Loading...
2015-12 AGREEMENT FOR SANITARY SEWER CLEANING/ THIS AGREEMENT, made and entered into thisoW- 'day o 2015, A.D., by and between the City of Clermont 685 West Montrose reet, Clermont, orida (hereinafter referred to as "CITY"), and Layne,Inhner, LLC., 2531 Jewett Lane, Sanford, FL 32771 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Saint Petersburg, Florida through the public procurement process awarded Solicitation No. 12-B-003 for sanitary sewer system improvements; WHEREAS, based on CONTRACTOR's response to Solicitation No. 7713 the City of Saint Petersburg entered into a contract for the provision of sanitary sewer cleaning services, contract number 181210; WHEREAS, CITY desires to utilize the above-referenced awarded bid and CONTRACTOR's response thereto in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the contract entered into with the City of Saint Petersburg. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall provide sanitary, sewer cleaning services as described in the City of Saint Petersburg contract attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in Contract number 181210 which are a part of these Documents. Provided, however, that nothing herein shall require CITY to,purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and_conditions of this Agreement-shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II - THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in 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 until October 31, 2017, unless terminated or renewed by the City of Saint Petersburg or as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon 1 written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days wntten notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted pnor to the effective date of termination. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in Exhibit "A" and the applicable purchase order or notice to proceed. ARTICLE V - PAYMENTS In accordance with the provisions fully set forth herein, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the-institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question-between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having junsdiction thereof. ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's 2 Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the 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 CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating'under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended torovide coverage age on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 3 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 CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subCONTRACTOR under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII -NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Layne Inliner, LLC. 2531 Jewett Lane Sanford, FL 32771 Attn: Mark Harris, V.P. CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 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 trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or 4 of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Records. CONTRACTOR expressly understands and acknowledges that any and all documents related to the services provided herein, may be considered records that are subject to examination and production in accordance with Flonda's Public Records Law. CONTRACTOR expressly agrees that it will comply with all requirements related to said law and that it will hold CITY harmless, including attorney fees and litigation costs, for any such disclosure related to Florida's Public Records Law. ARTICLE X -AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 5 2. Purchase Order/Notice to Proceed 3. All documents contained in City of Saint Petersburg Contract number 181210 dated October 20, 2012 (Exhibit"A"hereto). IN WITNESS WHEREOF, the parties hereto have executed this Agreement on thisaEr day of ��' _ __/___, � 2015. City of, ont , "IliFf / IS Gail Ash, Mayor 67 - Attest: f r Tracy Ackroyd, City Clerk 7 _ I Layne Inline , i . By: in 1 'c Al " ' s LII ,'.,:./21E.0 Title Attest: Corporate Secretary SS/sn l See ii 1 mMy M - ' (Name Printed or Typed) 6 EXHIBIT A moil 1111W04011111City of St. Petersburg st-Reterseurg BLANKET PURCHASE AGREEMENT mlrwatpne.Stro PURCHASE ORDER NO REVISION DATESHIP TO: 181210 0 20-OCT-2014 ! WATER RESOURCES CITY OF ST PETERSBURG 1650 3RD AVE N Saint Petersburg,FL 33713 This Purchase Order No must appear on all Invoices,packing lists United States and correspondence related to this order VENDOR. VENDOR 1o.110758 IB.l TO. LAYNE INLINER LLC FINANCE DEPARTMENT ACCOUNTS PAYABLE 