Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2014-044 SUPPLIER AGREEMENT FOR SANITARY SEWER, STORM SEWER, MANHOLE,
AND LIFT STATION WET WELL REHABILITATION SERVICES
THIS AGREEMENT, made and entered into thisP7 day of ilati 2014,
A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida
(hereinafter referred to as "CITY"), and LMK Pipe Renewal, LLC., 1131 NW 55th Street,
Fort Lauderdale, FL, 33309 (hereinafter referred'to as "SUPPLIER").
WHEREAS, SUPPLIER has through the public procurement process entered into an
agreement with the Town of Longboat Key, FL for the provision of sanitary sewer, storm
sewer, manhole, and lift station wet well rehabilitation services;
WHEREAS, based on SUPPLIER's response, Town of Longboat Key awarded a contract
to SUPPLIER under the terms of RFP 12-011;
WHEREAS, CITY desires to utilize the SUPPLIER's approved bid with the Town of
Longboat Key in accordance with CITY's procurement policy; and
WHEREAS, SUPPLIER desires to enter into a contract with CITY based on the terms
and conditions of the Town of Longboat Key contract 12-011.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I SCOPE OF WORK
The SUPPLIER shall furnish the services as descnbed in the Town of Longboat Key
contract 12-011 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. Provided, however, that
nothing 'herein shall require CITY to purchase or acquire any items or services from
SUPPLIER.d 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
l '
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set
forth in the Agreement documents and the Unit Price Schedule an amount in accordance
with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated
herein.
ARTICLE III—TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties, and
shall remain in effect until February 11, 2017, unless renewed as set forth
above or terminated as provided for herein. At the option of CITY, this
Agreement may be extended thereafter for two (2) additional one (1) year
1
SUPPLIER shall require the subSUPPLIER 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 SUPPLIER. Such insurance shall comply with the Flonda
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 SUPPLIER shall provide adequate insurance, satisfactory to
the CITY, for the protection of employees not otherwise protected.
2. SUPPLIER'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 forpersonal injury, including accidental death, as well as claims
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) SUPPLIER'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. SubSUPPLIER's Public Liability and Property Damage Insurance - The
SUPPLIER shall require each of his subSUPPLIERs to procure and maintain during the
life of this subcontract, insurance of the type specified above or insure the activities of his
subSUPPLIERs in his policy, as specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the SUPPLIER shall
indemnify and hold harmless the CITY and its agents and 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 attnbutable 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 SUPPLIER, any subSUPPLIER, 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
3
a party indemnified hereunder. Such obligation shall not be construed
to negate, abndge, or otherwise reduce any other right 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 SUPPLIER, any subSUPPLIER,
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 SUPPLIER or any subSUPPLIER under workers' or
workmen's compensation acts, disability benefit acts or other
employee benefit acts.
(c) The SUPPLIER hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the
indemnification provided herein.
ARTICLE VIII -NOTICES
All notices shall be in wnting and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
couner 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.
SUPPLIER: LMK Pipe Renewal, LLC.
1131 NW. 55th Street
Fort Lauderdale, FL 33309
Attn: John F. Rinehart, V.P.
CITY: City of Clermont
685 W. Montrose Street
Clermont, FL 34711
Attn:'Darren Gray, City Manager
ARTICLE IX—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 tnal or on any
appeal, in addition to all other sums provided by law.
4
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 SUPPLIER.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by SUPPLIER, 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. SUPPLIER 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. SUPPLIER 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.
ARTICLE X - AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this
Agreement as if herein repeated.
5
Document Precedence:
1. This Agreement
2. Notice to Proceed or Purchase Order
3. CITY's Purchasing Policy
4. All documents contained in the Town of Longboat Key contract No. 12-011.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this Q91 day of .,2014.
`` r-, Cityof Cl-
7
may; ~ l� Harold, . Turville, Jr., Mayor
c wpt t
.�f�.
Tracy Micro City Clerk
LMK Pipe Renewal, LLC.
•
By: � /
Printed Name and Title
Attest:
ffe
t_f�/ I '
orporate Secretary
./4( 44,/e/4,,wr
(Name Printed or Typed)
6
Ian
EXHIBIT A
AGREEMENT FOR SANITARY SEWER, STORM SEWER,
MANHOLE, AND LIFT STATION WET WELL REHIBILATION
SERVICES
THIS AGREEMENT is made and entered into by and between the TOWN OF
LONGBOAT KEY, a political subdivision of the State of Florida, hereinafter referred to as the
"Town," with offices located at 501 Bay Isles Road, Longboat Key, Florida, 34228, and LMK
PIPE RENEWAL,LLC.,hereinafter referred to as "the Contractor," a STATE corporation duly
authonzed to conduct business in the State of Florida, with offices located at 1131 NW 55 Street.
Fort Lauderdale,Florida 33309.
WITNESSETH
WHEREAS, the Town has determined that it is necessary, expedient, and in the best
interest of the Town to retain, obtain or employ the Contractor to render and perform
professional services in the manner set forth in this Agreement, and
oft
WHEREAS, the Town caused a public announcement to be made, distributed and
published, requesting proposal (RFP #12-011), dated May 1, 2013, for the selection of a
provider of professional services in the manner set forth in this Agreement; and
.• WHEREAS,the Contractor has submitted a proposal,the Town conducted a competitive
selection procedure in accordance with Chapter 38 of the Town's Code of Ordinances; and
NOW, THEREFORE, in consideration of the foregoing premises and the mutual
covenants herein contained, it is agreed by and between the parties hereto as follows:
ARTICLE 1. SCOPE OF AGREEMENT
This Agreement sets forth the general terms and conditions pursuant to which Town
retains Contractor to provide Sanitary Sewer, Storm Sewer, Manhole, and Lift Station Wet Well
Rehabilitation Services, on an as required basis for the Town. The Scope of Services for this
Agreement is described in detail in Exhibit"A" attached to this Agreement.
1
f•
ARTICLE 2. COMPENSATION
A. Compensation payable to Contractor for services rendered and expenditures
incurred in providing the services identified in Exhibit "A" shall be established for
each written Work Assignment issued in accordance with Article 5.
B. Compensation to Contractor shall be computed based on actual service units
and/or hours performed multiplied by the unit fee rate, plus reimbursable
expenses up to the maximum compensation authorized for each Work Assignment
to provide services as defined in Exhibit "A."
C. The unit fee rates shall be $[Insert Hourly Fee]/hour and shall contain all costs to
include salaries, office operation, transportation, equipment, overhead, general,
administrative, and incidental expenses, fringe benefits, operating margin and
subcontractor costs.
D. "Task," as used in this Agreement, refers to particular categories/groupings of
services described in Exhibit"A."
ARTICLE 3.INVOICES AND TIME OF PAYMENT
Contractor shall provide Town with an invoice which shall include all compensation due
Contractor as of the date of the invoice and in accordance with the following:
A. Contractor shall provide Town with invoices not more frequently than once a
month for each calendar month in which services are provided.
B. Contractor's invoice shall be in a form acceptable to Town, provide specific
details with respect to actual service units and/or hours of work incurred and
include other such detail as may reasonably be requested by Town.
C. If Contractor's service units and/or actual hours of work performed exceed the
amount due based upon the percentage of each phase or task that has been
completed, Contractor's invoice shall indicate the adjustment Contractor deems
appropriate. Town payment shall be based upon the actual percentage of each
phase or task of work that has been completed as of the date the invoice is
prepared.
.• D. Total compensation to Contractor for services and reimbursable expenses shall
not exceed the amounts provided in the Work Assignment.
2
E. The Town agrees to pay the Contractor for the services described herein at a rate
of compensation according to the unit rates stated in the Unit Price Schedule,
•- Exhibit "B" attached hereto and made a part hereof and as detailed in the
applicable "Work Assignment" as set forth in Exhibit "C" to this Agreement. The
Town shall have the right to retain from any payment due the Contractor under
this Agreement an amount sufficient to satisfy any amount of liquidated damages
due and owing to the Town by the Contractor on any other agreement between the
Contractor and the Town.
F. Payment shall be made only after receipt and approval of goods and services
G. If any Work Assignment requires units of deliverables, then such units must be
received and accepted in writing by the Project Manager prior to payment.
H. Any penalty for delay in payment shall be in accordance with the Florida Prompt
Payment Act(Section 218.70, et seq., Florida Statutes).
I. Records of costs incurred under the terms of this Agreement shall be maintained
and made available upon request to the Town at all times during the period of this
Agreement and for three years after final payment is made. Copies of these
documents and records shall be furnished to the Town upon request. Records of
costs incurred include the Contractor's general accounting records and the project
records, together with supporting documents and records of the Contractor and all
subcontractors performing work on the project, and all other records of the
Contractor and subcontractors considered necessary by the Town for a proper
audit of costs.
J. Except where Exhibit "A" provides that payment shall not be made until a Work
Assignment or task has been completed or for payment based on actual hours of
work, Contractor shall provide Town with an invoice based on Contractor's good
faith estimate of the percent of task completed. Contractor shall indicate on the
invoice the adjustment Contractor deems to be appropriate.
K. Any dispute between Town and Contractor with regard to the percent of a Work
Assignment or task that has been completed or Contractor's invoice shall be
resolved in accordance with the provision of Article 9 of this Agreement.
L. Payment.
1) Town shall give Contractor prompt notice of any dispute with respect to
•• Contractor's invoice and shall, within the time established above, remit
payment for the undisputed amount to the Contractor. Final payment for
•- 3
— any Task shall not be made until accepted in accordance with the
provisions of Article 26 of this Agreement.
