Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2017-082 l -
AGREEMENT FOR
SANITARY SEWER MANHOLE AND LIFTSTATION REHABILITATION SVCS.
THIS AGREEMENT, is made and entered into this day of` �. 'u �t
2017, by and between the CITY OF CLERMONT, FLORIDA, a municiflal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose.Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and UTILITY TECHNICIANS, INC., whose
address is:1 630 Goodbar Avenue, Umatilla, FL, 32784 (hereinafter referred to as
"CONTRACTOR").
WHEREAS, the City of Clermont issue RFB 17-040 titled Sanitary Sewer Manhole and
Lift Station Rehabilitation;
WHEREAS, CONTRACTOR submitted its response dated July 13, 2017 to RFB 17-040;
WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the
terms and conditions of RFB 17-040 and CONTRACTOR's response thereto;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I- SCOPE OF WORK
The CONTRACTOR shall furnish labor,materials,equipment,machinery,tools,apparatus
and transportation and perform all of the work for sanitary sewer manhole and liftstation
rehabilitation services as set forth in Exhibit"B", Statement of Work, described in CITY's
RFB 17-040 and CONTRACTOR's July 13, 2017 response thereto, which are expressly
incorporated herein and made a part of the Agreement Documents hereto and shall do
everything required by this Agreement and the Agreement Documents. Provided,
however, that nothing herein shall require CITY to purchase or acquire any items or
services from CONTRACTOR.
ARTICLE II—THE CONTRACT SUM
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"A", 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•for a period of three (3) years thereafter, unless terminated or
renewed as provided for herein.
2. Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to CONTRACTOR, terminate this Agreement if: a) without
1
EXHIBIT A
REVISED SECTION—C
PRICE SCHEDULE
Respondents must complete group 1 in its entirety or group 2 in its entirety or both groups(1 and
2)for the bid to be responsive.
GROUP 4J PRICING (MANHOLE REHABILITATION)
Description P ° Extended ROM
1 Cementitious lining of Brick Manhole—48 in.
Diameter 50/V.F. $160.00 $8,000.00
Cementitious lining of Pre-cast Manhole—48 in.
2 . Diameter 2501 V.F. $140.00 . $35,000.00
3 Cementitious lining of Brick Manhole-60 in. 40/V.F. $200.00 $8,000.00
Diameter
Cementitious lining of Pre-cast Manhole—60 in.
4 Diameter 25/V.F. $150.00 $3,750.00
Adjust Existing Manhole Casting within Asphalt
5 1 I Each $2,056.00 $2,056.00
Pavement
Adjust Existing Manhole Casting within Green
6 Area 10/Each $500.00 $5,000.00
7 Furnish New Ring and Cover USF 170 11/Each $238.00 $2,618.00
(SANITARY)
8 Re-Construct Manhole Bench and Flow Channel 2/Each $1,000.00 $2,000.00
'Fad Amount $66,424.00
GROUP Q PRICING(FOWATION REHABILITATION)
Description 1:432'1319 MU ° paticiGExtended ;bhp
9 Lift Station Surface Rehabilitation by
Cementitious Lining. 100/S F $16.00 $1,600.00
10.a Bypass 8 in. Sewer Setup 9/Each $750.00. $6,750.00
10.b Bypass 10 in.to 12 in. Sewer Setup 4/Each $300.00 $1,200.00
10.c Bypass 15 in.to 18 in. Sewer Setup 4/Each $300.00 $1,200.00
RFB No: 17-040
Page 21 of 44
REVISED SECTION—C
PRICE SCHEDULE
GROUP 1`3 PRIGING OLMUVOCGO REHABILITQTION4
Description 52/( ° 14112
10.d Sewer Bypass 4 in. Pump 25/per $575.00 $14,375.00
d
y
10.e Sewer Bypass 6 in. Pump 19aDay $625.00 $6,250.00
10.f Sewer Bypass 8 in. Pump 10D/ayer $725.00 $7,250.00
11.a Furnish and Install Pump Base—4 in. (inclusive 10/Each $3,160.00 $31,600.00