14413 62ND STREET NORTH CITY OF ST PETERSBURG Clearwater,FL 33760 PO BOX 1257 Saint Petersburg,FL 33731 Uri ted States Description: Sanitary Sewer Cleaning Effective: 01-NOV 2014 End Date: 31-OCT-2017 Buyer/Phone: Cynthia Brickey/727-893-7026 Email: cindy.brickey@stpete.org Vendor/Phone: RICHARD COOPER/(727)524-8609 Ship Via: Best Way Freight Terms: Prepaid Terms: NET 15 FOB: FOB Destination Agreed Amount $1,950,000.00 • Supplier Notes:This Agreement covers 913.81 Sanitary Sewer Cleaning effective November 1,2014 through October 31,2017 with 1/2 yr.renewal. Est Annual Spend:$650,000.Council approval dated October 16,2014. This BPA supersedes BPA No. 157321. UTNE DESCRIPTION - DOM I UNIT PRICE 1 913.81 Sanitary Sewer Cleaning DOLLAR 1.00 State Selee Tax Exemption Number 85-80127401540-1 Federal Employer ID Number 99-6000424DeePnAnoLL Procurelnere Director To report fraudulent or unethical behavior,contact EthicePoint,Inc.at 1-888-236-7053 or Almet.'r,,:aolrrt Deur.For Page 1 of 2 gnevance related to a specific solldtation,please adhere to the dispute and complaint instructions In the solicitation document -- - -- - - -- - - --- 1. City of St.Petersburg Blanket Purchase Agreement 181210 $Supptlers1 Please login and acknowledge acceptance of the terms and conditions of this agreement and all change notices. Nan-iSuppliera: Please sign and return this page to the Purchasing Department,acknowledging acceptance of the terms and conditions of this agreement and all change notices. Company Name: 1_tyr,c . .i h.er, Address:_ c.3I Jam Authorized Signatu -�i _ / - Date: tc 1,2o t! Return signed acknowledgement to: City of St. Petersburg Purchasing Department Cynthia Bnckey PO Box 2842 St. Petersburg, FL 33731 To report fraudulent or unethical behavior,contact EtfucsPotru,Inc.at 1-888-236-7053 or vw.e;idos omt-rom.For Page 2 of 2 grievan a related to a specific solicitation,please adhere to the dispute and faint instructions in the solicitation i I 1 Part A .Bid Forms i 1 City of Si Petersburg Bid Form Procurement&Supply Management IFB Number: 7713 Buyer. Cindy Bsickey,CPPB,FCCM Issue Date: Tuesday,July 20,20;4 Phone: 727.893-7025 Date Due: Tuesday.August 26.2014 Fax: 727-B02.5225 Time Due: 3:00 p.m ET Emelt: cindy.brickeye sipele.org L.__ Purchase Dascriplion: 91 1 Three:Year Contract for Sanitary Sewer Cleaning 1 Maximum Completion or Delivery Time:„gyp_(�Insm receipt of order or notice to proceed) Terms: 2:b/ICt,Net 30 0 Net 30 1 Does this bid incl ide the use of sub-contractors? r 0 Yes 0N ' I is Bidder registerrfd with the Florida Division of Coiporald7 [J Yes I 0 No State of Incorporation !/?)//,.4./4- _ Certified Small Business Ente mite{SBE): Q Yes GM* (if Yes,complete:Form for Claiming Vitus as a Small Business Enterprise) Warranty(Scope and Term): _l sI.r11. - .,S4.,=„1,,,a t:�n -1.,- e 4 Extended Warranty:(Scope.Term and Price): fi 41 -Se i .c c _Lj..7.L.c..7% Warranty response lime: ei r Hours Service Facility: Ji 3 4oi's i•!y,.i-'k,- �,P.L.-7,s74o Bidder acknowledges tempt of Addenda Numberfal. / ____ and Term of Offer. It is understood and agreed that this bid may not be withdrawn for a permed of ninety- (90)days from the Bid Submittal Deadline,and at no time in case of successful Bidder. The Undersigned Balder agrees to contract with the City of St.Petersburg to provide ay necessary labor, supervision,machinery,tools,apparatus.and other means of c ellen to do all fhe work and furnish ail the materials specilfed in the contract in the manner and lime the,-'n prescribed,and that they will take In full payment the amount sal forth herein. j_ i / - ./;Akil)b-k 4.1-e- )rie ?... ,e6--117/ Legal of Bidder wv!., Au. grwtwe Osla 1 LslB/A (d applicable) - --- I' %A, /Ji/,C�e1S V. A P - Name Title qS / Je:'dE/ G/V:a` *7-ifii2.--a/5t '7-paCt- 79 Moiling Address(PO Bax or Street) Phone No. CONo. 2/ CI E--'ci 7r G hint.,' iiveifitiL l ',vd 1! .L-._,__t:e' i;r-i►t iL,ir/41.ter. � o2D, �"� 3.P-771—Address �Representative tErrnail cyslsler'up ut/ 2 ;,ilv frit/r r7/-�L �Gs-z i'ype of Business ederal lb No. Roy I1 12 Wa No 7713 Huse-vesiieGatracr City of St.Petersburg ter Sammy Beau Cheetia did Form Purchasing and Materials Manager5eht Rem Annual No. Description Oty Units Unit Cost Extended Celt 1ra c ntroi lnrdudn Mauatenaue Of Tri _. 9 t fl )plans for actors and Arterials,Pinellas County and FDOT roadways 60 EA 35000 52.500.00 2 Temporary Setting Removable Pipe Plugs end Dewaierng For CCTV inspection •for sewer pipes with less than 13"Inside deem. 30 EA 32500 $750.00 3 Temporary Setting Removable Pipe Plugs and Dewatering for CCTV inspection -for sewer pipes with inside diem.greater than 18"through 24". 