, the contractor shall, on being notified by Pasco County, immediately correct
such deficient service or work In the event the contractor fails, after notice, to correct the
deficient service or work immediately, Pasco County shall have the right to order the correction
of the deficiency by separate contract or with its own resources at the expense of the contractor.
Notwithstanding the above, Pasco County reserves the right to cancel a resulting contract,
without cause, by giving thirty (30) days' prior written notice to the contractor of the intention to
cancel
VENDORS LIST
Vendors must visit www FlondaBidSvstem.com to register as a vendor. Once registered,
vendors will have the ability to view and download solicitations for the Pasco County Board of
County Commissioners as well as other participating agencies throughout Florida.
END OF GENERAL PROVISIONS
-12-
(Solicitation No. IFB-KB-10-082)
SPECIAL PROVISIONS
In addition to the General Provisions of this solicitation, these Special Provisions, along with the
specifications that follow, apply in like force to this solicitation and to any subsequent contract
resulting therefrom.
CONTRACT TERM
The contract period will begin on October 1, 2010, and continue through September 30, 2013,
under the same prices, terms, and conditions as in the original contract approved by the BCC,
unless canceled in writing by Pasco County. All contracts are subject to the appropriation of
funds by the BCC.
INSURANCE REQUIREMENTS
The insurance required must be written by an insurer authorized to do business in the State of
Florida and also have an "A" policyholder's rating and a financial rating of at least Class VIII in
accordance with the most current Best's Key Rating Guide. Prior to the time the contractor is
entitled to commence any part of the project, work, or services under this contract, the
contractor shall procure, pay for, and maintain at least the following insurance coverages and
limits. The said insurance shall be evidenced by delivery to Pasco County of 1)Certificates of
Insurance executed by the insurers listing coverages and limits, expiration dates and terms of
policies and all endorsements whether or not required by Pasco County, and listing all carriers
issuing the said policies; and 2) upon request, a certified copy of each policy, including all
endorsements. The insurance requirements shall remain in effect throughout the term of this
contract.
1. Workers' Compensation in at least the limits as required by law; Employers' Liability
Insurance of not less than One Hundred Thousand and 00/100 Dollars ($100,000.00)for
each accident. The contractor agrees to waive its right of subrogation as part of this
coverage.
2. Comprehensive General Liability Insurance including, but not limited to, Independent,
Contractor, Contractual, Premises/Operations, Products/Completed Operation and
Personal Injury covering the liability assumed under indemnification provisions of this
contract, with limits of liability for personal injury and/or bodily injury, including death, of
not less than Two Million and 00/100 Dollars ($2,000,000.00), each occurrence; and
property damage of not less than One Million and 00/100 Dollars ($1,000,000.00), each
occurrence. (Combined single limits of not less than Two Million and 00/100 Dollars
[$2,000,000.00], each occurrence, will be acceptable unless otherwise stated.)
Coverage shall be on an "occurrence" basis, and the policy shall include Broad Form
Property Damage coverage and Fire Legal Liability of not less than Fifty Thousand and
00/100 Dollars ($50,000.00) per occurrence, unless otherwise stated by exception
herein.
3. Comprehensive Automobile and Truck liability covering owned, hired, and nonowned
vehicles with combined single limits of not less than One Million and 00/100 Dollars
($1,000,000.00), each occurrence. Coverage shall be on an "occurrence" basis, such
insurance to include coverage for loading and unloading hazards.
-13-
(Solicitation No IFB-KB-10-082)
Each insurance policy shall include the following conditions by endorsement to the policy:
1. Each policy shall require that thirty (30) days prior to expiration, cancellation,
nonrenewal, or any material change in coverages or limits, a notice thereof shall be
given to Pasco County by certified mail to: Pasco County Purchasing Department,
8919 Government Drive, New Port Richey, Florida 34654-5598. The contractor shall
also notify Pasco County, in a like manner, within twenty-four(24) hours after receipt, of
any notices of expiration, cancellation, nonrenewal, or material change in coverage
received by the said contractor from its insurer; and nothing contained herein shall
absolve the contractor of this requirement to provide notice.
2. Companies issuing the insurance policy, or policies, shall have no recourse against
Pasco County for payment of premiums or assessments for any deductibles that all are
at the sole responsibility and risk of the contractor.
3. The term "County" or "Pasco County" shall include all Authorities, Boards, Bureaus,
Commissions, Divisions, Departments, and Offices of County and individual members,
employees thereof in their official capacities, and/or while acting on behalf of Pasco
County.
4. Pasco County BCC shall be endorsed to the required policy or policies as an additional
named insured.
5. The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by Pasco County to any such future coverage, or to Pasco County's self-insured
retentions of whatever nature.
PRICE ADJUSTMENTS BASED ON THE CONSUMER PRICE INDEX(CPI)
Unit prices in contracts that are longer than twelve (12) months and include provisions for price
adjustments based on movement in the Consumer Price Index (CPI) may be adjusted bi-
annually. The unit prices may be adjusted based on the movement of the of the
U.S. Department of Labor's Consumer Price Index for All Urban Consumers (CPI-U)
(1982-84=100), as posted at htto://www.bis.aov/cai/. The baseline index will be the month and
year in which the contract began. The adjustments will not be cumulative and will be computed
using the original contract unit prices. Adjustments may be requested no earlier than 180 days
after the contract start date. Adjustments shall be computed using the latest CPI-U that is
published and available on the date the County receives the adjustment request in writing. The
unit price(s) changed as a result of these adjustments shall become effective on the first (161)
day of the next month, provided the request is submitted at least fifteen (15)days prior. If later
than fifteen (15) days pnor, the adjustment will become effective on the first (18t) day of the
following month. Adjustments may be requested every 180 days thereafter for the term of the
contract. Adjustments will not be retroactive or prorated. The County reserves the right to also
request adjustments, following the first adjustment and at the same interval, especially if the CPI
decreases and it is deemed to be in the County's best interest.
REQUIREMENTS CONTRACT
During the period of the contract, the contractor shall provide all the services described in the
contract. The contractor understands and agrees this is a requirements contract and Pasco
County shall have no obligation to the contractor if no services are required. Any quantities that
are included in the scope of work reflect the current expectations of Pasco County for the period
of the contract. The amount is only an estimate, and the contractor understands and agrees
-14-
(Solicitation No. IFB-KB-10-082)
Pasco County is under no obligation to the contractor to buy any amount of the services as a
result of having provided this estimate or of having any typical or measurable requirement in the
past. The contractor further understands and agrees Pasco County may require services in an
amount less than or in excess of the estimated annual contract amount, and the quantity
actually used, whether in excess of the estimate or less than the estimate, shall not give rise to
any claim for compensation other than the total of the unit prices in the contract for the quantity
actually used.
TRANSPORTATION AND PACKING
Prices quoted shall be net, including transportation and delivery charges fully prepaid by the
seller, f.o b. various sites. No additional charges will be allowed for packing, packages, or
partial delivery costs. By submitting their bids, all bidders certify and warrant that the price
offered for f.o.b. destination includes only the actual freight rate costs at the lowest and best rate
and is based upon actual weight of the goods to be shipped. Standard commercial packaging,
packing, and shipping containers shall be used, except as otherwise specified herein.
END OF SPECIAL PROVISIONS
-15-
(Solicitation No. IFB-KB-10-082)
RESTORATION OF UNDERGROUND PIPE
TECHNICAL SPECIFICATIONS
GENERAL REQUIREMENTS
1.0 PART 1 -GENERAL
1.1 Description:
Work includes the reconstruction of sanitary sewer lines by the Insertion of a
deformed/reformed polyethylene (PE) and/or a resin impregnated flexible felt tube
inversion liner into the existing sewer line. The liner shall be inflated by injection
steam, circulating hot water, or other approved method. The new material should
extend over the length of the Insertion as a continuous, tight-fitting, water-tight pipe-
within-a-pipe. The product must meet the American Society for Testing and
Materials(ASTM)standard specification and ASTM installation standard practice.
1.2 Reference Specifications:
For deformed/reformed PE and/or cured-in-place (CIPP) resin impregnated liners,
the ASTM standard specifications and installation standard practice are made a part
hereof by reference and shall be the latest edition and revision thereof.
Cured-In-Place Technology.
ASTM F-1216-03 Standard Practice for Rehabilitation of Existing
Pipelines and Conduits by the Inversion and
Curing of a Resin-Impregnated Tube
ASTM F-1743-96 Standard Practice for Rehabilitation of Existing
Pipelines and Conduits by Pulled-in-Place
Installation of Cured-in-Place Thermosetting
Resin (CIPP)1
Deformed/Reformed(HDPE)Technology:
ASTM F-1533-94 Standard Specification for Deformed
Polyethylene(PE)Liner. (Grade PE 3408
Material)
Reference Material Classification:
ASTM D-3350-93 Standard Specification
for Polyethylene Plastics
and Fittings Materials
-16-
pu/iPokb10p82/28 (Solicitation No. IFB-KB-10-082)
ASTM F-1606-95 Practice for Rehabilitation of Existing Sewers
and Conduits with Deformed P.E. Liner
1.3 Product/Installer Prequalification:
1.3.1 The owner encourages competition on any and all pipeline reconstruction projects
However, the owner must assure that all pipeline reconstruction products installed in
the owner's system are of good quality, the manufacturers of such products are
reputably and financially sound, and the installers of such products are competent
and experienced.