2) The Town shall remit payment for each invoice within forty-five (45) days
after the receipt of an acceptable invoice. Town shall give Contractor
prompt notice of any dispute with respect to Contractor's invoice and
shall, within the time established above, remit payment for the undisputed
amount to the Contractor.
"" 3) The Contractor agrees to permit full and open inspection of payroll
records and other expenditures in connection with all work upon the
request of the Town and to maintain all financial records related to this
�" Agreement for a period of three (3) years after termination or completion
of the performance of this Agreement.
M All costs of providing the scope of services described in Exhibit "A" shall be the
responsibility of the Contractor.
ARTICLE 3. DURATION OF AGREEMENT
A. Term.
a) Unless renewed or extended as provided herein, this Agreement shall
remain in full force and effect for three (3) years from the date of full
execution with respect to the rights and duties of Town and Contractor to
negotiate and authorize Work Assignments and, with respect to all Work
Assignments authorized during the effective period of this Agreement,
until all Work Assignments have been completed.
b) This Agreement may be renewed for two (2) additional periods, each of
one (1) year upon mutual agreement of Town and Contractor as evidenced
by execution of an addendum which shall establish adjustments as
authorized by Article 6 to this Agreement. A form extension addendum is
attached hereto as Exhibit`B"to this Agreement
B. Commencement The services to be rendered by the Contractor shall be
commenced, subsequent to full execution of this Agreement, only upon receipt of
— a written "Work Assignment" in accordance with the provisions of Article 5 of
this Agreement. The "Work Assignment" document shall be substantially in the
form of Exhibit "C," attached hereto and made a part hereof.
4
0. ARTICLE 4. TERMINATION AND DEFAULT
A This Agreement may be terminated by the Town in whole or in part at any time
0. such termination is in the best interest of the Town. The Town also reserves the
right to seek termination or cancellation of this Agreement in the event the
Contractor shall be placed in either voluntary or involuntary bankruptcy. The
'" Town further reserves the right to terminate or cancel this Agreement in the event
the Contractor makes an assignment for the benefit of creditors. This Agreement
may be terminated by the Contractor only by mutual consent of both parties.
B. If the Town determines that the performance of the Contractor is not satisfactory,
the Town shall have the option of(1) immediately terminating the Agreement, or
i.
(2) notifying the Contractor of the deficiency with a requirement that the
deficiency be corrected within a specified time, otherwise the Agreement will be
terminated at the end of such time.
C. If the Town requires termination of this Agreement for reasons other than
unsatisfactory performance of the Contractor, the Town shall notify the
PM
Contractor of such termination, with instructions as to the effective date of
termination or specify the stage of work at which the Agreement is to be
terminated.
D. If this Agreement is terminated before performance is completed, the Contractor
shall be paid only for that work satisfactorily performed for which costs can be
substantiated. All work in progress will become the property of the Town and
will be promptly delivered to the Town by the Contractor.
E. If termination shall apply only to additional Work Assignments, Town may
terminate this Agreement upon delivery of written notice to the Contractor.
..
F. Should Town elect to terminate this Agreement in its entirety, Contractor shall be
entitled to compensation for all services rendered or performed pursuant to any
.. fully authorized Work Assignment through the date of termination, together with
all authorized costs and expenses incurred in connection therewith provided Town
has given Contractor written notice ten (10) days in advance of the date of such
.. termination and provided that services rendered and costs and expenses incurred
do not exceed the maximum amount of compensation authorized for any phase of
work based upon the percentage of the phase completed or, where applicable, any
.• price established for a specific task
vs
5
ARTICLE 5. WORK ASSIGNMENT PURCHASE ORDERS
Contractor shall provide services only after receipt of a written Work Assignment
., Purchase Order issued in accordance with this article and in accordance with the form
provided in attached Exhibit "C" to this Agreement. Work Assignments shall be signed
by Contractor and Town and shall constitute supplemental agreements to this Agreement,
entered into under the terms and conditions of this Agreement.
Each Work Assignment shall establish the following:
A. A title for the project and a general description of the purpose for the work
'" B. The maximum total compensation and reimbursable expenses that will be paid to
Contractor by Town upon completion of the Work Assignment.
C. A clear indication of the services to be furnished for a fixed fee and the services to
be furnished based upon time and charges provided, however, where services are
based upon time and charges, the Work Assignment shall establish the maximum
., compensation and Contractor shall not exceed the maximum compensation
established for such services.
D. From the services listed on attached Exhibit "A," the services to be provided
under the Work Assignment, the unit price and the number of units. Any specific
services based upon maximum compensation and billed based upon actual time
and charges shall be clearly identified.
E. The agreed to date of completion for the Work Assignment Where identified
services within a Work Assignment must be completed by a specific date prior to
completion of the entire Work Assignment, such date shall be established.
F. Any services that will be performed by a subcontractor or a subconsultant, the
identity of the subcontractor or subconsultant, if selected, and if not selected, the
methodology to be employed by Contractor in selection of subcontractor or
subconsultant.
G Any additional details that may be required to describe the duties and obligations
of the parties with respect to a particular Work Assignment.
.. H Any supplementary information, not in conflict with the provisions of this
Agreement, such as technical specifications, deliverables associated with the
Work Assignment or any service.
6
., I. The identity of the person(s) who will serve as Contractor's Work Assignment
Manager and the Town's Project Work Assignment Manager if different from the
Project Manager and Agent identified in this Agreement
J Where a Work Assignment calls for the preparation of plans, specifications, maps,
and/or reports, these items, as well as all data collected, together with summaries
and charts derived therefrom, shall be considered works made for hire and shall
become the property of the Town without restriction or limitation on their use;
and shall be made available, upon request, to the Town at any time. The
Contractor shall not copyright any material or product developed under this
Agreement. The Town shall have the right to visit work sites for the purpose of
inspecting the work of the Contractor at any time.
K. All final plans, documents, reports, studies and other data prepared by the
Contractor will bear the endorsement of a person in the full employ of the
. Contractor.
L. The Town will be entitled at all times to be advised, at its request, as to the status
., of work being done by the Contractor and of the details thereof and
communication shall be maintained by the Contractor with representatives of the
Town
M Extension of Work Assignments It shall be the responsibility of the Contractor to
ensure at all times that sufficient time remains in the project schedule within
which to complete services on the project. In the event there have been delays
which would affect the Work Assignment completion date, the Contractor shall
promptly submit a written request to the Town's Project Manager which identifies
the reason(s) for the delay and the amount of time related to each reason. The
Project Manager will promptly review the request and make a determination as to
0. granting all or part of the requested extension. If the Project Manager determines
that an extension of a Work Assignment deadline is appropriate, he/she shall issue
a "Letter of Extension" to the Contractor.
ARTICLE 6. NEGOTIATION OF WORK ASSIGNMENT
.• A. For each project, grouping of substantially similar professional activities for a group
of projects, feasibility studies or special projects, Town shall negotiate each Work
Assignment based upon estimated service units, projected by the Contractor and in
., accordance with the rate schedule provided in attached Exhibit "C "
., 7
B. Compensation for each Work Assignment shall be based on actual service units
worked, but in no event shall Contractor be entitled to reimbursement in excess of the
amount established in a Work Assignment. Town's Project Manager may authorize,
in writing, in advance, adjustments in the compensation for particular phases or tasks
established in the Work Assignment provided such adjustments do not exceed the
maximum compensation and reimbursable expenditures authorized by the respective
"' political entity for the particular Work Assignment.
ARTICLE 7. COVENANTS OF THE TOWN
0,
The Town hereby covenants and agrees:
i.
A. That Public Works Director, or his/her designees are hereby appointed as the
Town Project Managers with respect to the services to be performed by the
Contractor pursuant to this Agreement. The Town Project Managers shall have
the authority to transmit instructions, receive information, interpret and define the
policy of the Town and make decisions pertinent to services covered by this
Agreement. The Town Project Managers shall have the right, from time to time,
to designate such other employees of the Town as they desire, to serve in their
absence. The Town reserves the right to designate a different Agent, provided
that the Contractor is given written notice thereof
B. The Town shall make available, at no cost to the Contractor, any information in
its possession relative to the project that is useful in the performance of the Scope
OM
of Services
. C The Town shall give prompt notice to the Contractor whenever the Town
observes or otherwise becomes aware of any defect in the performance of work
under this Agreement.
0.
D. The Town shall give careful and reasonable consideration to the findings and
recommendations of the Contractor and shall respond and issue notices to proceed
.. in a timely manner so as not to unduly delay the Contractor's work called for by
this Agreement.
.. E. The Town shall perform activities in this Article at no cost to the Contractor.
ARTICLE 8. COVENANTS OF THE CONTRACTOR
Contractor hereby covenants and agrees
., A. That JOHN F. RINEHART, Vice President is hereby appointed as Contractor's
Agent with respect to the services to be performed by the Contractor pursuant to
.. 8
this Agreement. The Contractor's Agent shall have the authority without
limitation, to make representations on behalf of Contractor, receive information,
and interpret and define the needs of Contractor and make decisions pertinent to
services covered by the Agreement. Contractor's Agent shall have the right, from
time to time, to designate such other employees of Contractor's as they desire, to
serve in his absence. Contractor reserves the right to designate a different agent,
provided that the Town is given written notice thereof
B That the Work shall be performed in accordance with the terms and conditions of
this Agreement.
C. That all employees assigned to render services under this Agreement shall be duly
qualified, registered, licensed or certified to provide the services required. All
services shall comply with such reasonable supplemental written memoranda and
directives provided by the Project Managers, which are not in conflict with this
Agreement.
D. That Contractor shall not knowingly engage in any contractual or professional
obligations that create an appearance of a conflict of interest with respect to the
services provided pursuant to this Agreement.
E. The Contractor shall be entitled to rely upon that information, which may be
provided them from time to time, from the Town or others on behalf of the Town.