30 EA $125.00 53,750 00 4 Temporary Setting Removable Pipe Plugs and Derweiaering for CCTV inspection •for sewer pipes with inside diem. greater than 24"through 42°. 30 EA $190.00 35,700.00 5 Temporary Setting ing Removable Pipe Plugs and Deweterkig for CCTV Inspection -for seeer pipes tnth inside diem.greater than 42"through 60". 30 EA $250.00 37,500.00 d~3 Pump Around Purnpmg Setup for sewer pipes with Inside dem.less than 12'_ 12 EA $50.00 S600.00 7 Pump Around Pumping Setup for sewer Tripes with inside diem.larger than 12" trough 21` CO 8 Pump Around Pumping Setup for sewer pies wilh inside diem.larger than 21" 10 � 3750 d through 30". 8 EA $10000 5800.00 9 Pump Around Pumping Setup for sewer pips with inside diem.larger than 30" through 42". 6 LA $125 00 $750.0D 1 10 Pump Around Pumping Setup for sewer pia with insi<ie dant larger than 42" through 60'. 2 EA $150 00 $30000 11 Pump Around Pumping Operation for sewer pipes with inside diem.tis than 12". 12 Day S25 00 $30000 12 Pump Around Pumping Opera-eon for sewer pipes with inside dram larger than 12"through 21". 10 Day 350 00 550000 13 Pump caro and Pumping Operation for sewer pipes with inside diem.larger than 21"through 30". B Day 375 00 5600.00 14 Pump Around Pumping Operation for sewer pipes with Inside dram.terga(than 30"through 42" 6 Day 3100 00 $600 00 IS Pump Around Pumping Operation ter sewer pipes with inside dem.larger than 42"through 60" 2 Day '150 00 5300 00 16 Pipe Cleaning with lass than 8"inside deem 2.000 LF 51.50 33,000 OD 17 Pipe Cleaning with an inside dam equal to B" 95,000 LF SI,00 395.00000 18 Pipe Cleaning with an inside dam equal to 10". 8,000 LF $1 40 S8.000 OD 19 Pipe Meaning ming with an inside dam equal to 12°. 7,500 IF 51.50 $11,250.00 20 Fipe Cleaning with an inside dram equal to 15" 17,000 IF 57.75 $29,750.00 21 Pipe Cleaning with an inside dam.equd to 1r. 31,000 LF 52.00 362,000.00 22 Pipe Cleaning with en inside dram.equal to 21". 12,500 IF 52.25 528.125.00 23 Pipe Cleaning with en inside diem equal to 24" 20.500 IF 33.00 561.50000 24 Pipe Cleaning with en inside diem.equal to 27". 5.500 IF $350 518.260.00 25 Pipe Cleaning with an inside dam.Squal to 30". 26.000 LF 35.00 5130.00000 26 Pipe Cleaning with an inside(Barn.equal to 38". 21.000 LF 38,00 x126,000.00 27 Pipe Cleaning with an inside diem Mel to 42". 11,500 LF $7.00 $80,500.00 28 Papa Cleaning with an inside diem.equal to 49". 13,500 LF $6.00 8108.000.00 29 Pipe Cleaning wit an inside diem.equal to 54". 30 LF $10.00 530000 30 Pipe Cleaning with en Inside diem.equal to 60". 700 LF 310,00 57,000 00 iee2 1F8 NorrisTins-Yew Co e d City of St.Petersburg far 3anlrrySewer Cleaning Bid Form Purchasing and Materials Managerfsht Item Annual No. Description --— _ a Units Unit Cost Extended Cost 31 - SpecialtyrpescaAng Cleaning in sewer pipes with less than 18"inside{Siam. 100 LF $20 00 $2.000 CO 32 Root Removal in sewer pipes with less tvan 18"inside diem. 13.800 LF SO 50 $6,90000 33 Easement Access Addtanal for sewer pipes with less than 8'Inside diem. 1,500 LF SO 50 575000 34 Easement Access Additional for sewer pipes with inside dram.equal to 8'. 74.500 LF SO 50 537.250,00 35 Easement Access Additional for sewer pipes with inside diem.equal to 10". 4.000 LF SO 50 $2,000 00 38 Easement Access Addbonel for sewer pipes with inside diem.equal to 12". 2,500 LF 3060 11.500.00 37 Easement Access Additional for sewer pipes with Inside diem.equal to 15". 500 LF SO 60 S300 00 38 Easement Access clonal for sewer pipes with inside deem,equal to 18". 1,000 1 LF $060 $600 00 30 Easement Access &lonel ser sewer pipes with Srmide diem, realer than 18". 1,000 1 LF- 060 5600 00 I 40 Annulus or other le seeIing/groting at manhole connection or sewer pipes with Inside diem.fess than 16". 12 EA $10000 $1200.00 41 Pi nutus of other leek seelingigyouting at manhole connection for sewer pipes with Inside diem ague!to 18'but less than 347'. 12 EA 5300 00 53.600 00 42 Annulus or other leak sea glgrouhng at manhole connection for sewer pipes with inside diem.equal to 30"but fess than 42". 12 EA $40000 $4,800 00 43 Annulus or other leek ccahngrgroutIng at manhole connection for sewer pipes with inside darn equal to or greater than 42". 