1.3.2 To assure the long-term service of the owner's sewer system, the owner must
protect itself by limiting exposure to unproven products, weak manufacturers, and/or
inexperienced installers, while encouraging the establishment and growth of quality
new products and competent installers, when warranted. The owner has, therefore,
established these standards for product quality, manufacturer soundness and
integrity, and installer expertise and experience.
1.3.3 In order to be considered, without limitation or qualification, in a bid for pipeline
reconstruction on the owner's system, any pipeline reconstruction product (the
"product,") any manufacturer of such product (the "vendor,") and/or installer
("contractor") of such products (the "installer/contractor,") must be deemed by the
owner as "commercially acceptable." To be "commercially acceptable" the product,
the vendor, and the installer must demonstrate to the satisfaction of the owner, or
owner's engineer, full compliance with all of the requirements ("requirements for
commercial acceptability,")as shown below:
1.4 Requirements for Commercial Acceptability:
1.4.1 In order to be considered commercially acceptable, the product shall be commercial
(trade) viable as defined: A material product used in trade between peoples, states,
clients, and individuals, in such a state of commercial development as to make
possible the continuance of its life not requiring changes;tested,confirmed and valid;
the word "valid" necessarily possesses an element of legal strength and force,where
inconsistent positions and changes have NO such force. Materials exhibiting
constant change are commercially (trade) NONviable materials; new materials
having validity, defined,consistent, and scientifically confirmed ARE viable and when
traded become commercially (trade) viable products, (but NOT in reverse order,
which would mean: fraud,deceit, misrepresentation, duress, etc.)
•
1.4.2 In order to be considered commercially acceptable, the product, vendor, and/or
installer/contractor must each demonstrate to the owner's satisfaction compliance
with each of the following applicable regulations and requirements:
For a product to be considered as a commercially acceptable product, the
Installer (contractor) must have had at least five (5) years active experience in
the commercial installation of sanitary sewer pipe liner rehabilitation and must
have installed a minimum of 400,000 linear feet or 1,600 line sections of
successful wastewater collection system installation in the State of Florida. To
-17-
pulMbkb10082/28 (Solicitation No. IFB-KB-10-082)
•
assure commercial viability of the product, a minimum of 1,000,000 linear feet of
wastewater collection system installation of the product in the USA must be
documented. Such documentation must include each user's name, address,
reference names at that user's location, telephone numbers, length, and diameter
of the product, contract value and acceptance, and project close-out date. In
addition, the product shall have been in place within the wastewater collection
system of the owner(or some other city, town, or county)for a minimum of two
(2)years.
1.4.2.1. Additional Requirements:
No product will be allowed to bid or be installed without submittal of test
data (from university third party testing facilities) supporting the material
property values and corrosion resistance. These tests shall be based on
the following standards:
a. The materials tested shall be identical to those proposed for
installation from samples of material In the final resting place after
the trauma of installation and/or reforming of the product. Testing
shall be in accordance with applicable ASTM standards.
Laboratory samples will not be acceptable.
b Independent Third Party Testing For 50-Year Design Life:
Any pipeline rehabilitation products which will be utilized as part of
this project must produce independent third party 10,000-hour
testing which substantiates the long-term performance and design
of the proposed product/material. The testing must be performed
by a qualified/recognized testing facility known for trenchless
pipeline reconstruction research and development work. The third
party testing facility must be located within the United States.
The product testing must be performed on the specific chemical
formulation proposed for utilization on this project. Since
numerous CIPP rehabilitation products can be formulated with
various resins, a certified letter from a company official which
identifies the 10,000-hour tested product as identical to that
proposed for the project is required.
c. In conjunction with the data requested above, the vendor and/or
Installer will submit a life-cost benefit analysis.
1.4.2 2. The vendor shall submit all ASTM standards for installation and/or
materials on its product. Foreign standards will not be acceptable.
1.4.2.3. The in-place product shall provide flow capacity equal to at least
100 percent of the existing pipe. The vendor shall provide at least one(1)
in-ground flow test verified by an independent third party.
1.4.2.4. The vendor must submit an engineering design guide and quality control
procedures for the product manufacturer and for product installation,
-18-
purifbkb10082/28 (Solicitation No. IFB-KB-10-082)
including detailed inspection, testing of physical properties, retention of
product samples, and taking of and testing of field samples.
1.4.2.5. The vendor shall submit statements as to the country of the manufacturer
of all major components used to produce the final installed product.
1.4.2.6. The vendor and installer shall submit evidence of installer training,
testing, and/or certification of being trained to install the product by the
vendor.
1.4.2.7. The vendor shall provide detailed Installation procedures and detailed
procedures for reconstruction of existing laterals and for new service
connections. This shall Include an itemized list of the tasks to be
performed and the estimated times for each task. The vendor shall
include the estimated number of excavations, if any, required for each line
segment to be installed.
1.4.2.8 The vendor shall submit detailed procedures for repairing its own product
in the event of failure.
1.4.2.9. In order to determine commercial acceptability, in the event changes in
the product (material) occurred within the past three (3) years, the
contractor shall disclose in writing the date each change occurred, what
change occurred, the reason for the change, the number of lineal feet
installed within each change period, the last date since a change
occurred, and the number of lineal feet installed since the last change.
The owner reserves the right to require additional detailed information on
the product(material)in the event changes have occurred.
1.4.3 Contractor's License:
To be acceptable, the installer (contractor) shall hold an active Certified or
Registered Underaround Utilities Contractor License with the State of Florida
Department of Professional Regulation Construction Industry Licensing Board. A
copy of the Certified Underground Utilities Contractor License must be submitted
with the bid.
1.5 Chemical Sealing(Grouting):
1.5.1 The intent of this section is to define the properties that a sealing material must have
to perform effectively in the intended application and under expected field conditions.
The intended application is remotely sealing sewer pipe joints with a sealing packer,
remotely sealing sewer service reconnections, and remotely sealing manhole
reconnections. The materials described herein also have application in the manual
access sealing of sewer pipes.
1.5.2 Generic chemical sealing materials currently are listed with the basic properties,
performance standards, and mix ratios which are known to give acceptable
performance.
-19-
puMbkb10082128 (Solicitation No. IFB-KB-10-082)
1.5.3 It is recognized that the new and improved chemical sealing materials will become
available from time to time. Sources, manufacturers, and product names of chemical
sealing materials will thus change from time to time; therefore, specific sources,
manufacturers, and product names, other than specified, (see Section 1.6) are not
given.
1.5.4 It should be understood that all of the generically classified chemical sealing
materials can achieve the desired long-lasting results when used in the proper
application and when properly applied. The knowledge and skill of the applicator
have a greater effect on achieving the desired results than the specific sealing
material applied.
1.5.5 In every case, mixing and handling of chemical sealing materials shall be in
accordance with the manufacturer's recommendations.
1.6 General:
All chemical sealing materials used in the performance of the work specified must
have the following characteristics:
1.6.1 While being injected, the chemical sealant must be able to react/perform in the
presence of water(groundwater).
1.6.2 The cured material must withstand submergence in water without degradation.
1.6.3 The resultant sealant (grout) formation must prevent the passage of water
(infiltration)through the sewer pipe joints.
1.6.4 The sealant material, after curing, must be flexible as opposed to brittle.
1.7 Chemical Joint Sealing Materials:
Chemical joint sealing materials used on this project shall be AV-118 Duriflex, an
acrylic resin-sealing grout plus activators, initiators, and inhibitors recommended by
the manufacturer,Avanti International, Houston,Texas, or equal.
1.8 Certification:
1.8.1 The PE liner shall be completely factory-manufactured, seamless, deformed under
factory-controlled temperature conditions, coiled, and packaged. The pipe liner
producer's certification, in accordance with ASTM specifications, shall be furnished
with the liner coils. The contractor shall turn the pipe liner producer's certification
over to the owner prior to installation.
1.8.2 For each inversion length designated in the contract documents, one (1) cured-in-
place pipe (CIPP) sample shall be prepared from a section of the cured pipe at an
intermediate manhole or at the termination point that has been inverted through a
like diameter pipe held in place by a suitable heat sink, such as sandbags. The
contractor shall provide the owner with certified test results for the samples tested.
-20-
pWltbkb10082/28 (Solicitation No. IFB-KB-10-082)
2.0 PART 2-MATERIAL
2.1 General Corrosion Requirements:
The liner pipe shall be fabricated from materials which are chemically resistant to
internal exposure to domestic sewage.
2.2 Physical Strength:
Refer to Section 1.02.ASTM F-1216 (CIPP)and ASTM F-1533(Grade PE 3408 with
reference to D 3350.)