Contractor shall, however, call to the Town's attention any errors or deficiencies
noted in such information provided and assist, to the extent practicable, the Town
in the identification and resolution of same. Information referred to above
includes, but is not limited to, transportation engineering design, construction and
additional services; consultations, investigation and reports and the like, including
all other information to be provided to the Contractor by others and necessary for
the execution of Contractor's work under the Agreement. The Town shall,
however, hold Contractor fully responsible for verifying, to the extent practicable,
documents and information provided by the Town and identifying its obvious
deficiencies concerning documents and information provided. The Contractor
agrees to incorporate the provisions of this paragraph in any subcontract into
which it might enter with reference to the work performed under this Agreement.
ARTICLE 9. DISPUTE RESOLUTION
Disputes shall be resolved as follows: good faith negotiations by the designated agents of
the parties and if not resolved by such designated agents after twenty-one (21) days, Contractor
shall submit his claim, with the basis for the dispute, in writing to the Town's Financial
Specialist in the Purchasing Department for a determination and handling in accordance with the
provisions of the Town's Procurement Code. Any dispute resolution agreed to by Town's
9
•• Project Manager, constituting a material change in this Agreement will not be final until
approved by the Town Manager. If such dispute involves the percentage of task completed by
Contractor, Town shall, as promptly as reasonably possible after resolution of such dispute,
■- forward payment to Contractor of any amount determined to be due and owing
The services shall be performed by the Contractor to the reasonable satisfaction of the
Town, and all questions, difficulties and disputes of any nature whatsoever that may arise under
or by reason of this Agreement, the prosecution and fulfillment of the services hereunder and the
character, quality, amount and value thereof, which cannot be settled by mutual agreement of the
parties, shall be settled by recourse to litigation under Florida law. Any such lawsuit shall be
filed only in Manatee or Sarasota County, Florida.
ARTICLE 10. PROPERTY OF THE TOWN
All reports, technical information, working data tabulation, background information, and
information provided, obtained or prepared by the Contractor and equipment and supplies
purchased outright pursuant to this Agreement, are the property of the Town without restriction
or limitation on their use and shall be made available upon request of the Town at any reasonable
time, including all finished and unfinished documents and other material prepared or obtained by
the Contractor.
The Town shall have the right to use, without restriction or limitation for Town
government purposes and without additional charge, Contractor development software programs
used in conjunction with the duties and responsibilities of Contractor under this Agreement.
Except for the rights stated above, Town shall not own or claim any right, title or interest in
Contractor's software programs.
ARTICLE 11. INDEMNIFICATION
The Contractor hereby agrees to indemnify, defend, save and hold harmless the Town
from all costs, expenses, claims, demands, liabilities, judgments and suits of any nature
whatsoever, arising out of, because of, or due to any negligent error, omission, or act of
professional malpractice by the Contractor, or due to the breach of this Agreement by the
Contractor, his subcontractors, agents or employees. It is specifically understood and agreed that
the provisions of this Article are not intended to cover or indemnify the Town for its own
negligence or breach of contract.
10
a.
ARTICLE 12.INSURANCE COVERAGE
A. COMMERCIAL GENERAL LIABILITY. The Contractor shall have and
maintain during the period of this Agreement, a commercial general liability
insurance policy or policies affording minimum coverage as follows:
0.
General aggregate
Products/Completed
Operations aggregate $300,000
Personal and advertising injury . . . . $300,000
Each occurrence . . . $300,000
B. BUSINESS AUTO POLICY The Contractor shall have and maintain, during the
period of this Agreement, a business auto insurance policy or policies affording
., minimum coverage as follows:
Each occurrence per bodily injury and
., property damage liability $300,000
Annual aggregate(if applicable). . . 3 x each occurrence limit
., C. WORKERS' COMPENSATION. The Contractor shall also carry and keep in
force Workers' Compensation insurance as required under the applicable Workers'
Compensation laws and statutes.
D. CERTIFICATION OF INSURANCE AND COPIES OF POLICIES. Certificates
of Insurance in triplicate evidencing the insurance coverage specified in the three
above paragraphs A., B., and C., shall be filed with the Town's Purchasing
Manager before operations are initiated. The required certificates of insurance
shall name the types of policies, policy numbers, dates of expiration, amounts of
coverage, companies affording coverage, and also shall refer specifically to the
applicable project numbers and project titles. Insurance shall remain in force at
least one (1) year after completion and acceptance of the project by the Town in
the amounts and types as stated herein, including coverage for all products and
.. services completed under this Agreement.
ADDITIONAL INSURED: -The Town of Longboat Key shall be specifically
•.. named as an additional insured for Commercial General Liability.
If the initial insurance expires prior to the completion of operations and or
., services by the Contractor, renewal certificates of insurance and required copies
of policies shall be furnished by the proposer and delivered to the Town's
Financial Specialist in Purchasing thirty(30) days prior to the date of expiration.
11
ARTICLE 13. LITIGATION SERVICES
The Contractor shall:
A. Provide, if required by Town, any personnel performing services under this
Agreement to testify in any litigation proceeding.
B Upon notice by the Office of the Town Attorney that litigation services are
necessary, coordinate and communicate directly with the Office of the Town
Attorney.
C Perform litigation services as directed by the Office of the Town Attorney that
may include but are not limited to:
1) Pre-deposition, pre-trial or pre-hearing preparation.
2) Preparation of court exhibits.
3) Attendance and testimony at depositions, pre-trial hearings, or other court
hearings.
.. 4) Any other services deemed necessary by the assigned attorney to
successfully litigate and defend the Town's position in court.
5) If notified by the Office of the Town Attorney in writing, the Contractor
agrees to provide litigation services up to and including the date of the
completion of litigation at the hourly rate of the employee plus overhead,
general, administrative, and incidental expenses, fringe benefits and
operating margin.
6) The Contractor's travel expenses will be submitted and paid in accordance
with Section 112.061, Florida Statutes, provided prior approval of the
travel is obtained from the Town Attorney or the Town Attorney's
designee.
7) The Contractor shall submit monthly statements for litigation services
rendered, providing detailed accounting sufficient for pre-audit and
specifying services performed, the dates of the services, hours expended
.• for each service, the name of the person who performed the service and a
breakdown of approved expenses incurred with all receipts and invoices
attached.
. 12
PM
8) The Contractor acknowledges and agrees that in order for both parties
herein to close their books and records, he/she will clearly state "Final
Invoice" on the last billing to the Town, which will indicate that all
services have been performed and all charges and costs have been
invoiced to the Town under this Agreement.
9) The Contractor shall submit all litigation services invoices (original and
one copy) to the Town Attorney or the Town Attorney's designee.
ARTICLE 14. INFORMATION REPORTS
The Contractor shall provide all information and reports required by Town policies,
procedures, regulations, rules, orders and/or instructions. Where any information required of the
Contractor is in the exclusive possession of another who fails or refuses to furnish the
information, the Contractor shall certify such to the Town, as appropriate, and shall set forth
what efforts have been made to obtain the information.
ARTICLE 15. WARRANTY OF QUALIFICATIONS
The Contractor warrants to hold and save the Town harmless from any and all losses that
may be occasioned or suffered by the Town as a result of the Contractor's failure to be so
certified. Failure to be so certified shall be cause for the Contractor to be found in default of this
Agreement and shall be grounds for immediate unilateral termination of this Agreement by the
Town All written reports in connection with construction services submitted to the Town
shall bear the signature of and be approved by a Florida state certified engineer.
ARTICLE 16. LEGAL RESTRAINTS AND LIMITATIONS
,. The Contractor acknowledges that the Town, as a unit of local government and a political
subdivision of the State of Florida, is subject to restraints, limitations, regulations and controls
imposed or administered pursuant to numerous applicable laws, ordinances, rules and regulations
of federal, state, regional and certain local governmental agencies or authorities The Contractor
agrees that all professional services rendered or performed by the Contractor pursuant to the
provisions of this Agreement shall be in compliance therewith.
ARTICLE 17. ASSIGNMENT AND SUBCONTRACTS
It is expected that the Contractor shall have standard in-house capability to provide all the
services required by this Agreement The Contractor shall not sublet, assign or transfer any work
under this Agreement to another contractor or subcontractor, without the prior written consent of
the Town, as provided for under Article 21 of this Agreement.
13
ARTICLE 18. SOLICITATION OF CONTRACT
The Contractor warrants that it has not employed or retained any company or person
other than a bona fide employee working solely for the Contractor to solicit or secure this
Agreement, and that it has not paid or agreed to pay any company or person other than a bona
fide employee working solely for the Contractor, any fee, commission, percentage, brokerage
fee, gift, contingent fee, or any other consideration contingent upon or resulting from the award
or making of this Agreement. For breach or violation of this warranty, the Town shall have the
right to annul this Agreement without liability or at its discretion to deduct from the contract
price or consideration or otherwise recover the full amount of such fee, commission, percentage,
brokerage fee, gifts, or contingent fee.
ARTICLE 19. NOTICES
.. All notices, requests and authorizations provided for herein shall be in writing and shall
be delivered by hand or mailed through the U.S. Mail, addressed as follows:
To the Town. Town Of Longboat Key
Attention: Anne Ross
Public Works Department
600 General Harris Street
,� Longboat Key, Florida 34228
Tel: (941) 316-1988
To the Contractor. LMK PIPE RENEWAL, LLC
Attention: John F. Rienhart, Vice President
2531 Jewett Lane
Sanford, Florida 32771
Tel: (407) 472-0014
ARTICLE 20. GOVERNING LAW
This Agreement shall be governed by the laws of the State of Florida. Any action filed
regarding this Agreement will be filed in Manatee or Sarasota County, Florida dependent on
location of work.