8 EA $50000 $4.000.00 Total: 5860.875 0D Bidder shall indicate below if it will extend the same prices. terms, and conditions elite offer to other public agencies jellies No. Bidder's response to this question will not be considered in swam of Agreement. When the Bidder extends the prices,terms.and conditiocs of this bid to other Public agencies.the contract shall be between Bidder and the other agencies,and the C i yr shall bear no responsibility or liability for the contracts 1 I Zai* I City of St Petersburg Form for Claiming Status as a Small Business Enterprise Procurement&Supply Management Name of Finn: / -1.) i,{.)1?, L 1,6 — ft Cesthf'cation No. _ __ Occupational License No. Expiration ate Expiration Dale Typo: Suppfias 0 Services 0 Construction 0 Number o1Employees: Sales Volume for 1 I I l Previous Three Years. 20 ;$_ 24 3_ 20 :S Bidder affirms that it is a certified small business as defined by St.Petersburg City Code, Chapter 2,Article V,Division 4,Sections 2-269 through 2-299 and the regulations thereto. Printed Name and Title Authorized Signature Solicitation No._ Method of Award for Small Business Enterprise The award will be made to the certified, responsible and responsive bidders) offering the lowest Evalsreted t'fd Price (ESP) for the total bid as defined below. The Evaluated Bid Price will be calculated based on the following scale using the following formula: Bid Price X Discount=EBP The discount for this purchase Is indicated below(1,1). — 19°6 on tow bids from $0 31.500 10°°on low bids from 1,500 19,999 — 9°®on low bids kern 204000 39,999 _ 8°!°on low bids from 40.000 59.999 7%on low bids from 60.000 79.999 6%on low bids from 80,000 98,999 5%on low bids from 100.000 149,999 — 4%on tow bids from 150,000 249,999 _ 3%on low bids from 250,000 499,999 4` " 2%on low bids from 500.000 999,998 1%on low bids from 1.000.000 or more L Rev(0 11) _.11 City of St. Petersburg 11111111111"4stpetersburg BLANKET PURCHASE AGREEMENT www.stpete.org PURCHASE ORDER NO REVISION DATE SHIP TO 181210 0 20-OCT-2014 WATER RESOURCES CITY OF ST PETERSBURG 1650 3RD AVE N Saint Petersburg,FL 33713 This Purchase Order No must appear on all invoices,packing lists United States and correspondence related to this order VENDOR. VENDOR NO 110758 SILL TO LAYNE INLINER LLC FINANCE DEPARTMENT ACCOUNTS PAYABLE 14413 62ND STREET NORTH CITY OF ST PETERSBURG Clearwater,FL 33760 PO BOX 1257 Saint Petersburg,FL 33731 United States Description: Sanitary Sewer Cleaning Effective: 01-NOV-2014 End Date: 31-OCT-2017 Buyer/Phone: Cynthia Brickey/727-893-7026 Email: Cindy bnckey@stpete.org Vendor/Phone: RICHARD COOPER/(727)524-8609 Ship Via: Best Way Freight Terms: Prepaid Terms: NET 15 FOB: FOB Destination Agreed Amount: $1,950,000.00 Supplier Notes:This Agreement covers 913.81 Sanitary Sewer Cleaning effective November 1,2014 through October 31,2017 with 1/2 yr.renewal. Est.Annual Spend:$650,000.Council approval dated October 16,2014. This BPA supersedes BPA No. 157321. UNEI DESCRIPTION � UOM I UNIT PRICE I II 1 913 81 Sanitary Sewer Cleaning DOLLAR 1.00 State Sales Tax Exemption Number 85-8012740154C-1 4.0111 Federal Employer ID Number 59-6000424 `� '�-- Procurement Director To report fraudulent or unethical behavior,contact EthicsPoint,Inc at 1-888-236-7053 or www,ethicsnaint corn.For Page 1 of 2 gnevance related to a specific solicitation,please adhere to the dispute and complaint instructions in the solicitation document. City of St.Petersburg Blanket Purchase Agreement 181210 iSuppliers: Please login and acknowledge acceptance of the terms and conditions of this agreement and all change notices. Non-iSuppliers: Please sign and return this page to the Purchasing Department,acknowledging acceptance of the terms and conditions of this agreement and all change notices. Company Name: Lena Tn leer LLC.,. Address: ,75-3 I L.3e...4-4- La 4-1 Authorized Signature __, -/ Date: to f as tq Return signed acknowledgement to: City of St. Petersburg Purchasing Department Cynthia Mickey PO Box 2842 St. Petersburg, FL 33731 To report fraudulent or unethical behavior,contact EthicsPomt,Inc at 1-888-236-7053 or www.ethicsaoint.com For Page 2 of 2 gnevance related to a specific solicitation,please adhere to the dispute and complaint instructions in the solicitation document { Part A Bid Forms City of St Petersburg Bid Form Procurement& Supply Management IFB Number: 7713 Buyer. Cindy Brickey,CPPB,FCCM Issue Date: Tuesday,July 29,2014 Phone: 727-893.7026 Date Due: Tuesday,August 26,2014 Fax: 727.892.5325 Time Due: 3:00 p.m ET Email: cindy.brickeyestpete.org Purchase Description: 913-81 Three-Year Contract for Sanitary Sewer Cleaning Maximum Completion or Delivery Time:,�in (Dadp from receipt of order or notice to proceed) Terms: 2%/10,Net 30❑ Net 30 i Does this bid inclJrde the use of sub-contractors? 0 Yes 0 No 1 Is Bidder registerrtd with the Florida Division of Corporaticiis? Q'Yes 0 No , State of Incorporation _I-A/ //41)/1"- Certified Small Business Enterprise(SBE): _ 0 Yes Q'No (if Yes,complete:Form for Claiming Status as a Small Business Enterprise) Warranty(Scope and Term): —Hi,ra. - Sc4i-,,s a,t. Ct,,, .r r�. = — Extended Warranty:(Scope,Term and Price): / _.'