2.3 Design Criteria:
2.3.1 The lining manufacturer shall submit to the engineer for approval, complete design
calculations for the liner, signed and sealed by a professional engineer registered in
the State of Florida and certified by the manufacturer as to the compliance of its
materials to the values used in the calculations. It shall be assumed that a fully
deteriorated gravity sewer pipeline having no structural strength is to be rehabilitated.
The criteria for liner design shall provide for H-20 live traffic load, dead load dry soil
weight of 120 pounds per cubic foot, the water table at the ground surface, the liner
side support shall be considered as if provided by soil pressure against the liner, the
existing pipe shall not be considered as providing any structural support, and the
liner shall have a minimum expected lifetime of fifty (50) years. The liner shall be
sized by the contractor to provide a tight fit to the host pipe. The manufactured liner
material shall not exceed being more than the measured inside diameter of the
existing host pipe and shall not exceed being less outside diameter than three (3)
percent of the measured inside diameter of the existing host pipe. The liner shall be
continuous, seamless, and jointless from manhole to manhole.
2.3.2 In no case shall the CIPP cured-in-place pipe liner finish wall thickness be less than
0.236 inches(six[6] mm)for pipe sizes eight(8) inches through twelve(12)inches in
diameter.
2.3.3 In no case shall the deformed/reformed liner finish wall thickness be less than or
32.5 SDR for pipe sizes eight(8) inches through twelve(12)inches diameter.
2.3.4 The interior surface of the liner pipe shall be designed and manufactured to obtain a
manning's coefficient of 0.009 or less.
2.3.5 No liner shall be accepted or installed until the design calculations have been
approved by the engineer.
2.4 Sewer Liner Pipe:
2.4.1 Resin Impregnated Flexible Felt Tube Liner:
2.4.1.1. The resin impregnated felt tube liner shall be fabricated to a size that,
when installed, will neatly fit the internal circumference of the conduit
specified by the owner. Allowances shall be made for circumferential
stretching during insertion.
-21-
pu/ifbkb10o82l2a (Solicitation No. IFB-KB-10-082)
2.4.1.2 The minimum length shall be that deemed necessary to effectively span
the distance from the inlet to the outlet of the respective manholes unless
otherwise specified. The installer shall verify the lengths in the field
before impregnation. Individual inversion runs can be made over one (1)
or more manhole sections, as determined in the field by the contractor
and approved by the owner.
2 4.1.3. Unless otherwise specified, the contractor shall use a polyester resin and
catalyst system and a fiber felt tube compatible with the inversion or other
approved alternate installation process having the following minimum
physical properties for the cured pipe.
Tensile Strength ASTM D 638 3,000 psi
Flexural Stress Modified ASTM D 790 4,500 psi
Flexural Modulus of Elasticity Modified ASTM D 790 250,000 psi
Minimum Long-Term (50 Yr.) Modulus of Elasticity 150,000 psi
(ASTM D 790)
The polyester resin and fiber felt tubing system shall be in accordance
with the requirements of ASTM F 1216 and be fabricated to a size that,
when installed,will neatly fit the interior of the host pipe. Allowance shall
be made for circumferential stretching during inversion and/or for
longitudinal stretching during a direct(noninversion)pull in. The cured-in-
place pipe (CIPP) product shall fit tightly to the host sewer pipe (with
minimal shrinkage) in such a way as to minimize water migration
(tracking)between the liner and the host pipe.
2.4.2 Deformed Polyethylene Liner: The liner pipe shall be manufactured from high
density polyethylene pipe compound which conforms to ASTM F-1533 and meets the
requirements for Type PE 3408, Cell Classification 345434-D.
3.0 PART 3- EXECUTION
3.1 Installation Procedures:
3.1.1 General: The following installation procedures shall be followed unless otherwise
approved by the engineer:
3.1.1.1 Safety: The contractor shall carry out its operations in strict accordance
with all Occupational Safety and Health Administration and
manufacturer's safety requirements. Particular attention is drawn to those
safety requirements involving entering confined spaces.
3.1.1.2. Prior to Installation of Liner.
a. Cleaning of Sewer: Sewers shall be cleared of all debris, roots,
and other materials that would hinder proper insertion of the liner.
-22-
pulffbkb10082/28 (Solicitation No. IFB-KB-10-082)
b. Television Inspection:
(1) The sewer to be lined will be television Inspected by the
contractor before and after completion of the liner and
service connection. The video tape will be provided to the
owner.
Obstructions that will prevent the insertion of, or otherwise
damage the liner during installation, shall be removed by
the contractor.
(2) The lining shall not be performed until the sewer has been
properly prepared. Additional cleaning shall be performed
by the contractor, as necessary The contractor shall
include in its liner cost any grout or means needed to stop
sand infiltration into the pipeline prior to installing liner.
c. Bypassing Sewage: The contractor shall provide a sewage
bypass for the section or sections of the sewer pipe to be
repaired, if necessary. The bypass shall be made by plugging the
existing upstream manhole and pumping the sewage into a
downstream manhole or adjacent system. The pump and bypass
lines shall be adequate to handle the flow.
d. Sewer House Connections: The contractor shall be responsible
for continuity of the sanitary sewer service to each facility
connected to the main sewer during the execution of the work of
this contract. If sewage backup occurs, the contractor shall be
responsible for cleanup, repair, and property damage. Each
service lateral shall be opened to 100 percent of the lateral
diameter.
3.1.2 Deformed/Reformed Liner:
3.1.2.1. Reforming: After insertion is completed, the installer shall supply a
suitable heat/pressure source. The equipment shall be capable of
delivering steam or hot fluid/pressure throughout the section to uniformly
raise the H.D.P.E.temperature of the mass at the temperature required to
reform the liner.
3 1.2 2. The heat source shall be fitted with suitable monitors to gauge the
temperature and pressure of the fluid injection.
3.1 2.3. The installer shall cool the liner before relieving the reforming pressure.
Cool-down may be accomplished by the introduction of cool water and air
or other approved method.
3.1.2.4. Finish: The finished liner shall be continuous over the entire length of the
insertion and be as free as commercially practicable from visual defects,
such as foreign inclusions. It shall also meet the pressure test specified
below.
-23-
pulifbkb10082/28 (Solicitation No. IFB-KB-10-082)
3.1.3 Resin Impregnated Felt Tube Liner.
3.1.3.1. The contractor shall designate a location where the felt tube liner will be
vacuum impregnated prior to Installation. The contractor shall allow the
owner to inspect the materials and "wet our procedure. A catalyst
system compatible with the resin and felt tube liner shall be used.
3.1.3.2. The wet out resin impregnated felt tube liner shall be inserted through an
existing manhole or other approved access by means of an Inversion
process and the application of a hydrostatic head sufficient to fully extend
it to the next designated manhole or termination point. The resin
impregnated felt tube liner shall be turned inside out and attached to the
standpipe so that a leakproof seal is created. The inversion head will be
adjusted to be of sufficient height to cause the resin impregnated felt tube
liner to Invert from manhole to manhole and hold the tube tight to the pipe
wall, producing dimples at side connections and flared ends at the
manholes. The use of a lubricant is recommended. Care shall be taken
during the elevated curing temperature so as not to over-stress the felt
fiber. (In certain cases, the contractor may elect to use a top inversion
where the resin impregnated felt tube liner is attached to a top ring and
the standpipe is formed from the resin impregnated felt tube liner itself.)
3.1.3.3. Curing: After inversion is completed, the contractor shall supply a
suitable heat source and water recirculation equipment. The equipment
shall be capable of delivering hot water throughout the section by means
of a prestrung hose to uniformly raise the water temperature above the
temperature required to effect a cure of the resin. This temperature shall
be determined by the resin/catalyst system employed.
3.1.3.4. The heat source shall be fitted with suitable monitors to gauge the
temperature of the incoming and outgoing water supply. Another such
gauge shall be placed between the resin impregnated felt tube liner and
the pipe invert at the remote manhole to determine the temperatures
during cure. The water temperature in the line during the cure period
shall be recommended by the resin manufacturer.
3 1.3.5. The initial cure shall be deemed to be complete when, upon inspection,
the exposed portions of the liner appear to be hard and sound and the
remote temperature sensor indicates that the temperature is 180°F or
more. The cure period shall be of a duration recommended by the resin
manufacturer, as modified for the resin impregnated felt tube liner
process, during which time the recirculation of the water and cycling of
the heat exchanger to maintain that the temperature continues.
3.1.3.6. Cool-Down: The contractor shall cool the hardened liner to a temperature
below 100°F before relieving the static head in the inversion standpipe.
Cool-down may be accomplished by the introduction of cool water into the
inversion standpipe to replace water being drained from a small hole
made in the downstream end. Care shall be taken in the release of the
-24-
punlbkblOO82/28 (Solicitation No. I FB-KB-10-082)
static head so that a vacuum will not be developed that could damage the
newly installed liner.