. 14
El
n
IIARTICLE 21. SUBCONTRACTORS
It is expected that the Contractor shall have standard in-house capability to provide all the
fl services required by this Agreement except for the work to be performed by the subcontractors
specified in Article 23, Key Personnel. However, should the Contractor find it necessary to
utilize the services of.additional subcontractors, the Contractor shall first obtain the written
approval of the Town The Contractor shall also require each subcontractor to adhere to
applicable provisions of this Agreement. The utilization of any such subcontractor by the
Contractor shall not relieve the Contractor from any liability or responsibility to the Town
,-' pursuant to the provisions of this Agreement or obligate the Town to the payment of any
---- compensation to the subcontractor or additional compensation to the Contractor.
EARTICLE 22. NON-DISCRIMINATION PROCEDURES
During the performance of this Agreement, the Contractor agrees as follows:
EA The Contractor will not discriminate against any employee or applicant for
employment because of race, creed, sex, color, national origin or age, and will take affirmative
action to insure that all employees and applicants are afforded equal employment opportunities
without discrimination because of race, creed, sex, color, national origin or age. Such action will
be taken with reference to, but shall not be limited to, recruitment, employment,job assignment,
11 promotion, upgrading, demotion, transfer, layoff or termination, rates of training or retraining,
(including apprenticeship and on-the-job training).
EB No person in the United States shall, on the grounds of race, creed, sex, color,
national origin or age, be excluded from participation in, be denied the proceeds of, or be subject
Elto discrimination in the performance of this Agreement.
ARTICLE
23. KEY PERSONNEL
EThe following Key personnel are hereby assigned to the project by the Contractor and
shall not be removed from the project until alternate personnel acceptable to the Town are
approved, in writing, by the Town:
MICHAEL SAPPAH, PRESIDENT
EARTICLE 24. LEGAL QUALIFICATIONS AND ETHICAL CONSIDERATIONS
11 The Contractor warrants that it is a regionally known and recognized construction firm,
and that it is duly permitted by the laws of the State of Florida to render the services
required under this Agreement, in the State of Florida. The Contractor recognizes that in
fl rendering or performing services pursuant to the provisions of this Agreement, the
Contractor is working for the residents of the Town, subject to public observation,
15
i5
a
scrutiny and inquiry, and based upon said recognition the Contractor shall, in all of its
relationships with the Town pursuant to this Agreement, conduct itself in accordance
with all Of the recognized applicable ethical standards and the reasonable traditions of
*'+ professional Contractors.
ARTICLE 25. ACCEPTANCE
When the services of the Contractor required for any project are complete, the Contractor
shall notify the Town in writing. Thereupon the Town, within thirty (30) days, shall
either provide its written acceptance or give the Contractor written notice of any
unfinished or improperly performed services to be finished or corrected; if such written
notice of acceptance or exception is not given within such period of time, the services
a shall be,deemed to have been accepted by the Town. However, acceptance of the work
performed by the Contractor shall not be construed to be an acceptance of improper,
defective, or deficient work.
ARTICLE 26. FORCE MAJEURE
Neither party shall be considered in default in performance of its obligations hereunder to
the extent that performance of any such obligations is delayed or prevented by Force
Majeure. Force Majeure shall include, but not be limited to, hostility, revolution, civil
commotion, strike, epidemic, accident, fire, flood, wind, earthquake, explosion, lack of or
failure of transportation facilities, any law, proclamation, regulation, ordinance or other
act of government, or any act of,God or any cause whether of the same or different
nature, existing or future; provided that the cause, whether or not enumerated in this
Article, is beyond the control and without the fault or negligence of the party seeking
relief under this Article.
ARTICLE 27. PUBLIC RECORDS
Pursuant to applicable Florida law, Contractor's records associated with this Agreement may be
subject to Florida's public record laws,,Florida Statutes 119.01, et seq, as amended from time to
time. Contractor shall comply with all public records obligations set forth in such laws,
including those obligations to keep, maintain, provide access to, and maintain any applicable
exemptions to public records, and transfer all such public records to the Town at the conclusion
of-this Agreement, as provided for iri Florida Statutes 119.0701 (2013).
ARTICLE 28. MISCELLANEOUS
A. The Contractor and the Town agree that the Contractor, its employees, and
subcontractors are not employees or agents of the Town as a result of this
Agreement or in the performance of any duties pursuant to this Agreement.
16
ill
0
il B All words used herein in the singular form shall extend to and include the plural.
All words used in the plural form shall extend to and include the singular. All
words used in any gender shall extend to and include all genders.
IIC. This Agreement embodies the whole agreement of the parties. There are no
promises, terms, conditions, or obligations other than those contained herein, and
fl this Agreement shall supersede all previous communications, representations, or
agreements, either verbal or written, between the parties hereto.
0 D. It is understood and agreed by the parties hereto that if any part, term or provision
of this Agreement is, by the courts held to be illegal or in conflict with any law,
the validity of the remaining portions or provisions shall not be affected, and the
1:1 rights and obligations of the parties shall be construed and enforced as if the
Agreement-did not contain the particular part;term or provision held to be invalid.
0
E. The following Exhibits are attached hereto and made a part hereof:
0 1. Exhibit"A": Scope of Services
ri2 Exhibit "B": Fee Rate Schedule
Fl , 3. Exhibit "C": Sample "Work Assignment"
4. Exhibit"D" Certificate of Insurance
0
0
0
0
0
El
Fl17
5
IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be duly executed,in
duplicate, by their authorized representatives.
ATTEST ON BEHALF OF:
LMK PIPE RENEWAL, LLC.
By r.:�//" -
Ti -400010 .e. -�_ --
Date: /
ON BEHALF OF:
Town of Longboat Key, Florida
TTEST: By:
David R. Bullock, Town Manager
Trish Granger,Town Cllr& Date: 2-12- I Li
Date:
a- a- tL\
Review of Agreement as to Form: p
By }/ L�.0 _T� f
Mag jnrte. own Attorney
18
171
OEXHIBIT "A"
[ SCOPE OF SERVICES
1. The Contractor shall provide the necessary personnel, material, equipment, supplies,
transportation and services to do all things necessary to provide TV inspection and
computerized analysis, smoke testing, cleaning and rehabilitation and trenchless
0 reconstruction of portions of the TOWN's sewer system,as deemed necessary by the TOWN.
The system includes underground sewer and storm lines and manholes/wetwells and located
throughout the TOWN.
0 2. The Contractor shall provide any combination of the following applications in meeting the
TOWN's requirements as stated in this Scope of Services:
IIa. Sewer line cleaning and televising.
0 b. Method 3 - Cured-In-Place-Pipe repair sleeve - Via inserting impregnated flexible
felt/fiberglass tube into existing pipe, cured by external heat source.
0 c. Method 2 - Structural Manhole Rehabilitation - Prefabricated fiberglass liner
[ 3. General definitions as related to sewer line cleaning and television.
a. Mobilization refers to the travel charges incurred in transporting equipment and
npersonnel'to or from the jobsite to the nearest base of operation.
b. TV Inspection refers to the televised inspection of the pipe interior using remote
0 controlled video equipment. Payment is by the linear feet of travel within the pipe.
TV inspection does not include any cleaning except for the use of water jet or camera
transport. The unit price varies according to the pipe diameter. Written inspection
0 reports and video are required for each TV inspection performed.
c. Additional Set Up refers to the charge for the termination of the TV Inspection in a
0 section of pipe due to a blockage, and the re-entry of the camera from the opposite
direction. The feet actually televised would be charged in addition to Set Up.
0 d. Lateral Inspection refers to televised inspection of a service connection via an
existing clean-out. Payment is a lump sum for footage up to 30 linear foot.
Additional footage would be charged at the applicable rate.
Oe. Manhole inspection refers to the televised inspection of the manhole interior,noting
Elany deficiencies.
D1
r
Df. Smoke testing refers to the introduction of a smoke producing device into a section of
pipe for the purpose of determining sources of exfiltration or cross-connections.
ug. Light Cleaning refers to the removal of 1/4 diameter or less of sand and/or debris
from a section of pipe. The removal of roots and/or tuberculation would be
0 considered a separate line item.
0 h. Medium Cleaning refers to the removal of 1/4 to Y2 diameter of sand and/or debris
from a section of pipe. The removal of roots and/or tuberculation would be
considered a separate line item.
i. Heavy Cleaning refers to the removal of greater than 1/2 diameter of sand and/or
debris from a section of pipe. The removal of roots and/or tuberculation would be
0 considered a separate line item.
4. General requirements for sanitary sewer line rehabilitation are as follows:
Oa. The Contractor shall provide trenchless reconstruction of service laterals, main line
sewers,and storm-sewers. The Contractor shall have the capability of performing
O TOWN selected services which include televised inspection,data collection,system
flow analysis, pipeline reconstruction.
b. The Contractor shall employ adequate staff to perform the services required, staff
should include;Project Representative,Project Manager,Field Supervisor and Senior
Foreman. Staff shall be proficient and experienced in all phases of services
C1mentioned.
a c. The Contractor shall perform all work and shall be a licensed Contractor for these
services.
0 d. The Contractor shall provide services that include traffic control,safety measures for
both the public and workers and shall coordinate all scheduling with the TOWN.
0 e. The Contractor shall provide an introductory and organizational seminar regarding its
services after award to selected TOWN representatives.
f. The Contractor shall work with the TOWN in establishing priorities and in preparing
work assignments.
0 g The Contractor shall be completely responsible for the control of the environment of
the work site during on-site operations. All precautions shall be taken by the selected
contractor to protect the workers, public and TOWN staff from the exposure to
0 harmful or hazardous substances within the sewer system.