-1 -,..c r'r,r.c v,7„ ,.ti c_ Warranty response time: Hours Service Facility: __ YY13 CF "IS i• /Y., '"'1...- ,�,ft— 13 74,0______ Bidder acknowledges receipt of Addenda Number{s , / and Term of Offer. It is understood and agreed that this bid may not be withdrawn for a period of ninety- (90)days from the Bid Submittal Deadline,and at no time in case of successful Bidder, The undersigned Bidder agrees to contract with the City of Si Petersburg to provide all necessary labor, supervision,machinery,tools,apparatus,and other means of conrslruction to do all the work and furnish all the materials specified in the contract in the manner and lime thin prescribed,and that they will take in full payment the amount set forth herein. if ��yy r J. 4t,/,/„V 1,OL-Ade fr G1-L / 7- ..e"..6--/11( legal tame of Bidder Au ignature Dale D/B/A (if applicable) _ P t Name ' /S T e� 45-5/ :rte iA1 7 I-' L1 7- --oG'/1 X47- . --2'?77 Mailing Address(P0 Box or Street) r Phone No, CgIt No. _;;f.5:1/____32-2,-)0&-r7- L/j�� illic L de-I,u ) "N 6/// ,i,i',c � '`, car. Address � � Authorized Representative Email / City Slate/T.ip Type of Business Federal ID No. Rev,i t2 1FB No 7713 Three-Year WOW d City of St.Petersburg fir Sanitary Ec>xer Dooming Bid Form Purchasing and Materials Manager5aht item Annual No. Description qty Units Unit Cost Extended Cost 1 Traffic ontrot including Maintenance of Traffic(MOT}plans for Collectors and Arterials,Pinellas County and FOOT roadways 50 EA $50 00 52.500.00 2 Temporary Setting Removable Pipe Plugs and Dewatering for CCTV Inspection -for sewer pipes with less than 18"inside diam 30 EA $25 00 $750.00 3 Temporary Setting Removable Pipe Plugs and Dewatenng for CCTV Inspection -for sewer pipes with inside diam greater than 18'through 24". 30 EA $125 00 $3,750 00 4 Temporary Setting Removable Pipe Plugs and Dewatering for CCTV Inspection -for sewer pipes with inside dram. greater than 24"through 42". 30 EA $190.00 $5.700 00 5 Temporary Setting Removable Pipe Plugs and Dewatering for CCTV Inspection -for sewer pipes with inside diam.greater than 42"through 60". 30 EA $250.00 $7,500.00 6 Pump Around Pumping Setup for sewer pipes with Inside diam,less than 12" 12 EA $50.00 $600 00 7 Pump Around Pumping Setup for sewer pipes with inside diam,larger than 12" through 21" 10 EA 575,00 5750 00 8 Pump Around Pumping Setup for sewer pipes with inside diam.larger than 21" i through 30". 1 8 EA $10000 5800.00 i 9 Pump Around Pumping Setup for sewer pipes with inside diam.larger than 30" through 42". f 6 EA $125 00 $750 00 10 Pump Around Pumping Setup for sewer pips with inside diam_larger than 42" through 60'. 2 EA $150 00 $300 00 11 Pump Around Pumping Operation for sewer pipes with inside diam less than 12". 12 Day $25,00 $300.00 12 Pump Around Pumping Operation for sewer pipes with inside diam larger than 12"through 21". 10 Day $50 00 550000 13 Pump Around Pumping Operation for sewer pipes with inside diam.larger than 21"through 30". 8 Day $75 00 $600 00 14 Pump Around Pumping Operation for sewer pipes with inside diam larger than 30"through 42" 6 Day $100 00 560000 15 Pump Around Pumping Operation for sewer pipes with inside diam larger than 42"through 60' 2 Day $150 00 $300 00 16 Pipe Cleaning with less than 8"inside diam 2.000 LF $1 50 53.000 00 17 Pipe Cleaning with an inside diam equal to 8" 95,000 LF $1 00 $95,000 00 18 Pipe Cleaning with an inside diam equal to 10". 8,000 LF $1,00 58.000 00 19 Pipe Cleaning with an inside diam equal to 12" 7,500 IF $1,50 $11,250.00 20 Pipe Cleaning with an inside diam equal to 15'. 17,000 LF $1 75 529.750 00 21 Pipe Cleaning with an Inside diam equal to 18". 31,000 LF $2.00 $62,000.00 22 Pipe Cleaning with an inside diam,equal to 21". 12,500 LF $2.25 $28,125 00 23 Pipe Cleaning with an inside diam,equal to 24" 20,500 IF $3.00 $61,500 00 24 Pipe Cleaning with an inside diam.equal to 27". 5.500 LF $3 50 $19.250.00 25 Pipe Cleaning with an inside diam.equal to 30". 26,000 LF $5.00 $130,000 00 26 Pipe Cleaning with an Inside diam.equal to 36". 21,000 LF $6 00 5126.000 00 27 Pipe Cleaning with an inside diam.equal to 42". 11,500 LF $7.00 $80.500 00 28 Pipe Cleaning with an Inside diam.equal to 48". 13.500 LF $8.00 5108.000.00 29 Pipe Cleaning with an inside diam_equal to 54". 30 LF $10.00 $300 00 30 Pipe Cleaning with an inside diam.equal to 60". 