3.1.3.7. Finish: The finished liner shall be continuous over the entire length of an
inversion run and be as free as commercially practicable from visual
defects such as foreign inclusions, dry spots, pinholes, and delamination.
It shall also meet the leakage requirements or pressure test specified
below.
3.2 Service Connections:
After the pipe liner installation, the contractor shall reconnect the existing service
connections and maintain the service opening to at least 100 percent of original.
Over-cutting the service opening exceeding one-quarter inch beyond the lip of the
opening is unacceptable and will require repair by installing an approved lateral
interface sealing system. Reconnection shall be made from the interior of the pipe
by means of a television camera and a cutting device or other approved method.
The contractor shall seal the service connection with a high-strength grout or other
approved equal (See Section 1.6). Prior to starting work, the contractor shall
determine if leaks at service laterals can be fixed from the pipe interior. If excavation
at the service lateral within the right-of-way is required, the owner reserves the right
to delete the sewer span between manholes from the contract at its discretion. If the
service lateral is leaking upstream of the right-of-way line, the contractor shall notify
the engineer.
3.3 Sealing Liner at Manholes:
3.3.1 Manhole reconnections shall be sealed with the use of equipment which shall consist
of a standard packer device along with the necessary chemical sealant containers,
pumps, controls, regulators, valves, hoses, etc A controlled hole not less than
one-half inch diameter and not more three-quarters inch diameter shall be drilled or
punched in the invert of the mainline liner pipe. The controlled hole shall be installed
not less than one (1)foot from the inside wall of the manhole. The standard packer
device shall be properly positioned to straddle the controlled hole and the end
elements inflated, thereby isolating a portion of the mainline pipe liner. The
controlling unit for the standard packer device shall have provisions for accurately
controlling the packer functions In addition to monitoring the Inflatable pressure and
the void pressure in the isolated area to be sealed.
3.3.2 All manhole reconnections shall be sealed by the use of the standard packer device.
After the packer device has been properly positioned in the mainline, the connection
shall be sealed by the injection of chemical sealant. The chemical sealant shall be
injected through the packer device through the controlled hole and into the annual
space between the liner pipe material and the mainline host pipe. The injection of
the chemical sealant shall continue until the chemical fluid back pressure Is sufficient
to ensure the complete sealing of all the defects.
3 3.3 The contractor shall seal the liner at all manholes with high strength grout or other
approved method(see Section 1.6).
-25-
puArbkb10082128 (Solicitation No. IFB-KB-10-082)
3.4 Sewer Service Sealing and Inspection:
3.4.1 For sealing lateral connections and lines from the mainline, the ASTM standard
specifications and installation standard practice are made a part hereof by reference
and shall be the latest edition and revision thereof.
3.4.2 Lateral Connection Sealing Technology:
ASTA F 2454- 05: Standard Practice for Sealing Lateral Connections and lines from
the mainline Sewer Systems by the Lateral Packer Method, Using Chemical
Grouting.
3.4.3 The sewer service reconnections shall be sealed with the use of equipment which
shall consist of a closed-circuit television system and a special sealing packer device
along with the necessary chemical sealant containers, pumps, controls, regulators,
valves, hoses, etc. The special lateral sealing packer with an inversion tube or
bladder twenty-four (24) inches minimum total length to reach up into the service
pipe shall be so constructed that it can straddle four (4) to six (6) inches diameter
service connections in eight (8) inch or larger main sewer lines. When properly
positioned and with the end elements inflated, a special inflatable sealing tube shall
be extended up the service connection thereby isolating a portion of the service
connection containing one (1)or more pipe joints for sealing. The controlling unit for
the device shall have provisions for accurately controlling the packer functions in
addition to monitoring the inflatable pressure and the void pressure in the isolated
area to be sealed.
3.4.4 All sewer service reconnections shall be sealed by use of the special packer device.
After the packer device has been properly positioned in the main line with the
inflatable tube extended into the service connection, the connection shall be sealed
by the injection of the chemical sealant. The chemical sealant shall be injected
through the special packer device into the annual space between the inflatable tube
and the service connection. The injection of the chemical sealant shall continue until
the chemical fluid back pressure is sufficient to insure the complete sealing of all the
defects along the length of the inflatable tube.
3.4.5 After the service connection has been successfully sealed, the following procedures
shall be performed to ensure that the sealing operation did not block the service
connection.
3.4.5.1. The inflatable tube shall be removed from the connection.
3.4.5.2. The packer and elements shall be deflated.
3.4.5.3. The special packer shall be moved forward and the closed circuit
360°camera shall be positioned in the center of the service connection
and rotated to look up the service connection to ensure that the chemical
sealant did not cause blockage.
3.4.6 If blockage is observed, the chemical sealant shall be removed to ensure the service
connection is free-flowing.
-26-
puAibkb10o82/28 (Solicitation No. IFB-KB-10-082)
3.4.7 The chemical sealant used shall be in accordance with the requirements set forth in
the specifications or as approved.
3.5 Field Quality Control:
3.5.1 CIPP Lining Leak Test'
3.5.1 1. The contractor shall use hydrostatic pressure to test the CIPP liner. The
CIPP shall be tested using an exfiltration test method where the CIPP is
plugged at both ends and filled with water. Thls test shall take place after
the CIPP has cooled to ambient temperature. During exfiltration testing,
the maximum internal pipe pressure at the lowest end shall not exceed
4.3 psi, and the water inside of the inversion stand pipe shall be two (2)
feet higher than the top of the pipe or two (2) feet higher than the
groundwater level, whichever is greater.
3.5.1.2. The leakage quantity shall be gauged by the water level In a temporary
standpipe placed in the upstream plug. The test shall be conducted for a
minimum of one (1) hour. The allowable water exfiltration for any length
of pipe between termination points shall not exceed fifty (50) gallons per
inch of internal pipe diameter per mile per day.
3.5.2 Deformed/Reformed Lining Leak Test:
3 5.2.1. The contractor shall use low-pressure air to test the reformed liner. The
contractor shall plug and brace the ends of the liner and provide a means
to introduce test air to the sealed liner. The liner shall be pressurized with
air to 4.0 psi plus 0.5 psi for each foot the groundwater table is above the
minimum invert elevation of the liner. The maximum test pressure shall
not exceed nine (9)psi.
3.5.2.2. The liner shall be accepted as water-tight where the pressure within the
sealed liner remains constant for five (5) minutes after the air supply has
been disconnected.
3.5.2.3. The contractor shall exercise due caution when air testing. The plugs
shall be adequately braced against the forces developed during testing.
All test pressures shall be removed from the liner prior to removal of the
test plugs. All personnel shall be isolated from the area under test while
the liner is pressurized. The test pressure gauge shall have a maximum
reading of ten (10) psi and proof of calibration shall be provided prior to
testing.
3.5.3 Material Testing:
Sample coupons shall be machined from the wall of each lot of material. The testing
for cell classification values will be completed by the owner.
-27-
pullfbkblOO82/28 (Solicitation No. IFB-KB-10-082)
3.6 Inspection:
3.6.1 After the work is completed, the contractor shall video tape the lines, including the
restored services to determine compliance with these specifications.
3.6.2 The owner reserves the right to perform an inspection of the contractor's CIPP wet
out manufacturing facilities to determine acceptance of the low bidder and/or
product.
3.7 Disposal of Debris.
3.7.1 Sewage or solids shall not be dumped onto the ground surface, streets, or into
ditches, catch basins,or storm drains.
3.7.2 Solids or semisolids containing wastewater shall be removed from the site by the
contractor. Trucks hauling solids or semisolids from the site shall be watertight.
3.7.3 Disposal shall be at an owner-approved suitable site.
3.8 Patents:
The contractor shall warrant and hold harmless the owner against all claims for
patent infringement and for any loss thereof.
END OF SECTION
-28-
pun l0082/2a (Solicitation No. IFB-KB-10-082)
LATERAL INTERFACE INSERT SEAL AND/OR REPAIR
OF RELINED SANITARY SEWER MAINS
SPECIFICATIONS
1.0 GENERAL
It is the intent of this portion of the specification to provide for the rehabilitation and
reconnection of service lateral connections(SLC)to rehabilitated sewer lines, without
excavation, by installation and curing of a resin-impregnated,flexible felt or fiberglass
tube installed into the existing service lateral utilizing a pressure apparatus
positioned in the mainline pipe. SLCs may be a combination of tees, wyes,or break-
in taps of varying sizes and angles from thirty (30)to ninety (90)degrees. The resin
shall be cured to form the flexible tube into a hard, impermeable pipe-within-a-pipe.
The SLC product shall extend from the mainline into the lateral connection as a
continuous tight fitting, watertight pipe-within-a-pipe to eliminate any visible ground
water leakage and future root growth at the lateral to the mainline connection. The
SLC product system shall be compatible with the mainline and/or lateral pipe or liner.
If the SLC product installed in the sewer system does not meet the terms of the
original warranty period, the contractor shall repair or replace the affected portion(s)
at no cost to the owner It is understood that if the contractor fails to do such work as
required,the contractor shall be responsible for the costs of repair or replacement.