0 2
h. The Contractor shall be responsible for the disposal of all waste materials and shall
transport waste materials to the nearest Manatee TOWN Wastewater Treatment Plant
for processing. TOWN shall approve all waste material disposal schedules. The
selected Contractor shall be responsible for all waste material spills and clean-up in
the loading,hauling and unloading of the Contractor's equipment.
•• i. The Contractor shall be responsible for conforming to any and all requirements
regarding hauling and disposal of sewer wastes from each TOWN work site in
accordance with OSHA regulations and those that may be mandated by the Federal
or State Governments.
j. The Contractor shall ensure that all waste material transporters possess all required
local, state and federal transportation permits and that they comply with all local,
state and federal regulations, including but without limitation, 40 CFR Part 263,
"Standards Applicable to Transporters of Hazardous Waste" and Chapter 17-730,
Part 3, Florida Administrative Code, as may be amended from time to time.
k. The Contractor shall prepare a report of each TV inspection and analysis,as required
by the TOWN,to be submitted to the TOWN. The TOWN shall then make the scope
of work determination.
1. The Contractor shall mobilize and be on site within a maximum of twenty-one (21)
calendar days after issuance of each work assignment by the TOWN,unless otherwise
agreed to by the TOWN Contract Manager or in the case of an emergency.In the case
of emergency,the Contractor shall respond within 24 hours of telephone notification
to be followed by issuance of a written work assignment.
m. The Contractor shall inform the TOWN of its planned work schedules and shall
afford the TOWN reasonable opportunity to observe and inspect the Contractors
work in process. The TOWN will be advised of all schedule changes and notified
when a work site is left for a 24 hour period when work is not complete.
5. General requirements for sanitary manhole rehabilitation are as follows:
a. The Contractor shall have the capability of performing TOWN selected services
which include manhole/wetwell rehabilitation, pressure grouting, and removal of
sand and debris from manholes.
b. The Contractor shall employee adequate staff to perform the services required,should
include; Project Representative, Project Manager, Field Supervisor and Senior
Foreman. Staff shall be proficient and experienced in all phases of services
mentioned.
3
p.
c. The Contractor shall perform all work and shall be a licensed Contractor for these
services.
., d. The Contractor shall provide services that include traffic control,safety measures for
both public and workers and shall coordinate all scheduling with the TOWN.
e. The Contractor shall provide an introductory and organizational seminar regarding its
services after award to selected TOWN representatives.
f. The Contractor shall work with the TOWN in establishing priorities and in preparing
work assignments.
g. The Contractor shall be completely responsible for the control of the environment of
the work site during on-site operations. all precautions shall be taken by the selected
Contractor to protect the workers, public and TOWN staff from the exposure to
harmful or hazardous substances within the sewer system.
h. The Contractor shall be responsible for the disposal and transport of all sand, sludge
and debris taken to the Manatee TOWN Landfill for processing. The TOWN shall
approve all disposal schedules. The Contractor shall be responsible for all sewage
spills and clean-up in the loading, hauling and unloading of the Contractor's
equipment.
.. i. The Contractor shall be responsible for conforming to any and all requirements
regarding hauling and disposal of sewer wastes from each TOWN work site in
accordance with OSHA regulations and those that may be mandated by the Federal or
.• State Governments.
j. The Contractor shall ensure that all sludge transporters possess all required local,
..- state and federal transportation permits and that they comply with all local,state and
federal regulations, including but not limited to , 40 CFR Part 263 " Standards
Applicable to Transporters of Hazardous Waste" and Chapter 17-730,Part 3,Florida
Administrative Code, as may be amended from time to time.
k. The Contractor shall prepare a report of each Manhole inspection and analysis, as
required by the TOWN,to be submitted to the TOWN. The TOWN shall then make
the scope of work determination.
1. The Contractor shall mobilize and be on site within a maximum of twenty one (24)
calendar days after issuance of each work assignment by the TOWN, unless
PM
otherwise agreed to by the TOWN Contract Administrator or Department Director.
In case of emergency, the Contractor shall respond within 24 hours of telephone
notification to be followed by issuance of a written assignment.
II
0
m. The Contractor shall inform the TOWN of its planned work schedules and shall
0 afford the TOWN reasonable opportunity to observe and inspect the Contractors
work in process, the TOWN will be advised of all schedule changes and notified
when a work site is left for a 24 hour period when work is not complete.
0
El
El
0
0
il
0
0
0
1:1
0
0
0
0
0 5
__
0.1 EXHIBIT B
Town of Longboat Key, Florida
Submitted Forms RFP #12-011
The undersigned proposer declares that the only person or parties interested in this RFP as principals are
those named herein,that this RFP is made without any understanding,contract,or connection with any
r other person,firm,or corporation providing a RFP for the same purpose and that this RFP is in all
respects fair and without collusion or fraud.The proposer understands that this RFP must be manually
signed in ink,otherwise it will be considered unresponsive and subject to rejection.
Proposer undersigned represents that he/she accepts,and that this RFP complies with,the RFP
documents. Proposer affirms that he has satisfied himself as to the quantity of materials and the kind and
extent of equipment to be provided.
f•
Proposer undersigned proposes,and agrees if this proposal is accepted,that he/she will contract with the
Town in the form of the copy of the Agreement included in these RFP documents,to provide all
necessary materials,tools apparatus and other means necessary to do all the work referred to in the RFP
documents in the manner and time herein prescribed and according to the requirements of the Town as
therein set forth.
Under provisions of Chapter 112,Florida Statutes,proposer must disclose with RFP the name of any
officer,director,or agent who is also an employee of the Town of Longboat Key. Proposer must disclose
on an attachment(provided by proposer)entitled"Submitted RFP Conflict of Interest"the name of any
.. l Town of Longboat Key employee who owns,directly or indirectly,a 5%or more interest in the proposer's
firm or any of its branches,or in the firm of any subcontractor to this RFP.The absence of such an
attachment represents proposer's certification of no such employee.
r �
Proposer acknowledges receipt of the following addenda issued during the proposal period;the cost of
which,if any,is included in the proposal bid.
" ADDENDUM# ADDENDUM DATE
r
I 7� Y3
Doing Business As: Z.�4-- 1' %/-" / /, f/ A1 . ZZ
Business Address: //-3/ */(.2 S� Z
City: /D/,'r 44-0,11z2ea94.6-State P/ Zip .�� 2 9'
�-�y
Fax:/�-4- 77..-aO go Phone: /
'i
(Bid.- -ped n. - . sip ature) c7 T/J /- /e27/f`� .2JJ
Bidder understands that the Town reserves the right to reject any or all PROPOSALS and to waive any
•• informalities and minor irregularities. The bidder agrees that this RFP shall be good and may not be
withdrawn for a period of 30 days after the scheduled opening.
.• RFP 12-011 Page 16
• I
.,l
Rita Mazza
0% Financial Specialist
TOWN �F 501 Bay Isles Road
LONGBOAT KEY Longboat Key, FL 34228-3196
*' (941)316-1943
'.; INcoRPosenEDNovEMBER 14,1955 SUNCOM 549-1999
FAX(941)316-1656
ADDENDUM# 1 RFP# 12-011
DATE: April 8,2013
The following clarifications and additional information are hereby made a part of the bid
oft documents.
The pricing form was omitted from the RFP. The princing form in the addendum
is hereby made part of the RFP.
Oft
•
• 1
PRICING FORM
SEWER LINE!MANHOLE/LIFT STATION INSPECTION AND REHABILITATION
A. Pipeline Cleaning and Inspection
1. Pipeline Cleaning
a. Mobilization
hiA lump sum
b. Traffic Control (per day) __ lump sum
c. Traffic Control (per week) �lump sum
d. Light Cleaning 6"to 18" Diameter per If
20"to 36" Diameter per If
e. Medium Cleaning 6"to 18" Diameter per If
20"to 36" Diameter /j/ !2 per If
f. Heavy Cleaning 6"to 18" Diameter per If
20"to 36" Diameter per If
g. Root Removal 6"to 18" Diameter per If
20"to 36" Diameter / per If
h. Tuberculation 6°to 18" Diameter per If
20"to 36" Diameter ` per If
2. By-Pass Pumping
a. 6" -36" Diameters
6"Sewer Flow J per If
8" Sewer Flow per If
10"Sewer Flow 4.4r per If
12" Sewer Flow it •er If
,,,, 15" Sewer Flow - I"per If
18" Sewer Flow .1 /, per If
20"Sewer Flow AV/ per If
24°Sewer Flow per If
" ' 30"Sewer Flow if - per If
36"Sewer Flo* 17 per If
b. Pump Set-Up
4" Pump .4 per each
6" Pump J per each
8" Pump / "v per each
10" Pump /OF per each
12" Pump AZ' per each
11
3. Pump Operation (per hour per pump)
..l 4" Pump f� per hour
6" Pump per hour
0.1 8" Pump , per hour
10" Pump per hour
12" Pump —per hour
~) 4. TV Inspection-Sewer Lateral
r C
a. Lateral Inspection 0'to 15', from Clean-out /J d per each
• 1 b. Lateral Inspection> 15',from Clean-out -00 per If
c. Lateral Inspection 0'to 15',without Clean-out f 75-:`2-per each
d. Lateral Inspection> 15',without Clean-out • Of per If
.•I 5. TV Pipe Inspection (<5,000 If)
a. Mobilization f f) _lump sum
'"1 b. Traffic Control (per day) lump sum
c. Traffic Control (per week) lump sum
d. 6"to 16" Diameter per If
e. 18"to 36" Diameter per If
6. TV Pipe Inspection with Panoramo®(<5,000 If)
.. I a. Mobilization lump sum
b. Traffic-Control(per day) - lump sum
c. Traffic Control (per week) lump sum
d. 6"to 16" Diameter per If
e. 18"to 36" Diameter per If
7. TV Pipe Inspection (>5,000 If)
a. Mobilization lump sum
b. Traffic Control (per day) lump sum
c. Traffic Control (per week) lump sum
d. 6"to 16" Diameter per If
e. 18"to 36" Diameter per If
8. TV Pipe Inspection with Panoramo® (>5,000 If)
.. , a. Mobilization lump sum
b. Traffic Control (per day) lump sum
c. Traffic Control (per week) lump sum
d. 6"to 16" Diameter per If
e. 18"to 36" Diameter per If
9. Manhole Inspection per each
10.Smoke Testing per if
11.Additional Set-Up W lump sum
1?