700 LF $1000 57,000 00 1at2 In No 770 7hree•Year Centract City of St.Petersburg tar Sanitary Sewer Cleaning Bid Form Purchasing and Materials Managers#ht Item Annual No. Description Oty Units Unit Cost Extended Cost 31 Specialty/Descalrng Cleaning in sewer pipes with less than 18"inside diam 100 IF $20 00 32.000 00 32 Root Removal in sewer pipes with less than 18"inside diam 13,800 LF $0 50 $6.900 00 33 Easement Access Additional for sewer pipes with less than 8'inside diem 1,500 IF $0 50 5750.00 34 Easement Access Additional for sewer pipes with inside diem.equal to 8' 74,500 LF $0 50 $37.250 00 35 Easement Access Additional for sewer pipes with inside diam equal to 10". 4,000 LF $0 50 $2.000.00 36 Easement Access Additional for sewer pipes with inside diam.equal to 12". 2,500 LF 30 60 $1,500 00 37 Easement Access Additional for sewer pipes with inside dram.equal to 15". 500 IF $060 $300 00 38 Easement Access ddibonal for sewer pipes with inside diam.equal to 18". 1,000 1 LF $060 5600 00 39 Easement Access drbonal for sewer pipes with inside diam Greater than 18". 1,000 LF $060 $600 00 40 Annulus or other le k sealing/grouting at manhole connection for sewer pipes with inside dram less than 18". 12 EA $10000 $1,200.00 41 Annulus or other leak seatng!grouting al manhole connection for sewer pipes with inside dram.equal to 18"but less than 30". 12 EA $300 00 $3,600 00 42 Annulus or other leak sealing/grouting at manhole connection for sewer pipes with inside diam.equal to 30"but less than 42" 12 EA $400 00 $4.800 00 43 Annulus or other leak seadngrgroubng at manhole connection for sewer pipes with inside diam equal to or greater than 42" 8 EA $500 00 54,000 00 Total: $860,875 0D Bidder shall indicate below if it will extend the same prices, terms, and conditions of its offer to other public agencies „j/Yes_No Bidder's response to this question will not be considered in award of Agreement When the Bidder extends the prices,terms,and conditions of this bid to other public agencies,the contract shall be between Bidder and the other agencies,and the City shall bear no responsibility or liability for the contracts 202 City of SI Petersburg Form for Claiming Status as a Small Business Enterprise Procurement&Supply Management Name of Firm: rd , ?l Certification No. ,' Expiration sate Occupational License No. Expiration Date Type: Supplies❑ Services 0 Construction 0 Number of Employees: Sales Volume for ! i Previous Three Years: 20 ;$ 20 :$ 20 :$ Bidder affirms that it is a certified small business as defined by St.Petersburg City Code, Chapter 2, Article V,Division 4,Sections 2-269 through 2-298 and the regulations thereto. Printed Name and Title Authorized Signature Solicitation No. Method of Award for Small Business Enterprise The award will be made to the certified, responsible and responsive bidder(s) offering the lowest Evaluated Bid Price (EBP) for the total bid as defined below. The Evaluated Bid Price will be calculated based on the following scale using the following formula: Bid Price X Discount=EBP The discount for this purchase is indicated below(J). 15°0 on low bids from $0 $1,500 10°0 on low bids from 1.500 19,999 960 on low bids from 20,000 39,999 8%on low bids from 40,000 59.999 7°0 on low bids from 60,000 79,999 6%on low bids from 80,000 99,999 5%on low bids from 100,000 149,999 4%on low bids from 150,000 249,999 _ 3%on low bids from 250,000 499,999 '1 2%on low bids horn 500.000 999,999 1%on bw bids from 1,000,000 or more Rev(911 1) City of St.Petersburg Contractor Questionnaire Purchasing& Materials Management This Contractor Questionnaire must be completely filled out and returned as part of your bid. Failure to do so may result in disqualification of your bid. Evaluation of this Questionnaire may be a prime factor In the award of this Agreement. Use additional sheets to provide all information requested. il/— 3172-00/14A `7-4/7,2- Company'Name Company Phone/Fax No. J7ilir: r- _ 2,1 I) /71$,<7/ f?l �,411.4.iia•:' pta/A (d applicable) I Contact Name-rate 1/Email a Company Address 1 Contact Na le 2/Email Com an Address 2 '` P Y �_ �. Federal Id N0. StrhtJF f26 Imo— 1;-77 CitytStale/Zp Authorize?Si JJ 1. Type of Organization yPf Please indicate business type below by placing a ., in the space provided. 2 Corporation Organization Date: . �r=/- Sole Proprietorship State of incorporation: ❑ Partnership El Other , 2. Personnel a. Administrative Principal Officers Position and Function Years With Company lair_ "Pvr Its n •rt..v.4 LI LI k�cL t_ L. ' ( a 0 Q e"tist k Vie C. •�tl.n \1/4/ y� �C c,ct c b. Construction{Supervisory Field Personnel) Name/Title Years of Experience tot6 Rev(10106) IndfaIon for Ski Canuactor QuesUannatra 3. Financial information a. Present net worth $ 'eA 575532--. //S E /73//l2o/J/1 b. Annual dollar sales(each of the last three years) FV S /70 /l//u/e J 2 /S /37//1/zzot, /$ /37/'l/44/d,(.) c. Bidding Limits: Minimum: $ 3 o/;iji4-loiJ Maximum: $ d. Banking Reference: Bank \P? /?ILS/z /iA) L'iemisc ' Address 4jcac� � �' P.