2.0 MATERIAL REQUIREMENTS
2.1 The finished SLC product shall be fabricated from materials which, when cured, are
chemically resistant to domestic sewage over the expected lifetime of the
rehabilitated pipe.
2.2 The SLC product shall be compatible with the lining system utilized for the main
and/or lateral sewer lines.
3.0 SLC PRODUCT
3.1 A flexible fiberglass or felt tube shall be fabricated to a size that when installed will
neatly fit the internal circumference of the lateral. Allowance shall be made for
circumferential stretching and angular alignment with the lateral pipe connection
geometry during insertion.
3 2 The insert shall seal to the inside wall of the sewer main a minimum of three (3)
inches around the lateral opening and to the lateral wall a minimum of six (6) inches
up into the lateral pipe from the main.
3.3 Unless otherwise specified, the installer shall furnish a specially formulated polyester
or vinyl ester resin and catalyst system compatible with the SLC process that
provides cured physical strength at least to the same level as required for the lateral
liner.
-29-
punPokb10082/28 (Solicitation No. IFB-KB-10-082)
3.4 A secondary sealing component shall be used to form a sealing bond between the
SLC product and the host lateral and main pipe walls.
4.0 PHYSICAL PROPERTIES
The cured SLC shall conform to the minimum standards as listed below:
Flexible Modulus of Elasticity ASTM 0790 500,000 psi
5.0 LINE PREPARATION
5.1 Prior to installing the SLC product, the area around the lateral sealing surface in both
the main and lateral shall be inspected. Waste product build-up, hard scale, roots,
lateral cutting debris, or resin slugs must be removed using high-pressure water
jetting or in-line cutters.
5.2 Break-in connections and/or lateral pipe protruding into the mains shall be ground
back to no more than a one-eighth inch protrusion into the mainline.
5.3 Built-up deposits on the main and lateral pipe walls shall be removed. The removal
shall reach at least one (1) foot beyond the SLC product to allow the bladder to
inflate tightly against the pipe walls ensuring a smooth transition from the SLC
product to the existing pipe wall.
5.4 In relined pipes, the lateral must be opened ninety-five (95) percent or more and the
edges brushed smooth. Over-cuts shall not exceed one (1)inch beyond the internal
diameter of the lateral.
5.5 The contractor shall be responsible, if needed, for bypassing of sewage during the
installation of the SLC product. In cases where the temporary backup of sewage is
accepted as a replacement for bypassing, the contractor is responsible for all
damage caused by the backup.
5.6 The lateral seal installation contractor is not responsible for the overall cleaning of
the main or lateral lines prior to seal installation unless specified elsewhere in the
contract.
6.0 SLC PRODUCT INSTALLATION
6.1 The resin impregnated SLC product shall be loaded on the applicator apparatus,
attached to a robotic manipulator device, and positioned in the mainline pipe at the
service connection that is to be rehabilitated. The robotic device, together with a
television camera, will be used to align the SLC repair product with the service
connection opening. Air pressure, supplied to the applicator through an air hose,
shall be used to insert the resin impregnated SLC product into the lateral pipe. The
inserted product will then be inspected using a CCTV camera to confirm the SLC
product is correctly positioned and/or centered in the lateral opening. The insertion
pressure will be adjusted to fully insert the SLC product into the lateral connection
and hold the SLC product tight to the main and lateral pipe walls.
-30-
puAlbkb1o082/28 (Solicitation No. IFB-KB-10-082)
6.2 The pressure apparatus shall include a bladder of sufficient length in both the main
and lateral lines such that the inflated bladder extends beyond the ends of both the
lateral and main line segments of the SLC product. This presses the ends of the
SLC product flat against the pipe wall interior to form a smooth transition to the
existing pipe.
6.3 After insertion is completed, recommended pressure is maintained on the
impregnated SLC product for the duration of the curing process. An ultraviolet (UV)
light cured, heat cured, or ambient cured resin system is acceptable.
6.4 The finished SLC product shall be free of dry spots, lifts, and delamination. The
installed SLC product should not inhibit the post installation video inspection, using a
closed circuit television camera, of the mainline and service lateral pipes or future
pipe cleaning operations.
6.5 After the work is completed, the contractor will provide the owner with an electronic
picture record showing the completed work and the restored condition of the SLC.
6.6 During the warranty period, any defects with the SLC that affect the performance or
cleaning of the lateral connection shall be repaired at the contractor's expense in a
manner acceptable to the owner.
7.0 DEVIATIONS
7.1.1 Contracts that include both the relining of the main line and the installation of SLC
seal product require that the main line relining contractor identify, document, and
notify the owner, per Paragraph 7.2, which lateral connections are deemed unfit for
the SLC product. Where the contract is only for installing the SLC product, the
installation contractor shall inform the owner of service laterals which cannot be
installed, per Paragraph 7.2.
7.2 Service laterals in which an SLC product cannot be installed will be identified.
documented, and video recorded; the owner's representative will be informed of the
conditions encountered. The contractor will not attempt to install an SLC product
until directed by the owner's representative.
8.0 JOB SITE CONDITIONS
The contractor acknowledges that he has reviewed the job site conditions and the
videotapes or pictures of the laterals to be rehabilitated using a lateral interface insert
seal system. Any exceptions, qualifications, or clarifications that the contractor has
should be included in a bid submittal cover letter.
9.0 RELATED BID ITEMS H. I.J. AND K
END OF SECTION
-31-
pibkb1o082/28 (Solicitation No. IFB-KB-10-082)
SERVICE LATERAL RECONSTRUCTION REQUIREMENTS
1.0 DESCRIPTION
It is the intent of this specification to provide for the reconstruction of existing service
lateral sanitary sewer lines, normally with minimal excavation, by forming a new pipe
within an existing deteriorated pipe which has generally maintained its original
shape. This will be accomplished by the installation of a resin-impregnated flexible
felt tube inverted into the existing service lateral utilizing a pressure apparatus
positioned at a cleanout, basement drain, or similar access point. Curing shall be
accomplished ambiently by compressed air or by circulating hot water, which will
cure the resin into a hard, impermeable cured-in-place-pipe (CIPP). When cured,
the liner should extend over the length of the installation in a continuous, tight-fitting,
structural,corrosion-resistant, and watertight CIPP pipe-within-a-pipe.
2 0 MATERIALS
2.1 Resin: The resin used shall be a 100 percent solids epoxy and hardener system
specifically designed for the cured-in-place-pipe (CIPP) being installed.
2.1 1 The resin shall be epoxy resin with the appropriate hardener. Pot life minimum shall
be sixteen (16)minutes; pot life maximum shall be seventy-five(75) minutes.
2 1.2 The resin and liner system shall be ANSI/NSF 14 certified.
2.1.3 The resin shall contain no styrene or other chemicals that have extreme malicious
odors
2.2 Liner Materials: Lining materials for lateral pipe must provide the flexibility to line
forty-five (45) to ninety (90) degree bends to produce a finished liner that has a
smooth inside radius. The liner material shall be preapproved plain felt and knitted
polyester liners with no reinforcement as part of the composite.
2.3 General Requirements of CIPP: The finished pipe must be such that when the
thermosetting resin cures, the total wall thickness will be a homogeneous and
monolithic felt and resin composite matrix that will be chemically resistant to
withstand internal exposure to domestic sewerage.
2.3.1 The minimum length shall be that deemed necessary by the engineer to effectively
span the distance of the pipeline sectional repair, as specified. The line length shall
be verified in the field before impregnation of the tube with resin.
2.3.2 The outside of the tube, before installation, shall have an impermeable polymer
coating. This coating will form the inner layer of the finished pipe and is required for
enhancement of corrosion,flow,and abrasion properties.
2.3.3 Appropriate flexibility and suitability of the lateral liner tube shall be selected to match
the configuration of the existing lateral service; i.e., bends and diameter transitions.
-32-
pulifbkb10082/28 (Solicitation No. IFB-KB-10-082)
3.0 REFERENCE SPECIFICATIONS
3.1 Installation and material tests of cured-in-place-pipe (CIPP) must meet the minimum
requirements demonstrated in the following ASTM standards:
ASTM F-1216 Standard Practice for the Installation of Cured-in-Place-Pipe
by Inversion Lining
ASTM D-638 Test Method for Tensile Properties of Plastics
Tensile Strength 3,000 psi
ASTM D-790 Test Method of Flexural Properties of Plastics
Flexural Strength 4,500 psi
Flexural Modulus 250,000 psi
3.2 National Association of Sewer Service Companies INASSCO) and Wastewater
Collection Systems Maintenance and Rehabilitation, 10 Edition
4.0 PIPE DESIGN
4.1 The liner pipe shall be designed to a minimum wall thickness based on the individual
project parameters and the condition of the existing conduit Prior to installation of
the liner, the design calculations, per ASTM F1216-98, shall be submitted to
determine the minimum thickness of the liner to be installed. The pipe design shall
have sufficient strength to support all dead loads, live loads, and groundwater loads
imposed. Regardless of the design thickness determined above, the following are
suggested minimum thickness per diameters.