of pump brackets)
Furnish and Install Pump Base—6 in.(inclusive
4/Each $3,826.00 $15,304.00
11.b of pump brackets)
11.c Furnish and Install Pump Base—8 in.(inclusive 4/Each $5,631.00
of pump brackets) $22,524.00
12.a Re-Construct Lift Station Fillet—6 ft.Diameter 5/Each $450.00 $2,250.00
12.b Re-Construct Lift Station Fillet—8 ft.Diameter 2/Each $500.00 $1,000.00
12.c Re-Construct Lift Station Fillet—10 ft.Diameter 2/Each $550.00 $1,100.00
12.d Re-Construct Lift Station Fillet—12 ft.Diameter 2/Each $600.00 $1,200.00
13 Removal of Existing Coating 200/S.F. $10.00 $2,000.00
Remove and Replace Existing Piping and Valves
14.a within Existing Submersible Lift Station through 10/Each $6,962.00 $69,620.00
Existing Valve Vault-4 in.(price per each riser)
Remove and Replace Existing Piping and Valves
14.b. within Existing Submersible Lift Station through 4/Each $8,291.00 $33,164.00
Existing Valve Vault—6 in.(price per each riser)
Remove and Replace Existing Piping and Valves
14.c within Existing Submersible Lift Station through.. 4/Each $10,553.00 $42,212.00
Existing Valve Vault—8 in.(price per each riser) '
Remove and Replace Existing Piping and Valves
14.d within Existing Submersible Lift Station through 4/Each $13,441.00 $53,764.00
Existing Valve Vault—10 in.(price per each riser)
RFB No: 17-040
Page 22 of 44
REVISED SECTION—C
PRICE SCHEDULE
GROUP 2 PRICING(LIFSTATION REHABILITATION)
L.N. Description Est, Qty! Unit Extended Price
Unit Price
Remove and Replace Existing Piping and Valves
14.e within Existing Submersible Lift Station through 4/Each $18,687.00 $74,748.00
Existing Valve Vault—12 in.(price per each riser)
15.a Furnish and Install 6 ft.top slab with 36in.x 48in. 5/Each $3,343.00 $16,715.00
hatch with Safety Grate
Furnish and Install 8 ft.top slab with 36in,x 48in.
15.b 2/Each $3,938.00 $7,876.00
hatch with Safety Grate
Furnish and install 5 ft.x 5 ft.valve box with
16.a 5/Each $6,344.00 $31,720.00
48in.x 48in.Hatch
16.b Furnish and install 6 ft.x 6 ft.valve box with 2/Each
$7,099.00 $14,198.00
48in.x 48in.Hatch
17.a Temporary Bypass Riser—4 in. 5/Each $4,573.00 $22,865.00
17.b Temporary Bypass Riser—6 in. 2 l Each $5,282.00 $10;564.00
17.c Temporary Bypass Riser—8 in. 2/Each $6,779.00 $13,558.00
18 a 2 in.SS Dual Guide rails with brackets 10 ft.to 10/Each $1,500.00 $15,000.00
15 ft. (Price Per Pump)
18.b 2 in. SS Dual Guide rails with brackets—15 ft.to 5/Each $1,800.00 $9,000:00
20 ft. (Price Per Pump)
3 in.SS Dual Guide rails with brackets-10 ft.to
19.a 5/Each $2,000.00 $10,000.00
15 ft. (Price Per Pump)
3 in. SS Dual Guide rails with brackets—15 ft.to
19.b 5/Each $2,700.00 $13,500.00
20 ft. (Price Per Pump)
20 Furnish and Install 3 in.Drain 5/Each $780.00 $3,900.00
21 Furnish and Install SCH-80 PVC Vent—4 in.; 5/Each $415.00 $2,075.00
22.a Drain and Clean Wet Well—6 ft. 5/Each $980.00 $4,900.00
22.b Drain and Clean Wet Well—8 ft. 2/Each $1,050.00 $2,100.00
22.c Drain and Clean Wet Well—10 ft. 3/Each $1,300.00 $3,900.00
22.d Drain and Clean Wet Well—12 ft. 3/Each $1,600.00 $4,800.00
RFB No:17-040
Page 23 of 44
REVISED SECTION—C
PRICE SCHEDULE
GROUP 2 PRICING (LIFSTATION REHABILITATION)
L.N. Description Est.Qty I Unit Extended Price
Unit Price
23.a Connect Lift Station Piping to Existing Force Main 5/Each
—4 in. $2,150.00 $10,750.00
Connect Lift Station Piping to Existing Force Main '
23.b _6 in 2/Each $2,250.00 $4,500.00
23.c Connect Lift Station Piping to Existing Force Main 2/Each $2,350.00 $4,700.00
—8 in.