-•iGe.Z', x kjfi' .c,t „IL 6-'4Y ST Telephone No. a ..575-0—_ r.6-`a ... + Contact r�Ifj40..Jj- e. Bonding: Limit $ 42z-1_4../04) 5/ ryG E /'1.4�.C.&'6ir'Tc Bonding Company ',:' ::r=5;X7- `c- 1011',.9&7' Bonding Company Address /4.f /f���,f,c rT_ f,�t c L ix//SI/r 67 y&'L 2.9? Phone Number t--r`i - J71:/ - /; ° f-- Contact Person(s) G /C _ !_hTM;"" � _ e T�� ' %!f4' rn f .•lt' L f. List Bankruptcy Proceedings: /////:1, - 4. Capabilities a. How long has your firm been in business? 12 1. yak:5 b. Classes of work you are qualified to perform with your own forces: ,Sarir-k r/ Ssc.m _ zwiec Ci�cruxs Lys�Jc , n S.5 Ls Iii. . o 2 of 6 Rev(301061 F D Chel \,) ...e '.,,." .•• Florida Department of Transportation RICKSCOTf EC GOVERNOR 60$Suwannee Sheet TalCahassra,F1, 33399-0450 ANASEC PRASAD,P.E. SECRETARY June 17, 2014 LAYNE INLINER, LLC 4520 N ST RD 37 ORLEANS IN 47452 Dear Sir/Madam: RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has I The est yfur acasp a qualified,�our company for the t ype of work expire 7/31/2015.lHowever, is notified e new ed otherw4se, this Certificate f Qua1ificaLioncwill application is due 5 31/2015, In accordance with 9,337.14 (1) P.S. In the your next application must be filed within (4)a endingn interim the appy l a audited annual financial statements endif ( ) carte, theaditewill be valid for 18 mos statements.aSection 337.14 (4) F.S. , hat yours a i certificateate periodito er your financial statement dace.es t This gives qualification.tomonhTo remain allow oaloustobid on Jobs as we process your new application uiat to anywith the Department, a new application must be submtted sfirm as describes ingSectiont14-22.0flin the Florida1A1 position or the structure of your "''*�-n=gtrati•re Code. Your company's maximum capacity rating has been established based on Conx Audited Reviewed financial statements. To access it, Contractor Prequalification s:ctor Prequa1iate.fi n ApplicationpicaSystem via the please log ar,rss the orPreQualification/ollowing link; a the "Manage" and "Application Summar Pproved application, and tier. ci_ck Summary" tabs. , Once logged in, select "View" for the most recently FDOT APPROVED MORE CLASSES: NONE FOOT APPROVED 9PECZALITY CLASSES OF WORE: PIPE DESILTING, VIDEO PIPE INSPECTION, AND PIPE LINER You may apply, in writin to the eapilin wia ng,tforor s a Revised Certificate of Qualification a- any time Administrative Code. Please be advised if certification in additional classes of workis certificate according to Section 14-22.0041(3), Florida desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Sincerely, • 11.47.1 tom. Juanita Moore, Manager JM:cj Contracts Administration Office www.dot,state,f(us Invitation for Bid Contractor Questscr.nalro c Work normally subcontracted to others: U r f via AcA.S ._. in. d How many employees do you currently employ? Locally 1 Nationally 3 e. Largest contract completed to date: $ dfII�cs'Yr, o/ ' Have you had a contract for similar services terminated prior to completion in the past live years? 0 YesNo If yes, identify the project, the owner, owners representative and the reason for termination. g List major material supply houses/credit references: Name $ Location Contact/Phone yy S.tt1 csc'. 9 cel G . f ° o �G`.w cafe E�?,tJi� roe)- eo r 073 5 Equipment Indicate the name of the manufacturer of the equipment proposed to be furnished under the Agreement resulting from this Bid. Equipment Manufacturer/Model No. Own? Rev(1O 6) c>#fi iwviiallon or But Con!ractar Queshormaira Equipment ManutactureriModel No. Own? _.............. 6. Sub-Contractor(s) List the Subcontractors retained by your firm to perform under the Agreement resulting from this Bid. Sub Contractor Item of Work Location License# 7. References Provide at least five municipality references you have provided similar services for the past three years in the Slate of Florida. Municipality Name Address Contact/Phone Fax/Email c�► 54,P� 11 c. 3- ,,.Sd,. c ��....33AS 3d 3 - S3Yq 3.13:+.1,516) y .cpm, ,1 33 slo� c a- 3tjc Orc+,tt Coo n� y0n�C ��dkc�, �t L_ 7,_.22A l20 -4_6-93-(4) 4_6 > .- �! Q?b ,S�'Sip L'-c.IIks�cet'L ,Tr i xjAv• 33�'&�J.n`�r-cv� -��,�1Yss-I� lts,EL c�'vo C� * ► u �o = f4,rs 33 s-u�-- n x q‘10 It B Work History V,saa 1...Fay_rh�4 si �csec�ti.,s -44 ,000 us: 19-1•••ci, Son,I'yz,SC•JI•" des.c<\••• Please attach a list of projects presently being worked on or completed by your firm within the last three (3) years. Include names, addresses and telephone numbers of contacts.Please attach your brochure,if one is available. 