4" and 5" Minimum Thickness-3 mm
6"and 8" Minimum Thickness-4.5 mm
4.2 The contractor shall submit his price proposal based on the appropriate length, size,
and existing pipe parameters designated in the bid item or bid proposal section. The
deterioration of sewers is an ongoing process. Should preconstruction inspections
reveal the sewers to be in substantially different conditions than those in the design
considerations, the contractor shall request such changes in the reconstruction liner
thickness, supporting such requests with design data. The deviation, if approved,
shall be reflected by the appropriate addition or reduction in the unit cost for that
size,as agreed to by the owner or engineer.
5.0 INSTALLATION RESPONSIBILITIES AND PROCEDURES
5.1 It shall be the responsibility of the owner to locate and designate all access points
open and accessible for the work, and provide rights of access to these points. The
owner shall also provide free access to water hydrants for cleaning, inversion, and
other work items requiring water.
5.2 Cleaning: The sewers shall be cleaned of all debris, roots, and other materials that
would inhibit proper inversion of the cured-in-place-pipe. Utilizing high-pressure jet
cleaning equipment, several passes are completed to assure all debris Is removed
-33-
pufl kb1OO82ne (Solicitation No. IFB-KB-10-082)
from the pipe. If roots are present, root cutters or mechanical brushes are attached
to the Jet nozzle and are sent through the line to remove all root Intrusions.
5.3 Television Inspection of Pipelines: Inspection of the pipelines shall be performed by
experienced personnel trained in locating breaks and obstacles by closed circuit
television (CCTV). The interior of the pipeline shall be carefully inspected to
determine the location of any conditions that may prevent proper installation into the
pipelines, and it shall be noted so that these conditions can be corrected. A
videotape and suitable log shall be kept for later reference by the owner.
5.4 Resin Impregnation of CIPP Tube. The contractor shall designate a location where
the tube shall be impregnated or "wet out"with resin, using calibration rollers and a
vacuum pump to thoroughly saturate the tube's felt fiber prior to installation. The
impregnated tube shall be free of pinholes, resin voids, and other defects after
impregnation is completed.
5.5 Inversion of CIPP Tube: The wet-out liner tube shall be loaded inside a pressure
apparatus above ground. Air pressure supplied to the pressure apparatus shall be
used to invert the wet-out tube through the lateral pipe. The inversion head will be
adjusted to be of sufficient pressure to cause the impregnated liner tube to invert
completely in the lateral pipe. Care shall be taken during the curing process so as
not to overstress the liner. If no access is available on one(1)end of the installation,
a calibration hose will be similarly inverted into the liner tube in order to hold
pressure and maintain a close fit during processing.
5.6 CIPP Processing (Curing): In most circumstances, an accelerated ambient-
temperature curing resin system will be utilized; however, if a heat cure is required,
the installer shall supply a suitable heat source and water recirculation equipment.
The requirement shall be capable of delivering hot water or other approved heat
source throughout the section by means of a prestrung hose to uniformly raise the
water temperature above the temperature required to affect a cure of the resin. This
temperature shall be determined by the resin/catalyst system employed.
5.6.1 If a heat cure is required, the heat source shall be fitted with suitable monitors to
gauge the temperature of the incoming and outgoing water supply. Water
temperature in the line during the cure period shall be recommended by the resin
manufacturer.
5.6.2 The Initial cure shall be deemed to be completed when inspections of the exposed
portions of the lateral liner appear to be hard and sound and the temperature gauge
indicates that the temperature is of a magnitude to realize an exotherm. The cure
period shall be of a duration recommended by the resin manufacturer.
5.6.3 Cool-down: The installer shall cool the hardened liner to a temperature below 100°F
before relieving the pressure in the pressure apparatus. Cool-down may be
accomplished by the introduction of cool air into the pressure apparatus to replace
water being forced out of the pressure apparatus. Care shall be taken to maintain
proper pressure throughout the cure and cool-down period.
-34-
purAbkbl0082/28 (Solicitation No. IFB-KB-10-082)
5.7 Finish: The finished CIPP shall be continuous over the entire length of an inversion
length and be free'of dry spots; lifts, and delamination. The lateral CIPP shall not
inhibit the CCTV post video inspection of the.mainline or service lateral pipes.
5.8 After the work is completed, the installer will provide the owner with a videotape or
DVD showing the completed work including the restored conditions.
6.0 CLEANUP
Upon acceptance of the installation work, the installer shall reinstate the project area
affected by his operations.
6.1 Related Bid Items: X
END OF SECTION
-35-
pufilbkb10082128 (Solicitation No. IFB-KB-10-082)
MEASUREMENT AND PAYMENT
1.0 SCOPE OF WORK
1.1 This section defines the work included in each bid item in the Bid Form of these
specifications. Payment will be made based on the specified items included in the
description in this section for each bid item.
1.2 All prices included in the Bid Form will constitute full compensation to complete the
work as specified in these specifications for each pay item, including all materials
used to perform the work.
1.3 Restoration is considered to be an integral part of the work, and all bid prices shall
include the cost of restoration necessitated by the work related to that bid item. All
existing structures and property including, but not limited to, paving, stabilized roads,
lawns, trees and ground areas, walkways, and irrigation systems that are altered,
removed, or damaged during construction, shall be restored to the same or better
condition than existed prior to performing the work specified herein. Cleanup is an
integral part of restoration.
2.0 MEASUREMENT AND PAYMENT-BASE BID ITEMS
2.1 Pay Items:
2.1.1 Measurement. Payment of the unit prices of these pay items shall be measured by
the specified units on the Bid Form for actual completed work as these
specifications.
2.1.2 Payment. Payment shall constitute full compensation for all costs to complete the
work per the SPECIFICATIONS section including labor, equipment, materials, tools,
supervision,and all necessary to complete the work as stated herein.
2.1.3 Set-Up Charges. Shall constitute full payment for all preparation costs to perform
each specific task as stated in the following Bid Form and shall include mobilization,
demobilization, restoration work, and equipment/material set-up charges. Bidders
shall provide separate cost when work is located in the right-of-way and in an
easement.
END OF SPECIFICATIONS
-36-
pulHbkb10082J28 (Solicitation No. IFB-KB-10-082)
n BID FORM
Business Name. /C -yx-)0)-DS J,A/LiA// ) 4L-C
GENERAL
A Total firm unit bid pnce for cleaning and televising sanitary collection system in complete
accordance with the specifications
Light Cleaning: Cleaning of all debris, roots, and other materials that would inhibit the
proper performance of the rehabilitation or repair work needing one application only at
the owner's sole discretion.
Medium Cleaning- Cleaning of all debris, roots,and other materials that would inhibit the
proper performance of the rehabilitation or repair work needing up to two applications at
the owner's sole discretion.
Heavy Cleaning: Cleaning of all debris, roots, and other matenals that would inhibit the
proper performance of the rehabilitation or repair work needing more than two
applications at the owner's sole discretion
Cleaning Services:
Item Unit Price Unit Price Unit Price
No. Description Unit Light Medium Heavy
Al Clean 6" Pipe Per L.F. $ O.C.405 $ 0, 0 $ 1 .0 0
A2 Clean 8" Pipe Per L F. $ b, (Rs $ O•Sr) $ 1 .00
A3. Clean 10"Pipe Per L.F. $0.(05 $0. 8.0 $ I .00
A4 Clean 12"Pipe Per L.F. $d. 15 $ I .O on $ I .L-t7
A5 Clean 15"Pipe Per L F. $ I .00 $ I •SC $ 2.$C
A6 Clean 18" Pipe Per L.F. $ I.00 $ a.00 $ 3 . 0C')
A7 Set Up Charge Per L.F. R.O W Unit Price
Easement
$ o, a� $ o • 50
A8 De-Scale 6" DIP Per L.F. $ (,,Oo $ I a. ND $ JnS S.PO of
A9 De-Scale 8" DIP Per L.F. $ 8 .00 $ I'1.00 $ .00
A10 De-Scale 10" DIP Per L.F. $ 10. DC) $ I - .Q6 $ o?o?.co
-37-
pufrfbkb1oa82/28 (Solicitation No IFB-KB-10-082)
item Unit Price Unit Price Unit Price
No. Description Unit Light Medium Heavy
All De-Scale 12" DIP Per L.F $ I2.on $ I B .00 $ 025.0'
Alt De-Scale 15" DIP Per L.F. $ L LI.OD $ 102.00 $ 0.8 rod
A13 De-Scale 18" DIP Per L.F. $ 1 0.00 $ (1.00 $ •OD
A14 Set Up Charge Per L F. R.O.W. Unit Price
Easement
$ I,00 $ 1 .50
Service Tap Removal:
Item Unit Price
No. Description Unit R.O.W. Easement
A15. Service Tap Removal in Per
6"-8" Pipe Service $ (250P° $ o2 50.0 o
A16. Service Tap Removal in Per o,O
10"-12"Pipe Service $ 3DD• $ ?zo
A17 Service Tap Removal in Per
15"-18"Pipe Service $ y00. $ (-//A9.oa
A18 Set Up Charge Each R.O W Unit Price
Easement
$755-L) $ I s_QOO
Root Cutting Services:
Item
No. Description Unit Unit Price
A19. Root Cutting in 6"-8" Pipe Per L.F. $ 5.0°
A20. Root Cutting in 10"-12" Per L.F 0
Pipe $ 9 ,O
A21. Root Cutting in 15"-18" Per L.F. /14.‘9°
Pipe $
A22. Set Up Charge Each R.O.W. Unit Price
Easement
$ 360•°° $ 6t.co
-38-
pufifbkbf0082128 (Solicitation No IFB-KB-10-082)
Television Inspections:
Item
No. Description Unit Unit Price
A23 Televise 6" Pipe Per L.F $ n,80
A24. Televise 8" Pipe Per L.F. $ 6.b 0
A25. Televise 10" Pipe Per L.F $ 0.9,0
A26. Televise 12"Pipe Per L F $ E'). 'e L9
A27. Televise 15" Pipe Per L.F. $ ( . 0
A28. Televise 18" Pipe Per L.F. $ I , 5()
ITEMS A1-A28 TOTAL $ 12644 t' td t i'nh �u e r4
rJi c! rp2o,i LiQ.