23.d Connect Lift Station Piping to Existing Force Main 2/Each
—1 o in. $3,070.00 $6,140.00
23.e Connect Lift Station Piping to Existing Force Main 2/Each $3,320.00 $6,640.00
—12 in.
Furnish and Install HDPE Riser Pipe, Bracket,
Base Ell and Base Plate in Place of Ductile Iron
24.a Riser and Fitting on Line Item 14.a—4 in. (This 2/Each $5,800.00 $11,600.00
price will be either added if more or subtracted if
less from original base bid price) ✓
Furnish and Install HDPE Riser Pipe, Bracket.
Base ElI and Base Plate in Place of Ductile Iron
24.b Riser and Fitting on Line Item 14.a—6 in. (This 3/Each $6,680.00 $20,040.00
price will be either added if more or subtracted if
less from original base bid price)
Furnish and Install HDPE Riser Pipe, Bracket,
Base ElI and Base Plate in Place of Ductile Iron
24.c Riser and Fitting on Line Item 14.a—8 in. (This 3/Each $9,280.00 $27,840.00
price will be either added if more or subtracted if
less from original base bid price)
Furnish and Install HDPE Riser Pipe, Bracket,
Base ElI and Base Plate in Place of Ductile Iron
24.d Riser and Fitting on Line Item 14.a—10 in. (This 3/Each $11,021.00 $33,063.00
price will be either added if more or subtracted if
less from original base bid price) ✓
Furnish and install HDPE Riser Pipe, Bracket,
Base ElI and Base Plate in Place of Ductile Iron
24.e Riser and Fitting on Line Item 14.a—12 in. (This 3/Each $12,442.00 $37,326.00
price will be either added if more or subtracted if
less from original base bid price)
Remove and Replace Existing Potable water
25.a Piping and PRV Valve within Existing and through 1/Each $2,775.00 $2,775.00
Existing Valve Vault—6 in.
l
RFB No:17-040
Page 24 of 44
REVISED SECTION-C
PRICE SCHEDULE
GROUP 2 PRICING (LIFSTATION REHABILITATION)
L.N. Description Est.Qty I Unit Extended Price
Unit Price
Remove and Replace Existing Potable water
25.b Piping and PRV Valve within Existing and through 1/Each $3,275.00 $3,275.00
Existing Valve Vault—8 in.
Remove and Replace Existing Potable water
25.c Piping and PRV Valve within Existing and through 1/Each $4,250.00 $4,250.00
Existing Valve Vault—10 in.
Remove and Replace Existing Potable water
25.d Piping and PRV Valve within Existing and through 1/Each $5,840.00 $5,840.00
Existing Valve Vault—12 in.