.0l
B. Explanation of Terms
., 1. The rates proposed in Section A-1 and A-2 are quoted on a per linear foot or per each
(unit price)basis,with the exception of mobilization and traffic control which are to be
.• proposed as a lump sum.
2. The rates proposed in Section A-3 are to be proposed on an hourly basis.
.. 3. TV inspection of sewer lateral refers to televised inspection of a service connection via
an existing clean-out, or,for laterals without a cleanout,from the mainline sanitary sewer
pipeline. Payment is a lump sum for footage less than 15 linear feet and on a per linear
foot basis for laterals longer than 15 linear feet as indicated in Section A-4.
4. The rates proposed in Section A-5 and A-6 refer to quantities-of lass than 5,000 linear
feet and are to be proposed on a per linear foot basis, with the exception of mobilization
and traffic control, which are to be proposed on a lump sum basis.
5. Section A-7 and A-8 rates apply to quantities greater than 5,000 linear feet.
6. Mobilization refers to the travel charges incurred in transporting equipment and
personnel to or from the jobsite to the nearest base of operation.
MR
7. TV pipe inspection refers to the televised inspection by either conventional CCTV or
Panoramo®CCTV of the pipe interior using remote controlled video equipment. Payment
0. is by the linear foot of travel within the pipe,with the exception of mobilization and traffic
control to be proposed as lump sum.TV inspection does not include any cleaning except
for the use of water jet for camera transport. The unit price varies according to the pipe
diameter ranges.Written inspection reports and video or digital video files are required
"' for each TV inspection performed and included in the quoted linear foot cast.
8. Additional set-up refers to the charge for the termination of the TV inspection in a section
.• of pipe due to blockage and the re-entry of the camera from the opposite direction. The
feet actually televised would be charged in addition to set-up.
9. Manhole inspection refers to the televised inspection of the manhole interior, noting any
deficiencies.Written inspection reports and video or digital video files are required for
each inspection performed and included in the quoted unit price.
10.Smoke testing refers to the introduction of a smoke producing device into a section of
pipe for the purpose of determining sources of exfiltration or cross-connections.
11. Light cleaning refers to the removal of 1/4 diameter or less of sand and/or debris from a
section of pipe. The removal of roots and/or tuberculation would be considered a
separate line item.
12. Medium cleaning refers to the removal of 1/4 to 112 diameter of sand and/or debris from
a section of pipe.The removal of roots and/or tuberculation would be considered a
separate line item.
13. Heavy cleaning refers to the removal of greater than 1/2 diameter of sand and/or debris
from a section of pipe.The removal of roots and/or tuberculation would be considered a
0.
19
oft
separate line item.
14. By-pass pumping refers to the bypassing of existing flows as needed during pipe
inspection and rehabilitation.
C. Sanitary Sewer Line Rehabilitation-Method 1
1. Trenchless Pipe Reconstruction System-CIPP (Cured-In-Place Pipe)
a. Sanitary Sewer Mains 6" Diameter
6.0 mm Normal Thickness (0.236) //A_per If
b. Sanitary Sewer Mains 8" Diameter
6.0 mm Normal Thickness(0.236) per If
c. Sanitary Sewer Mains 10" Diameter
6.0 mm Normal Thickness(0.236) per If
7.5 mm Normal Thickness (0.295) per If
oft
d. Sanitary Sewer Mains 12" Diameter
6.0 mm Normal Thickness(0.236) per If
7.5 mm Normal Thickness (0.295) per If
e. Sanitary Sewer Mains 15" Diameter
6.0 mm Normal Thickness (0.236) per If
7.5 mm Normal Thickness (0.295) per If
9.0 mm Normal Thickness(0.354) per If
.• f. Sanitary Sewer Mains 18" Diameter
6.0 mm Normal Thickness (0.236) per If
7.5 mm Normal Thickness(0.295) per If
9.0 mm Normal Thickness(0.354) per If
10.5 mm Normal Thickness (0.413) per If
g. Sanitary Sewer Mains 21" Diameter
6.0 mm Normal Thickness(0.236) per If
7.5 mm Normal Thickness (0.295) per If
9.0 mm Normal Thickness (0.354) per If
•■ , 10.5 mm Normal Thickness (0.413) per If
12 0 mm Normal Thickness (0.472) per If
h. Sanitary Sewer Mains 24" Diameter
9.0 mm Normal Thickness (0.354) per If
10.5 mm Normal Thickness(0.413) per If
12.0 mm Normal Thickness(0.472) per If
13.5 mm Normal Thickness (0.531) per If
15.0 mm Normal Thickness (0.591) per If
i. Sanitary Sewer Mains 27" Diameter -T 9.0 mm Normal Thickness (0.354) per If
10.5 mm Normal Thickness (0.413) Ni per If
w
r
12.0 mm Normal Thickness(0.472) 0 per if
0. 13.5 mm Normal Thickness (0.531) per If
15.0 mm Normal Thickness (0.591) per If
j. Sanitary Sewer Mains 30" Diameter
9.0 mm Normal Thickness (0.354) per If
10.5 mm Normal Thickness (0.413) per If
12.0 mm Normal Thickness(0.472) per If
.... 13.5 mm Normal Thickness(0.531) per If
15.0 mm Normal Thickness(0.591) per If
^` k. Sanitary Sewer Mains 36" Diameter
10.5 mm Normal Thickness (0.413) per If
12.0 mm Normal Thickness (0.472) per If
•.; 13.5 mm Normal Thickness (0.531) per If
15.0 mm Normal Thickness (0.591) per If
16.5 mm Normal Thickness (0.650) per If
18.0 mm Normal Thickness(0.709) v per If
2. Ancillary Services
•-► a. By-Passing Pumping 6"-36"Diameter
6" Sewer Flow I. per If
8"Sewer Flow per If
10" Sewer Flow (, = per If
12" Sewer Flow J, 5.- per If
15" Sewer Flow - 1, 5o per If
ii. ; 18" Sewer Flow 3, d°per If
20" Sewer Flow 9" . per If
24"Sewer Flow ___EZ_S per If
•„• 30" Sewer Flow /O,`�,per If
36"Sewer Flow k2, cg. per If
b. By-Passing Pumping
Pump Set-up 4" Pump - 2 75 per each
6" Pump 7 ©© 4per each
•. 8" Pump r* •er each
10" Pump firer each
12" Pump ,__.r ,4-per each
.. Tanker Truck Cost per load 3 5-5', 'per load
Capacity per tanker truckload �y s
(specify weight/volume) 1/21 pier I�ad
Pm
c Pump Operation(per hour per pump)
• 4" Pump per hour
6" Pump ,Zc--°-% per hour
8" Pump --- per hour
0.
2•.