1.D B Pricing for sanitary sewer pipe joint testing and grout sealin g per the specifications.
Pipeline Testing:
Item
Unit Price
No. Description Unit R.O.W. Easement
B1. Testing Service Line Each $ $O co $ 65O.°a
B2. Testing 6" Pipe Per Joint $ 19,6° $ /(o vO
B3. Testing 8" Pipe Per Joint $ 17. 'o $ 18.0 o
B4. Testing 10" Pipe Per Joint $ l P.°c $ cOJ.©°
B5. Testing 12" Pipe Per Joint $ 028 c+0 $ )
B6. Testing 15" Pipe Per Joint $ O/C° $ 9.4.00
B7. Testing 18" Pipe Per Joint $ gy,6c) $ X67.1"o
B8. Set Up Charge for B1 Each R.O.W. Unit Price
Thru B7 and Includes B11 oe Easement
Thru B orc�
$ $ .
-39-
pulrfbkb10082/28 (Solicitation No IFB-KB-10-082)
Furnishing and Installing Sealing Material:
Item
No. Description Unit Unit Price
B9. Seal Service Line in
Right-of-Way Per Joint $ J as.° '
B10. Seal Service Line in o
Easement Per Joint $ 1 2S
B11. Seal 6" Pipe Per Joint $ 16'.41 CD
B12. Seal 8" Pipe Per Joint $ q5. p°
B13. Seal 10"Pipe Per Joint $ 10S .°O
B14 Seal 12" Pipe Per Joint $ 1 l . o
615. Seal 15" Pipe Per Joint $ 125. °O
B16. Seal 18" Pipe Per Joint $ 115.421:::1
ITEMS B1-B16 TOTAL $ nMbi a 19 Tot,, . 'pit y -
l0I''d `t41 .-
Sealing Material/Manufacturer &ql' EIx (,can.rr I Au A)..A-r% 100 ° 121C1.00
Warranty: 1- vc A
-40-
puMbkb10082128 (Solicitation No. IFB-KB-10-082)
C. Bids for annual contract to provide sanitary sewer line rehabilitation by installation of
CIPP-Lining for an estimated minimum of 2,000 linear feet per year:
Furnishing and Installation of CIPP-Lining:
Item No. Description Unit Price
C1. 8" Pipe for Jobs Sizes from 1-Foot to 1,000 Feet. $ t-jO .00
C2. 8" Pipe for Jobs Sizes from 1,001 Feet or More $ 3.s.O 0
C3 10" Pipe for Job Sizes from 1-Foot to 1,000 Feet. $ 3,°O
C4. 10" Pipe for Job Sizes from 1,001 Feet or More. $ 40.ex,
C5. 12"Pipe for Job Sizes from 1-Foot to 1,000 Feet. $ 40.1)
C6. 12" Pipe for Job Sizes from 1,001 Feet or More. .°c"
C7 18"Pipe for Job Sizes from 1-Foot to 1,000 Feet. $ 60.90
C8. 18" Pipe for Job Sizes from 1,001 Feet or More. $ 5$,4)c)
ITEMS C1-C8 TOTAL $ Ur. eQ
Liner Material/Manufacturer: I kl L,t A.l ere_ l a J c. R_ Pgo puc t
Warranty' I - QE A
D Bids for annual contract to provide sanitary sewer line rehabilitation by installation of(PE)
Deformed Polyethylene Liner for an estimated minimum of 2,000 linear feet per year
Furnishing and Installation of(PE)Deformed Polyethylene Liner:
Item No. Description Unit Price
D1. 8"Pipe for Jobs Sizes from 1-Foot to 1,000 Feet $ 23.00
D2. 8" Pipe for Jobs Sizes from 1,001 Feet or More $ ©,DO
D3 10"Pipe for Job Sizes from 1-Foot to 1,000 Feet $ 3S-°°
D4. 10" Pipe for Job Sizes from 1,001 Feet or More $ 33 ,00
D5. 12" Pipe for Job Sizes from 1-Foot to 1,000 Feet. °O
D6. 12" Pipe for Job Sizes from 1,001 Feet or More. $ qL1 GO
D7 18" Pipe for Job Sizes from 1-Foot to 1,000 Feet. $ /ot.O.
-41-
puAfbkb10082128 (Solicitation No IFB-KB-10-082)
Item No. Description Unit Price
D8 18" Pipe for Job Sizes from 1,001 Feet or More. $ 1 10.Pt'
ITEMS D1-D8 TOTAL $ y.5":?.Do
V
Liner Material/Manufacturer: (,)•. L I ad p-112
I Pjz,q p,
Warranty I YEA 1
E. Bids for annual contract to provide sanitary sewer line rehabilitation by installation of
RICIP-point repair lining and service lateral lining for an estimated minimum or
2,000 linear feet per year
Furnishing and installation of RICIP-Point Repair:
item Unit Price
No. Description Each
El RICIP-Point Repair 5 Feet Long(1 Standard Leg or v
Sleeve)for 6" Size $ 1, Elan.D
E2. RICIP-Point Repair 5 Feet Long (1 Standard Leg or O cV
Sleeve)for 8" Size. $ 1 .1
E3 RICIP-Point Repair 5 Feet Long (1 Standard Leg or OCR
Sleeve)for 10" Size. $ `a €$O -
E4 RICIP-Point Repair 5 Feet Long (1 Standard Leg or �
Sleeve)for 12" Size. $ (i 9 pO o
E5. RICIP-Point Repair 5 Feet Long(1 Standard Leg or n De)Sleeve)for 18" Size $ d� 4 E.
E6 RICIP-Point Repair 5 Feet Long (1 Standard Leg or
Sleeve)for 24"Size $ 3■&ô . a 0
E7. Pricing for Each Additional Foot of RICIP-Point
Repair in Excess of 5 Feet Long(1 Standard Leg or
Sleeve)for 6"Size. $ (CD. a0
E8. Pricing for Each Additional Foot of RICIP-Point
Repair in Excess of 5 Feet Long (1 Standard Leg or
Sleeve)for 8"Size. $ 1,05-. ° 43
E9 Pricing for Each Additional Foot of RICIP-Point
Repair in Excess of 5 Feet Long (1 Standard Leg or
Sleeve)for 10"Size $ NO.po
-42-
puAfbkb10082/28 (Solicitation No IFB-KB-10-082)
Item Unit Price
No. Description Each
E10. Pricing for Each Additional Foot of RICIP-Point 1SD.md
Repair in Excess of 5 Feet Long (1 Standard Leg or 4
Sleeve)for 12"Size. $ 1..... Pitt.
El 1 Pnang for Each Additional Foot of RICIP-Point f 75•D�
Repair in Excess of 5 Feet Long (1 Standard Leg or
Sleeve)for 18" Size. $ Pi'
� r"
ITEMS E1-E11 TOTAL $ 4 yfo.00 {
Liner Material/Manufacturer. /4 L iAl F. I iç V
Warranty 1 - LI)E A
F. Bids for the annual contract to provide sanitary sewer line rehabilitation by installation of
robotic protrusion removal for an estimated minimum of 2,000 linear feet per year
Item Unit Price
No. Description Per Foot
Fl. Lateral Protrusion Removal by Robotic Cutter for °C)6" Pipe. $ OD
F2. Lateral Protrusion Removal by Robotic Cutter for a
8" Pipe. $ r2�,O
ITEMS Fl-F2
TOTAL $ POO 8 0
Model. a Q m i F
-43-
pufifbkb10082/28 (Solicitation No IFB-KB-10-082)
LATERAL INTERFACE INSERT SEAL AND/OR REPAIR
OF RELINED SANITARY SEWER MAIN
Light Cleaning. Cleaning of all debris, roots, and other materials that would inhibit the proper
performance of the rehabilitation or repair work needing one application only at the owner's sole
discretion.