26.a 2-in.Line Stop 1/Each $2,805.00 $2,805.00
26.b 4-in. Line Stop 1/Each $5,575.00 $5,575.00
26.c 6-in.Line Stop 1/Each $5,775.00 $5,775.00
26.d 8-in.Line Stop 1/Each $6,225.00 $6,225.00
26.e 10-in.Line Stop 1/Each $7,825.00 $7,825.00
26.f 12-In.Line Stop 1/Each $9,775.00 $9,775.00
26.g 14-in.Line Stop 1/Each $11,775.00 $11,775.00
26.h 16-in.Line Stop 1/Each $12,275.00 $12,275.00
Total Amount $816,551.00
RFB No: 17-040
Page 25 of 44
REVISED SECTION—C
PRICE SCHEDULE
By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this
solicitation,and is acting in an authorized capacity to execute this response. The respondent also certifies
that it can and will provide and make available,at a minimum,the items set forth in this solicitation.
Respondent Information and Signature
Company Name(print): Utility Technicians, Inc.
Street Address: 630 Goodbar Ave Umatilla. FL 32784
Mailing Address(if different):
Telephone: 352-669-5822 Fax: 352-669-6037
Email: kpurvis©utilitytechnicians.com Payment Terris: % days,net 30
FEIN: 59 - 282825 Professional.License No.: CUC052605
Signature: �.�� Date: 07/13/2017
Print Name: Ka n S. Purvis Title: President
Does the respondent accept payment using the City's MASTERCARD? ®Yes ❑ No
END OF SECTION—C
RFB No: 17-040
Page 26 of 44
EXHIBIT B
SECTION — B
STATEMENT OF WORK
PART 1: GENERAL
1.01 SUMMARY
A. These specifications shall govern all labor, material, equipment and appliances
necessary for sanitary sewer manhole and lift station rehabilitation for the
purpose of eliminating infiltration and inflow, providing corrosion protection,
repair of cracks and voids and restoration of the structural integrity of the
manhole/ lift stations as a result of the application of a monolithic fiber-
reinforced structural/structurally enhanced pure calcium alimunate
cementitious liner to the wall, ceiling and bench surfaces of concrete, brick or
any other masonry construction material. Including lift station piping
rehabilitation as detailed in specifications.
1.02SUBMITTALS
A. Submit manufacturer's material data and application and installation
instructions for all products used for approval prior to use.
B. Provide documentation that the proposed manhole/lift station rehabilitation
process has a minimum three (3) year history/experience for reconstruction of
sanitary sewer manholes and lift station on projects of similar size and scope
(SEE PART 4, MINIMUM QUALIFICATIONS AND REQUIREMENTS).
1.03QUALITY ASSURANCE
A. Use, mix, apply and cure all products in accordance with the manufacturer's
recommendations and instructions.
B. Install all products in accordance with the manufacturer's recommendations
and instructions.
PART 2: PRODUCTS
2.01 MATERIALS
A. Patching Mix:
1. A quick-setting, fiber-reinforced, calcium aluminate-based cementitious
material for patching and filling voids and cracks.
B. Infiltration Control Mix:
1. A rapid-setting cementitious product specifically formulated for
infiltration control.
RFB No: 17-040
Page 11 of 43
SECTION — B
STATEMENT OF WORK
C. Grouting Mix:
1. A rapid-setting cementitious grout specifically formulated for stopping
very active infiltration and filling voids.
2. A rapid setting chemical grout specifically formulated for stopping very
active infiltration.
D. Liner Mix:
1. A fiber-reinforced pure-fused calcium aluminate cement and calcium
aluminate aggregate to be wet mixed and low pressured spray applied
to form the structural/structurally enhanced monolithic cementitious liner
covering all interior manhole surfaces. Liner material to be SewperCoat,
Strong Seal, Parson CA Liner+ Cement Plus, Maximum CA + Cement.
No substitutions will be allowed.
2. Materials shall be pre-mixed and specially formulated to withstand H2S
(hydrogen sulfide) bacterial corrosion and abrasion in sewer networks.