emi
10" Pump 4 4j-----e=SJper hour
12" Pump per hour
d. Mobilization lump sum
e. Standard Service Reconnection :3 00 I per each
f. Trenchless Lateral Reconstruction System
^ c�
Service Reconstruction, up to 15 Linear Feet er each
Service Reconstruction, 15 to 30 Linear Feet 5 1Z2 i er each
•• Additional Footage 35-7—per If
Additional for Stack Service . o der each
Service with Pressure Grouting SZ',�Ter each
�„ Mainline to Lateral Connection Liner, up to 3 Linear Feet . 3 oex`-per each•
c�
Clean-Out Installation, Grassed Area goo,per each
Repair of Broken Clean-Out / iaer each
• Clean-Out Cap Replacement 3 57�per each
Clean-Out Plug / ?o,'-s-gper each
Mainline Clean-Out Installation, Grassed Area gal), per each
Mainline Clean-Out Installation, Road Area qj l?l1, per each
g. Easement Access, Additional
'" <= 12"diameter ' - - per If
> 12"diameter . 3� 4 per If
h. Blind Shot
Set-Up o/ per each
i. Traffic Control
Flagman, each /�i per hour
Arrow Board,each 35°°per day
Barricades, each 6® per day
j. Wellpointing/Dewatering go, lump sum
•� D. Sanitary Sewer Line Rehabilitation—Method 2
1. Trenchless Pipe Reconstruction System—HDPE (High-Density-Polyethylene) Slip Lining
., a. Sanitary Sewer Mains 8" Diameter
SDR 32.5 Normal Thickness (0.268) / per If
SDR 26 Normal Thickness (0.332) per If
SDR 24-Normal Thickness (0.359) per If
b. Sanitary Sewer Mains 109 Diameter
SDR 32.5 Normal Thickness (0.321) per If
SDR 26 Normal Thickness (0.413) per If
SDR 24 Normal Thickness (0.448) per If
2�
c. Sanitary Sewer Mains 12" Diameter
�-1 SDR 32.5 Normal Thickness(0.392) per If
SDR 26 Normal Thickness (0.490) per If
SDR 24 Normal Thickness (0.531) per If
.• d. Service with Pressure Grouting per each
e. Standard Service Reconnection per each
rl
E. Sanitary Sewer Line Rehabilitation-Method 3
•� 1. Trenchless Pipe Reconstruction-CIPP(Cured-In-Place Pipe) Repair eeve
a. Sanitary Sewer Mains 6" Diameter
13.5 mm Normal Thickness(0.531) 2'-5' per each
6'-9' per each
10' - 12' per each
13'- 15' per each
16' -20' per each
b. Sanitary Sewer Mains 8" Diameter
••• 13.5 mm Normal Thickness (0.531) 2'-5' per each
6' -9' per each
10' - 12' per each
13'- 15' per each
16'-20' per each
c. Sanitary Sewer Mains 10" Diameter
13.5 mm Normal Thickness(0.531) 2'-5' per each
6'-9' per each
10' - 12' per each
13'- 15' per each
16'-20' per each
d. Sanitary Sewer Mains 12" Diameter
13.5 mm Normal Thickness(0.531) 2' -5' per each
6' -9' per each
10'- 12' per each
13'- 15' per each
16'-20' per each
e. Sanitary Sewer Mains 15" Diameter
13.5 mm Normal Thickness (0.531) 2'-5' per each
6'-9' per each
10' - 12' per each
13'- 15' per each
16'-20' v per each
f. Sanitary Sewer Mains 18" Diameter
13 5 mm Normal Thickness(0.531) 2'-5' per each
6'-9' per each
•• i
2;3
1
10' - 12' !/, per each
13'- 15' per each
16'-20' ,per each
g. Sanitary Sewer Mains 21" Diameter
• j 13.5 mm Normal Thickness(0.531) 2'-5' per each
6'-9' per each
10'- 12' per each
'- 13'- 15' per each
16' -20' per each
.-; h. Sanitary Sewer Mains 24" Diameter
13.5 mm Normal Thickness (0.531) 2' -5' per each
15.0 mm Normal Thickness (0.591) per each
I
13.5 mm Normal Thickness(0.531) 6'-9' per each
15.0 mm Normal Thickness (0.591) per each
^ 1
13.5 mm Normal Thickness(0.531) 10' - 12' per each
15.0 mm Normal Thickness(0.591) per each
13.5 mm Normal Thickness(0.531) 13' - 15' per each
15.0 mm Normal Thickness(0.591) per each
13.5 mm Normal Thickness (0.531) 16'-20' per each
15.0 mm Normal Thickness(0.591) per each
i. Sanitary Sewer Mains 30" Diameter
13.5 mm Normal Thickness (0.531) 2' -5' per each
15.0 mm Normal Thickness(0.591) per each
13.5 mm Normal Thickness(0.531) 6' -9' per each
15.0 mm Normal Thickness(0.591) per each
13.5 mm Normal Thickness(0.531) 10'- 12' per each
15.0 mm Normal Thickness(0.591) per each
13.5 mm Normal Thickness(0.531) 13'- 15' per each
15.0 mm Normal Thickness(0.591) per each
13.5 mm Normal Thickness(0.531) 16'-20' per each
15.0 mm Normal Thickness(0.591) per each
j. Sanitary Sewer Mains 36" Diameter
13.5 mm Normal Thickness(0.531) 2' -5' per each
.. 15.0 mm Normal Thickness(0.591) per each
18.0 mm Normal Thickness (0.709) per each
21!
i
••I
..l
13.5 mm Normal Thickness (0.531) 6' -9' /(i per each
^;i 15.0 mm Normal Thickness (0.591) Y per each
18.0 mm Normal Thickness (0.709) per each
13.5 mm Normal Thickness(0.531) 10' - 12' per each
"''� 15.0 mm Normal Thickness(0.591) per each
18.0 mm Normal Thickness (0.709) per each
a. 13.5 mm Normal Thickness(0.531) 13'- 15' per each
15.0 mm Normal Thickness (0.591) per each
18.0 mm Normal Thickness(0.709) per each
^I
i; 13.5 mm Normal Thickness (0.531) 16'-20' per each
15.0 mm Normal Thickness (0.591) per each
18.0 mm Normal Thickness (0.709) per each
^' k. Service with Pressure Grouting per each
I. Mobilization lump sum
▪ 1
1
m. Traffic Control
Flagman, each per hour
^1 Arrow Board, each _ per day
Barricades, each- per day
^ n. By-Pass Pumping,6—36' Diameters
1
6" Sewer Flow per If
8" Sewer Flow per If
J 1 10"Sewer Flow per If
12" Sewer Flow per If
15"Sewer Flow per If
▪ , 18" Sewer Flow per If
1 20"Sewer Flow per If
24" Sewer Flow per If
30" Sewer Flow per If
36"Sewer Flow
per If
o. By-Pass Pumping, Pump Set-up
4" Pump per each
6" Pump per each
" I 8" Pump per each
10" Pump per each
12" Pump per each
p. Pump Operation (per hour per pump)
4" Pump per hour
6" Pump per hour
8" Pump 'ti./ per hour
2S'
..i
10" Pump f4/17e,per hour
12" Pum per hour
F. Explanation of Terms
1. Pricing for items in Section C, D, and E are based on a minimum order of$10,000.
2. Trenchless pipe reconstruction system, sanitary sewer mains (Method 1), refers to the
installation of a resin impregnated, cured-in-place pipe by external heat source (hot
water)curing or ultraviolet curing (for segmental liners only)within the existing sewer
main.
3. By-pass pumping refers to the bypassing of existing flows as needed during pipe
rehabilitation.
4. Mobilization refers to the travel charges incurred in transporting equipment and
personnel to the jobsite from the nearest base of operations.
5. Standard service reconnection refers to the reinstatement of the house service
connection of the sewer main after the installation of the trenchless pipe reconstruction
system. This is accomplished from within the sewer main via a remote cantrolled cutting
device.
6. Service lateral inspection and preparation for reconstruction refers to the reinstatement
of a house service connection to the sewer main after the installation of the trenchless
pipe reconstruction system. In addition, service lateral TV inspection is performed and
the connection surface is prepared for the installation of the trenchless lateral
reconstruction system.
7. Trenchless lateral reconstruction refers to installation of a resin impregnated cured-in-
place lateral within the existing lateral extending from the sewer main connection to a
previously installed clean-out. Lateral diameters may vary with a minimum diameter of 4
inches.
8. Service reconstruction up to 15 linear feet refers to the lateral construction via the above
system for a base footage of 15 linear feet. Service reconstruction from 15 to 30 linear
feet refers to lateral reconstruction via the above system for an additional 15 linear feet
beyond the first 15 linear feet included in the base price.
9. Additional footage refers to the additional footage of lateral construction beyond the 30
linear feet included in the unit prices for service reconstruction, up to 15 Linear feet, and
service reconstruction, 15 to 30 linear feet.
10.Additional for stack service refers to an additional charge incurred when reconstructing a
service lateral in the stack or vertical configuration.
11.Clean-out installation refers to the installation of a lateral clean-out at a predetermined
point. Price is based on installation at a shallow depth and within a grassed area.
12.Trenchless lateral reconstruction system is dependent upon the results of the internal
inspection.Factors such as the lateral condition and alignment may prohibit the
2k.
reconstruction. In this case, a charge for the service lateral inspection and preparation
�-� for reconstruction will apply.
13. Repair of broken clean-out applies to cleanouts on service lines that are broken and in
need of repair. It may require minor excavation to expose the defective section of the
riser.The cost basis for this rehabilitation method is price per each.
14. Clean-out cap refers to replacement of a missing cap on an existing clean-out.
15.Clean-out plug refers to installation of a plug below the clean-out cap in existing or new
clean-outs. For new clean-outs,the cost of the clean-out plug is in addition to the base
.•I price of the clean-out.
16. Easement access refers to the additional charge incurred when working within
easements between property boundaries.
17. Blind shots refer to the additional charge incurred when terminating a section of
trenchless pipe reconstruction outside a manhole or similar structure.
18.Traffic control refers to the additional charge incurred for placing traffic control personnel
or devices in areas deemed unsafe.This does not cover the placement of standard
traffic cones,which is included in the price for trenchless pipe reconstruction.
G. Sanitary Manhole/Lift Station Wet Well Rehabilitation—Method 1
1. Corrosion Protection of Manholes
a. Mobilization AO lump sum
b. Corrosion Protection
1/4"thickness(6 mm), per vertical foot(vf) per vf
1 c. Bench/Invert Repair, per manhole (mh) per mh
d. Injection Grouting
.. f Manhole Depth 0'to 5'0", up to 55 gallons per mh
Manhole Depth 5'1"to 10'0", up to 55 gallons per mh
.. I Manhole Depth 10'1".to 15'0", up to 55 gallons per mh
Manhole Depth 15'1"to 20'0", up to 55 gallons per mh
Manhole Depth 20' and over, up to 55 gallons per mh
Additional Grout per gal
e. Vacuum Jet Cleaning per mh
f. Removal of Existing Liner per vf
g. Manhole Inflow Dish per each
h. Manhole Chimney Seal or Coating per mh
21
H. Sanitary Manhole/Lift Station Rehabilitation—Method 2
1. Structural Rehabilitation of Manholes
a. Mobilization AP lump sum
b. Application
1/2"thickness(13 mm) per vf
1"thickness(25 mm) per vf
.•1 c. Prefabricated Fiberglass Liner
3/8"thickness(9 mm) per vf
d. Bench/Invert Repair per mh
e. Injection Grouting
..i Manhole Depth 0'to 5'0", up to 55 gallons per mh
Manhole Depth 5'1"to 10'0", up to 55 gallons per mh
Manhole Depth 10'1"to 15'0", up to 55 gallons per mh
Manhole Depth 15'1"to 20'0", up to 55 gallons per mh
Manhole Depth 20' and over, up to 55 gallons per mh
Additional Grout per gal
f. Vacuum Jet Cleaning per mh
•- g. Removal of Existing Liner per vf
h. Manhole Inflow Dish per each
i. Manhole Chimney Seal or Coating per mh
I. Explanation of Terms
1. Prices shown per vertical foot(vf) are for 48"diameter manholes. For 60"diameter,
multiply price by 1.25. Larger diameter manholes will be priced by the square foot by
0•1 dividing the vertical foot price by 12.56.This will also apply for irregular shapes.