Medium Cleaning: Cleaning of all debris, roots, and other materials that would inhibit the proper
performance of the rehabilitation or repair work needing up to two applications at the owner's
sole discretion
Heavy Cleaning Cleaning of all debns, roots, and other materials that would inhibit the proper
performance of the rehabilitation or repair work needing more than two applications at the
owner's sole discretion.
Lateral Interface Insert Seal -Cleaning
Item Description Unit Light Medium Heavy
No.
0
1-11. Clean 6" Main and Lateral Pipe Per Lat. $ 1 q5.° $ 145P° $
H2 Clean 8"Main and Lateral Pipe Per Lat. $ 195.°° $ )95.p° $ 65.°°
H3 Clean 10" Main and Lateral Pipe Per Lat. $ 195.8° $ 1Q5.0° $ aS,°O
H4. Clean 12" Main and Lateral Pipe Per Lat. $ 1g5.°° $ 1T'S.°`3 $156-!3°
H5. Clean 15" Main and Lateral Pipe Per Lat $ /4S°O $fctS.° $ t°l5.4"c'
H6. Clean 18" Main and Lateral Pipe Per Lat. $ (Qs•° ' $ 1 IS ea $1q5.�°
ITEMS H1-H-6 TOTAL $J/712 Wad $//MI/ #1—
Lateral Interface Insert Seal -Preparation V
Lateral connection preparation including opening, rounding, or removing sharp or pointed cutout
edges in a relined or break-in lateral opening
Item
No. Description Unit Unit Price
O
11. 6" Main and Lateral Pipe Per Lat $-ban,
12. 8" Main and Lateral Pipe Per Lat $ 35-c) •o
C
-44-
pufifbkb10082128 (Solicitation No. IFB-KB-10-082)
Item
No. Description Unit Unit Price
13. 10" Main and Lateral Pipe Per Lat $ 3. •°ci
0
14 12" Main and Lateral Pipe Per Lat $ S Sa•
15. 15" Main and Lateral Pipe Per Lat $ (P 50-°
16. 18" Main and Lateral Pipe Per Lat $ /.50.6111'
ITEMS 11-16 TOTAL $ 31 I Sb.DD
Lateral Interface Insert Seal -Removal of Protruding Lateral Pipe Material
Removal of protruding lateral pipe tap materials down to within one-eighth inch of the mainline
sewer wall. Materials that could be required to be removed are clay or plastic, concrete and
steel, or cast iron existing lateral material.
Item
No. Description Unit ClaylPlastic Concrete Metal
J1. 6"Main and Lateral Pipe Per Lat. $ .550 oD $&3b m' $• 756
8
J2. 8"Main and Lateral Pipe Per Lat. $ 350.o $ 11377.00 $ gyp,°°
J3 10" Main and Lateral Pipe Per Lat. $ 39p.°° $ 1/0.61° $• 6.12)=5c'
J4. 12" Main and Lateral Pipe Per Lat. $ _SSD? $ SD. $ oB
J5. 15"Main and Lateral Pipe Per Lat. $ 2450.4)° $527.°D $fad
J6. 18"Main and Lateral Pipe Per Lat. $ SAD." $6_99f° $• "156°
ITEMS J1-J6 TOTAL $41A1d2b J i i.!# $421049
Install Lateral Interface Seal System Complete
V
Item No. Description Unit Unit Price
K1 6" Main and 4" Lateral Pipe Per Lat. $ 2,200 • o0
K2. 8" Main and 4" Lateral Pipe Per Lat. $ g,aoD. oG
K3. 8" Main and 6" Lateral Pipe Per Lat. $ 3/2619.490
-45-
pulrfbkb10082l28 (Solicitation No. IFB-KB-10-082)
Item No. Description Unit Unit Price
K4. 10" Main and 4"Lateral Pipe Per Lat. $ 3afb•40
K5 10" Main and 6" Lateral Pipe Per Lat. $3,e200•°
K6. 12"Main and 4" Lateral Pipe Per Lat $ 365 ,
K7. 12" Main and 6" Lateral Pipe Per Lat. $�,6.SO.mo
K8. 15" Main and 4" Lateral Pipe Per Lat. $ 3,Ac??.42O
K9 15" Main and 6" Lateral Pipe Per Lat. $ 3,66-0•41-3
K10. 18" Main and 4" Lateral Pipe Per Lat. $ 41 400.00
K11. 18" Main and 6" Lateral Pipe Per Let. $ '1 q,(07.eD
ITEMS K1-K11 TOTAL 39 4//d,06
SEWER SERVICE LATERAL RECONSTRUCTION
Item
No. Description Unit Unit Price
X1 Install Lateral Liner in 8"to 18"
Mains with 4" Laterals (Includes 25' EA n ©Q•of Lateral) $ 2111327
X2. Install Lateral Liner in 8"to 18"
Mains with 6" Laterals(Includes 25' EA/
of Lateral) $_021146-0- Or-
X3. Install Lateral Liner in 8"to 18"
Mains with 4"Laterals(Per Linear
Foot beyond 25'of Lateral) L.F. $ 12• cc)
X4. Install Lateral Liner in 8"to 18"
Mains with 6" Laterals(Per Linear 'J ©c7
Foot Beyond 25'of Lateral) L F. $ �1 v.
ITEMS X1-X4 TOTAL $ %54%Ol. 62
-46-
pufifbkb10082/28 (Solicitation No. IFB-KB-10-082)
a . •
"We offer to sell/provide Pasco County, Florida, the above item(s) and/or service(s) at the
price(s) stated, in accordance with the terms and conditions contained herein In addition, the
item(s) and/or service(s) offered above meet all specifications contained herein or attached,
unless otherwise stipulated by exception This offer to sell/provide is firm for ninety(90)days."
MUST BE SIGNED BY AN OFFICER OF T FIRM OR INCLUDE WRITTEN PROOF THAT
THE INDIVIDUAL SIGNING HAS THE AU RITY TO OBLIGATE THE FIRM.
ignatur of Bidder—Ink)
//j/XX Oh lS, Vie,‘ P,e,C /60r
(Printed Name and Title)
,qty/o1-6s J,11./,Je, L4-e.-
(Business Name)
Receipt of Addendum No. 2_, through No .2•• is acknowledged
Business Name' /[L' L9OL-ZSS y/G/AJ 1 z i-C
(The Name on File with the Internal Revenue Service)
Doing Business as (Fictitious Name):
Business Organization'
XCorporation'
❑ Partnership: ❑ General ❑ Limited
❑ Limited Liability Company(LLC):
State Registered In: j A11 f 41V A" Year: A-60-2---
❑ Sole Proprietorship: Owner.
❑ Other. ,
Telephone: 7�l7- '7L-co/`T
Facsimile: 401-! - 1/712 - d 0 q7
Address. 0Z / TeW Y /-411v
54/Q-FO/Z b, Pz.- 3;-77/
Date Ttl A16 a 2) 02-6/D
-47-
pufifbkb10082/28 (Solicitation No. IFB-KB-10-082)
AMENDMENT TO AGREEMENT TO REFLECT NAME CHANGE
This Amendment is entered into this c 7 day of a/ ,2012,by and
between the City of Clermont a Florida Municipal Corporation,hereinafter referred to as "CITY"
and Layne Inliner, LLC., a Foreign Corporation authorized to do business in the State of Florida,
whose address is 4520 North State Road 37,Orleans,IN 47452,hereinafter referred to as"LAYNE"
and is to that certain agreement dated November 10,2009 between CITY and Reynolds Inliner,LLC,
for sanitary sewer interior rehab services with Reynolds Inliner, LLC. (the"Agreement");
WHEREAS, Reynolds Inliner, LLC has formally and legally changed its name to Layne
Inliner,LLC. and
WHEREAS, LAYNE is the successor entity in all interests and obligations of Reynolds
Inliner,LLC.
NOW THEREFORE, for good and valuable consideration, the parties hereto agree as
follows:
1. The above recitals are true and correct and are incorporated herein.
2. The Agreement is hereby amended to reflect that the name change from Reynolds
Inliner, LLC, to Layne Inliner, LLC. LAYNE continues to be bound to pursuant to the terms and
conditions of the Agreement.
3. MI other provisions in the Agreement shall remain unchanged.
IN WITNESS WHEREOF,the undersigned has hereunto set its hand and seal,this 2 94-1h
day of NI 0\j eifnbc--C ,2012.
;,TH) CITY OF CLERMONT
Attest/ By: /111 ■L A
D• ";l;rr,y, City anager
Tracy Ackroyd, City Cler
LAYNE INLINER,LLC.
Attest:
By:
-7-2)/n 141 y
Assn -S1-0-i26-14V-6 milk' ;"if 1//-
Printed Name and Title / Printed Name an, Title