3. The products mentioned above must be accompanied by a certified
letter from the manufacturer and a letter from the contractor for a 10-
year warranty.
E. Bonding Compound:
Material shall be modified cementitious bonding compound that protects
exposed reinforcement steel and enhances bond of overlay to substrate.
F. Water:
Water shall be clean and potable and shall be provided by the city at designated
fill stations.
PART 3: EXECUTION
3.01 PREPARATION
A. Place covers over sewer inverts to prevent extraneous material from entering
the sewer lines.
B. Remove foreign, loose and unsound concrete and masonry material not able
to be removed by high pressure water spray may require the use of mason's or
mechanical tools for removal.
RFB No: 17-040
Page 12 of 43
SECTION - B
STATEMENT OF WORK
C. Clean the interior surfaces of the manhole/lift station with high pressure (3,500
psi minimum)water spray, using detergent, muriatic acid, antibacterial agent or
other chemicals to remove grease, oil and other contaminants that would
prevent good bond between the existing manhole interior surface and the liner
material.
D. Active hydrostatic leaks (infiltration) shall be stopped using the rapid-setting
specially formulated infiltration control mix.
E. Very active hydrostatic leaks (infiltration) shall be stopped using one of the
rapid-setting grouting mixes specially formulated for control of very active
infiltration.
F. Clean:and prepare exposed reinforcement steel, and apply and cure bonding
i compound, inaccordance with the product manufacturer's instructions and
recommendations.
G. Prepare cracks and voids to be patched and filled, and apply and cure patching
mix, in accordance with the_ product manufacturer's instructions and
recommendations:;;
H. Areas of manhole/lift station that are found to be structurally damaged and in
need of repair beyond the scope of this specification shall be brought to the
attention of the Director. A suitable repair method shall be developed for each
area and submitted to the Director for review prior to commencing the repair.
I. Prepare, clean and repair manhole/lift station benches and inverts in the same
manner as prescribed above.
3.02 LINER APPLICATION, CURING AND TESTING
A. Prepare manhole/lift station surfaces, wet batch-mix liner materials low
pressure spray apply liner mix to the manhole ceiling, wall and bench surfaces
and allow liner to cure in accordance with the product manufacturer's
instructions and recommendations.
B. Liner application shall be 1/2" for manholes and 1" for wet wells minimum
thicknesses. The application shall be completed with a minimum of two coats.
The first coat shall be applied at a thickness adequate to cover the substrate
and be trowled to compact the material into voids and set the bond. The second
coat shall be applied to ensure complete coverage'at the specified thickness.
C. Inverts shallbe lined with patching mix, trowl applied in one coat to a 1"
minimum thickness.
RFB No: 17-040
Page 13 of 43
SECTION — B
STATEMENT OF WORK
D. Prepare, label and submit recommended daily or per lot test specimens for
testing.
3.03 CLEANING
A. Clean manhole/lift station interiors and remove all construction-related
materials, equipment and appliances from the manhole/lift station prior to
reinstatement to service.
3.04 LIFT STATION REHABILITATION
A. By-pass pumps must be sound attenuated and meet the minimum flow
requirements for each station. The system shall have a second pump tied in
and ready in case the primary pump fails. The system shall be monitored 24
hours a day by remote dialer and contractor personnel. The contractor is
responsible for emergency calls day and night while it is on by-pass pumps.
By-pass system shall be tested to ensure proper operation. The city must
witness the testing and sign off prior to starting rehabilitation. By-pass
requirements (Minimum):
LS El 955 GPM @ 75 TDH force main pressure with pumps on is 26
psi
LS E2 1250 GPM @ 115 TDH force main pressure with pumps on is
43 psi
LS E3 1398 GPM @ 95 TDH force main pressure with pumps on is
37 psi
LS 18 425 GPM @ 50 TDH force main pressure with pumps on is 20
psi
LS E16 1028 GPM @ 60 TDH force main pressure with pumps on is
48 psi
B. Temporary pump out riser will need to be installed first and may be left as the
emergency pump out. The city will help determine that best location of this for
both parties. The riser shall consist of a flanged P-401 spool coming up above
grade, flanged P-401 90, MJ P-401 Tee, two MJ gate valves with valve boxes
and all necessary restraint devises. A flanged aluminum male cam-lock and
dust cap with a 6" flanged '/4 turn plug valve should be installed on the elbow
after job is completed.