2. Prices quoted for the above are based on a minimum order of$10,000 for Section G,
Corrosion Protection of Manhole, or a minimum quantity of two(2) manholes for Section
H, Structural Rehabilitation of Manholes.
3. Mobilization—travel costs incurred in transportation equipment and personnel to the
jobsite from the nearest base of operation.
4. Corrosion Protection—protection from hydrogen sulfide attack.
5. Bench/Invert Repair—minor repairs made to the bench and invert area of the manhole.
rl
6. Injection Grouting—placement of grout curtain around the manhole exterior via drilled
access points in the manhole wall. Grout to be used—acrylate chemical grout AC400 or
Avanti AV/118. Pricing for grouting a single manhole includes a total volume limit of 55
gallons. Price for additional grout refers to an additional per gallon charge when grouting
a single manhole that requires more than 55 gallons.
II
II
r
r
ri 21
r�
.•l
Pol
End of Addendum# 1
..l
H Fillout and submit with BID submittal.
I acknowledge -ceipt of ad. - .urn# .
PRIr'.1 -401111111.
• orize'Vignafure of Bidder)
i 9r %�✓,�*', 2 T
(Typed name of Bidder)// /�� �/
L�/1%./ / / Y� LILG
Doing Business As: r ��/_-� �c�/;
Business /,/��>
/&,/ / .j
City/n r.G I//rP/7 /L State 72/ Zip 3��OI/
7
Fax:55 4-- / 7... '- 6' Phone: 'S 7 z.:2 2175
e-mail address _ L/H/(/ :%l 6k1,71
oink
Rita Mazza
^l e,oq TOWN OF Financial Specialist
501 Bay Isles Road
$'&'� LONGBOAT KEY Longboat Key, FL 34228-3196
f (941)316-1943
^ • • ' INCORPORATED NOVEMBER 14,1955 SUNCOM 549-1999
0 FAX(941)316-1656
ADDENDUM# 2 RFP# 12-011
DATE: April 26,2013
The following clarifications and additional information are hereby made a part of the bid
documents.
The opening of RFP 12-011, Sewer Rehabilitation Services, has been
postponed until Wednesday, May 8, at 2:00 PM. Proposals must be
received at Town Hall, 501 Bay Isles Road, Longboat Key FL 34228 at that
time.
^I
End of Addendum#2
Fillout and submit with BID submittal.
I acknowledge receipt of-•dendum#
Z
1 f
A thoriz-= ignature of Bidder)
ZAP , //l.hf7'e r
(Typed name of Bidder)
Doing Business As: Z/#/i'
Business /
Address- //�� /YG(-" .S3
City /—;:- ��f/J. ,�%e//9Gfc� State P1— Zip 02)9- ■0�
Fax: �5- 2,2 Ulf Phone: q5---y � 75
e-mail address CAD/-/j'/
RFP 12-011 Addendum # 2 Page 1of 1
-1
Rita Mazza
I TOWN OF Financial Specialist
501 Bay Isles Road
I LONGBOAT KEY Longboat Key, FL 34228-3196
h, (941) 316-1943
_41100 p0 r INCORPORATED NOVEMBER14,1955 SUNCOM 549-1999
FAX(941)316-1656
ADDENDUM# 3 RFP# 12-011
DATE: May 3,2013
- I
The following clarifications and additional information are hereby made a part of the bid
documents.
Question 1: According to the bid notice and the first addendum,the project includes
manhole and wet well lining,but I cannot decipher whether these objects are to be lined
} with a coatings system or non-coatings system, such as fiberglass lining, etc.
Answer 1:The Town currently does not have a list of approved coating products or
systems.All methods will be considered and evaluated using information provided in the
responses to the RFP.The Town has requested proposals,therefore allowing for various
products to be proposed and reviewed.
Question 2:
For manhole and wetwell coatings is there a list of approved systems the city is allowing?
0 We have been in spec with a county for four years and we are part of their annual
contract for manhole rehab. Can you spec our product?
Answer 2:
Refer to Answer 1.
Question 3:
Are there any specifications as to the smoke testing requirements. Some smoke testing
companies provide full color reports of their findings which detail any issue related to the
smoke testing. Price is generally based on linear feet of smoke testing. Is there any
estimated quantity for this project?
Answer 3:
The Town currently does not have any specifications or requirements for smoke testing.
As indicated in the RFP,the proposer should provide detailed information on your
proposed method and services.There isn't a specific amount of smoke testing planned at
this time.The individual projects will vary in size.
Question 4:
Item C,Method 1 does not have an item for Service with Pressure Grouting. Is it the
intention of the city not to grout connections within method 1?
RFP 12-011 Addendum # 3 Page 1of 3
1
n I Answer 4:
IL 1I Service with Pressure Grouting for Item C,Method 1 is listed under Section C.2.f of the
Pricing Form.
Question 5:
What is the size and type of piping/conduit to be installed on this project?
Answer 5:
The diameter and type of pipe varies throughout the Town. The Town plans to conduct
various sized projects with a minimum order as defined in the Pricing Form.
`Question 6:
How many manholes are to be rehabilitated?
Answer 6:
The number of manholes to be rehabilitated is unknown at this time.The Town plans to
conduct various sized projects with a minimum order as defined in the Pricing Form.
Question 7:
What type of manhole rehabilitation is to be used?
Answer 7:
Manhole rehabilitation is described in Sections G,H, and I of the Pricing Form.
Question 8:
With regards to CIPP, is it Light-Cured or Heat-Cured?
Answer 8:
Refer to RFP document.
Question 9:
What is the cost estimate of the project?
Answer 9:
Cost will be determined on a project by project basis.Projects can vary from $25,000 to
D $100,000.
Question 10:
DAnd is there a pre-bid meeting set up for the project?
Answer 10:
` No
Question 11:
DI
i RFP 12-011 Addendum # 3 Page lof 3
1 .
The specifications state that the town wishes to utilize this contract for stormwater
pipeline rehabilitation yet there are no items associated with this type of task. Were these
items accidentally omitted?
Answer 11:
The Town is planning on using the CIPP costs for stormwater pipe when appropriate as
well as the cleaning and tv costs.
lQuestion 12:
Varying questions on ASTM specifications and whether the Town will include those
standards in the current RFP
Answer 12:
The Town has requested proposals,therefore allowing for various products to be
proposed and reviewed. Proposers are encouraged to submit all applicable ASTM
compliance information under the additional/supplemental information section.
-, I
End of Addendum#3
Fillout and submit with BID submittal.
^ i
I acknowledge receipt of addendum# 3 .
• thoriz-- ignature of Bidder)
-■ I /}6//// /^ .,E71/ -72/zAie
1 (Typed name of Bidder)
Doing Business As: / dk
Business 7 r �(/�/ 1
Address.
/75/
City%• LC),'L2 //w-t_ State / Zip j J?O I
Fax._ —— 7-7,2 Phone: �� — 77,2- 75�
�- I
e-mail address rje)-iir/CJ G /kfJ/
.. ' RFP 12-011 Addendum # 3 Page lof 3
.. I
Rita Mazza
--1
g . TOWN OF Financial Specialist
501 Bay Isles Road
"�` �{ Longboat Key, FL 34228-3196
a
LONGBOAT KEY
(941) 316-1943
- INCORPORATED NOVEMBER 14,1955 SUNCOM 549-1999
°° FAX(941)316-1656
ADDENDUM# 4 RFP# 12-011
DATE: May 7,2013
The following clarifications and additional information are hereby made a part of the bid
•• documents.
The opening date and time for RFP 12-011,Town of Longboat Key Sanitary Sewer,
— Storm Sewer,Manhole and Lift Station Wet Well Rehabilitation Services has been
moved to Wednesday,May 15,2013 at 2:00 PM. The proposal opening will take place
at that time at Town Hall, 501 Bay Isles Road, Longboat Key Florida 34228
The Town would like to clarify a few items.
1. Please include your standard warranty for pipeline lining in your submittal documents.
The Town can consider the warranty that is offered in the evaluation process. There
could be different warranties offered for different products or methods.
2 The proposer may provide any combination of the items listed in the RFP or any service
that can be provided independently.A not applicable(N/A)on the line item pricing form
can be utilized for items that are not planned to be provided by the proposers company
or team.For example, proposer can submit on smoke testing services alone.
°• 3. The Town would like to strike Item 4 from Page 1 of the RFP,Storm sewer-trenchless
pipe reconstruction system CIPP.The Town is only requiring pricing for wastewater
pipeline CIPP services at this time.The Town is only seeking pipeline cleaning and
inspection services(Section A, Pricing Form)for storm water pipelines at this time
End of Addendum#4
Fillout and submit with BID submittal.
I acknowledge re ei•tof add-•+u m
(A', rized •0 at e of Bidder)
(Typed name of Bidder)
Pa a 1of 2
RFP 12-011 Addendum # 4 9
o
[11 Doing Business As. / ►
Business ! l / �/ V 5
Address:
City �i -ei,a/.:>/7AZe State /1):::( Zip
Fax.q5-7- 77,2 �lG Phone:1_5 4--72,2----(:e 7 c
e-mail address 441 /24—
El
D
a!
0
o
RFP 12-011 Addendum # 4 Page lof 2