C. The contractor is responsible for the removal of pumps, pipes, and valves. The
city will disconnect the pump leads, remove floats and transducer. The pumps
RFB No: 17-040
Page 14 of 43
SECTION — B
STATEMENT OF WORK
are to be given to the city after removal. All other materials are to be hauled
and disposed of by the contractor.
D. Installation of base elbows shall be per manufacturers' specifications. The
bases shall be Flygt dual rail design. Existing pumps will need the top bolt on
guide rail bracket. Guide rails shall be 3" stainless steel with a stainless guide
rail bracket. Any modification to the existing floor or fillet for proper installation
shall be included in pricing.
E. Ductile Iron pipe and fittings shall be P-401 lined. All flanged connections shall
have 316 stainless steel nuts & bolts. The use of an anti-seizing compound is
required on all bolts.
F. Valves inside the valve box shall be Mueller,American, Clow, Dezurik, or Pratt.
Check valves shall be flanged L/W type with rubber disc seal. Plug valves shall
be flanged % turn direct nut with 80% opening.
G. Pressure gauges shall be installed on each discharge pipe downstream of the
plug valve. The 'A"tap can be directly into the ductile iron pipe. Stainless steel
nipples and ball valve shall be used to make the connection. Gauges shall be
4-1/2" SS liquid filled with diaphragm.
H. Vent cap shall be all SCH-80 PVC fittings. Use 4"elbows and Vanstone flanges
with a SS screen between them.
I. Use a 12'-0" average riser length for line item 14.a, 14.b, 14.c and alternate
price for line item 1.a, 1.b, 1.c in Section C, Price Schedule of this RFB.
3.05 ALTERNATE BID
A. HDPE SDR-11 IPS pipe riser shall be factory butt fused. The riser shall have
a flange adapter with SS backup ring, 90 elbow and enough pipe to go through
the wall to the restrained coupling between the wet well and valve box. The
height may be adjusted with one fusion coupling. The use of a SS stiffener is
required at the MJ connection.
B. A 316 stainless steel base plate must be used. Plates shall be at least 12" x
12" x '/2" thick (base plate to be used with HDPE only).
C. Pipe bracing is required every 8 feet minimum. The first must be within 6 inches
of the top elbow. The bracing must be 316 stainless steel, going from wall to
wall behind the risers with a stainless steel U-bolt holding the riser to the brace.
All nuts shall be vinyl locking stainless steel.
RFB No: 17-040
Page 15 of 43
SECTION — B
STATEMENT OF WORK
PART 4: MINIMUM QUALIFICATIONS AND REQUIREMENTS
The installer SHALL have been engaged in the installation of Manhole and Lift Station
System Rehabilitation Contracting Services for a minimum of Three (3) years and have
rehabilitated a minimum of Five Hundred (500) sanitary sewer manholes and Fifteen (15)
lift stations, in the State of Florida, utilizing a system that offers pure fused Calcium
Aluminate.
The installer SHALL include in their response a list of Ten (10) references, for which
manhole, lift station, or wet well rehabilitation contracting services have been provided
within the last Three (3) years. The reference list shall include the name of the company,
contact person, telephone number, project duration, contract value and the number of
manholes/lift station for each reference.
The selected contractor will be responsible for knowledge of and compliance with all
relative local, state and federal codes and regulations.
For all work performed under this contract, the successful Contractor shall provide a
competent job-site supervisor and any necessary assistants, all approved by the Utilities
Department of City of Clermont. The job-site supervisor shall be present at all times while
work is in progress. The job-site supervisor shall represent the Contractor at all times
while all directions given him shall be binding as per the contract documents. The job-
site supervisor shall have a minimum of Five (5) years' experience in the rehabilitation of
Sanitary Sewer Manholes, Lift Stations, and Wet Wells utilizing a product that consists of
a pure fused Calcium Aluminate Cementitious Liner.
Failure to provide the minimum qualifications and requirements with the bid
response as described in this section may result in bid being non-responsive.
PART 5: MEASUREMENT AND PAYMENT
A. Payments to the Contractor shall be made on the basis of the units in Section
C, Price Schedule as full and complete payment for furnishing all materials,
labor, tools and equipment, and for performing all operations necessary to
complete the rehabilitation work of sewer manholes, lift stations, and wet wells
by various trenchless methods as authorized by the City. The City will establish
an annual renewable contract for these services with the successful bidders as
described in this solicitation.
The unit prices stated in Section C, Price Schedule include all costs and
expenses for taxes, labor, equipment, materials, commissions, transportation
charges and expenses, patent fees and royalties, labor for handling materials
during inspection, together with any and all other costs and expenses for
performing and completing the work as shown on the details and specified
herein. The Basis of Payment for an item at the price shown in Section C, Price
RFB No: 17-040
Page 16 of 43
SECTION — B
STATEMENT OF WORK
Schedule, shall be in accordance with its description of the item in this Section
and as related to the work specified. Unit prices will be applied to the actual
quantities furnished and installed in conformance with the Contract Documents.
B. The Contractor's attention is called to the fact that the quotations for the various
items of work are intended to establish a total price for completing the work in
its entirety. Should the Contractor feel that the cost for any item of work has
not been established in Section C, Price Schedule, the cost for that work shall
be included in some other applicable item, so that the price for the item reflects
the total price for completing the work in its entirety.
No separate payment will be made for the following work if required and its cost
shall be included in appropriate payment items:
• Applications and pulling of all utility and construction permits;
• Dewatering and disposal of surplus water;
• Structural repairs;
• Cleanup;
• Testing materials and apparatus;
• Maintenance of utility service;
• Appurtenant work;
• Inspection Photo Records;
• Maintenance of Traffic
The following paragraphs will clarify the work included for the items listed in the
Section C, Price Schedule.
MEASUREMENT
Payment under this Contract for authorized work shall be determined by actual
measurement of the completed items, in place, ready for service and accepted by
the City unless otherwise specified. The City will witness all field measurements.
When depths are indicated in the bid items, they shall be measured vertically from
the existing grade, paved or unpaved, to the pipe invert.
It is intended that all work required to complete this Work will be included in the
various bid items as described in the following paragraphs.
1. CEMENTITIOUS LINING MANHOLE, BRICK, OR PRECAST
REHABILITATION (1/2" thick minimum in manholes)
RFB No: 17-040
Page 17 of 43
SECTION — B
STATEMENT OF WORK
This item of work will be measured and paid for at the unit price per
vertical foot of 48-inch or 60-inch diameter of manhole wall named in
Section C. Measurement will be made from the bench, at its highest
point, to the upper limit of actually treated wall, cone or chimney.
Payment of the unit price per vertical foot will provide complete
compensation for cleaning of the wall by both pressurized water and
sand or soda blasting; relief of hydrostatic pressure outside the manhole,
if necessary; injecting chemical grout to stop active leaks into the
manhole, if necessary; furnishing and supplying of all materials or
combination of materials making up the patching and coating
(waterproofing) and applying or installing them; manufacturer's
representative's presence or assistance, if required; isolation of the
manhole by plugging entering lines; testing; safety equipment; and all
incidentals necessary to obtain a watertight, sealed manhole wall and
bench, compete in place.
Contractor will be responsible for the new coating that is applied only
and not the existing coating.
Payment for bypass pumping, if required (other than because of damage
caused by Contractor); will be paid for under a separate item.
2. CEMENTITIOUS LINING OF LIFT STATION/WET WELL SURFACES
(1" thick minimum in wet wells)
This item of work will be measured and paid at the unit price per square
foot of wall in a lift station or wet well. Measurement will be made on the
actual surface area repaired. Payment of the unit price per square foot
will provide compensation for cleaning of the wall by both pressurized
water and sand or soda media blasting methods; relief of hydrostatic
pressure outside the structure if necessary; injecting chemical grout to
stop active infiltration, if necessary; cleaning; surface preparation as
specified herein; furnishing and supplying of all materials or combination
of materials, including liner manufacture's representative's presence or
assistance, if required; isolation of the lift station or wet well by plugging
entering lines; testing; safety equipment for personnel; labor, tools and
equipment; and all incidentals necessary to obtain a watertight, sealed
wall and bench, compete in place.
Contractor will be responsible for the new coating that is applied only
and not the existing coating.
3. BYPASS PUMPING OF SEWERS
a. BYPASS PUMP AND PIPING SETUP
These pay items provide complete compensation for bypass
pumping operations required for sewer manhole, lift station and wet
RFB No: 17-040
Page 18 of 43
SECTION — B
STATEMENT OF WORK
well rehabilitation. The Contractor shall attempt to perform the
rehabilitation sewer work without bypass pumping. However, if in the
opinion of the City bypass pumping is necessary, it will be identified
as a payment item. The pay item is a one-time charge for all bypass
pumping setup operations during a given lining installation, including
services, regardless of the number of pumps required. Bypass
pumping shall be bid on the basis of sewer size which is bypasses.
These items shall include, but are not limited to: all necessary and
required traffic control; pumps; piping; gasoline/diesel fuel;
maintenance; transportation and storage; temporary bypass and
service piping; labor; materials and/or any other costs associated
with bypass pumping.
Plugging or blocking a sewer line shall be included in the appropriate
bid item for which the flow must be stopped, this is considered
incidental work and no additional payment shall be considered.
b. BYPASS PUMP
These items shall be paid for on a per day basis for operation of the
bypass pumps. Bypass pump operation shall be on the basis of the
size of the pump used. These items shall include fuel operating
costs.
4. ADJUSTING EXISTING MANHOLE CASTINGS
These pay items provide complete compensation for furnishing all
necessary labor, equipment and materials to adjust existing manholes
to match existing elevations.
5. FURNISH NEW MANHOLE RING AND COVER
This pay item provides complete compensation for furnishing new
manhole ring and covers as specified by the City.
6. RECONSTRUCT BENCH AND FLOW CHANNEL
This pay item provide complete compensation for furnishing all
necessary labor, equipment and materials required to re-construct a
complete bench and flow channel, as required per the City's minimum
standards.
7. INSTALLATION OF CHIMNEY SEALS
These pay items provide complete compensation for furnishing all
necessary labor, equipment and material required to install manhole
chimney seals.
8. REMOVAL OF EXISTING COATINGS
RFB No: 17-040
Page 19 of 43
SECTION — B
STATEMENT OF WORK
These pay items provide complete compensation for furnishing all
necessary labor, equipment and materials necessary to remove any
existing coatings that may exist in full or any portion of an existing
structure.
9. REMOVE AND REPLACE EXISTING PIPING AND VALVES
These pay items provide complete compensation for furnishing all
necessary labor, equipment and materials necessary to remove and
replace all existing piping, check valves, plug valves and all
miscellaneous materials required for this installation. This work will start
at existing pump bases and will terminate prior to where discharge piping
exits existing valve vault. All work shall comply with City of Clermont
minimum standards.
END OF SECTION — B
RFB No: 17-040
Page 20 of 43