4 06 Rev(10106) AMAMI City at St Petersburg Ca Notice to Bidders Xterail Procurement&Supply Management IFB No.: 7713 Buyer. Cindy Srickey,CPPB,FCCM issue Date' Tuesday,July 29,2014 Phone: 727-893-7025 Submittal Date: Tuesday,August 26,2014 Fax: 727-892-5325 Time Due: 3:00 p.m.ET Email. cindy.brickeyestpete.org NOTICE IS HEREBY given that sealed bids will be received by the Procurement & Supply Management Director at his office located at the Municipal Services Center, One 4th Street North,51h Floor, St. Petersburg, Florida 33701 until 3:00 p.m.ET,Tuesday,August 26,2014 at which time bids received will be publicly opened and read aloud for. Purchase Description: 913.81 Three-Year Contract for Sanitary Sewer Cleaning i d � Bids shall be delivered and addressed to: Louis Moore,FNIGP,CPPO,Director Procurement&Supply Management Municipal Services Center One 41h Street North,51h Floor St. Petersburg,FL 33701 A pre-bid conference will be held at: 10:30 a.m.ET,Thursday,August 7,2014 Procurement&Supply Management Municipal Services Center One 4' Street North, 5th Floor St.Petersburg, FL 33701 Soecifications — Specifications and bid submittal forms are open to public inspection at the Procurement Department. Any bidder who wishes to submit a Bid must download the IFB and addenda from the City's website Bidders must submit one(1)original hard copy of its bid and one (1)compact disc("CD")copy of the pricing pages in Excel format as provided on the City's website before the Submittal Date and Time Due. Late Bids --Late bids will not be considered and will be returned to bidders unopened. it is the bidders' responsibility to ensure that their bids have sufficient time to be received by the Procurement Department before the bid opening. AU bids shall be submitted on the forms designated by the City and shall be sealed and plainly marked with the label enclosed. Nonconformance with these instructions is grounds for rejection of bid.The City reserves the right to accept or reject any and ail bids in whole or in part,and to waive minor technicalities,informalities and Irregularities. Questions, requests for interpretation. correction, or clarification must be submitted in writing to the buyer listed above, by e-mail and shall arrive no later than noon on Thursday, August 14, 2014. Louis Moore, FNIGP,CPPO Director. Procurement&Supply Management LM:cb Attachments Rev(S/11}.(10/13l 11111111151111111111 City of St.Petersburg Mir'-18.11111111 Procurement&Suppiy Management 11111,-,011111 One 4"Street North,51 Floor "l•-C--'7-r, St.Petersburg,FL 33701 Telephone(727)80-7220 51.petersbarg Fax(727)892 5325 www.stpate.ora Acknowledgement Addendum Addendum No.: 1 Date: August 11,2014 Procurement Analyst: Cindy Brickey, CPPB, FeiCM Bid No.: 713 dated July 29, 2014 , Commodity: 4.13-81 Three-Year Contract for Sanitary Sewer Cleaning This is to acknowledge receipt al this Addendum. Failure to acknowledge receipt of this Addendum may result in the disqualification of yotfr bid. /4 licf: ji•J / 7:'"" i /2 / ......./...„. 1„,„ .. _ _„._ . iti,,, t, — , , ,, ,, „c 9 , ; ' ', / , / _ Comioany Name Authorized gnature 41, :-. L ,js.„:"71 .(-- 'i (. 7 „ f)'i,7/1/1g..4: 141 <61L', _ Address Name (Type or Print) ‘ , / City State, Zip — Title(Type or Print ••V 4' 7,:,;/'ri'.Z. -.‘, (;;I:/- 1;')/k , (.:eiliti,4X1,4 ., /ikifi.OZ,..:.-, Telephone Email Address Rev(5/11) NOVAliii City or St.Petersburg iff1 Procurement&Supply Management _ One 4r Street North.5n Floor ° Si Petersburg,FL 33701 st. tersbo'Q Telephone(727)893.7220 ww1it.stpnia.oPg Fax(727)1392.S.125 Addendum Invitation for Bids Addendum No.: 1 Date: August 11,2014 Procurement Analyst: Cindy Brickey,CPPB, FCCM Bid No.: 7713 dated Jt�ly 29,2014 Commodity: 913-81 Three Year ntract for Sanitary Sewer Cleaning Bidders must acknowledge receipt of this addendum prior to the hour and date specified in the solicitation or as amended by one of the following methods:a)by completing the enclosed acknowledgment form and returning it with the bid,b)by acknowledging receipt of this addendum on each copy of the bid submitted;or c) by separate letter which includes a reference to the solicitation and addendum number. Failure of your acknowledgment to be received at the place designated for the receipt of bids prior to the hour and date specified may result in rejection of your bid Description of addendum: Add: Part B, Scope of Work Factors Influencing Award If the Bidder quotes a price in the Bid Form that is determined by the City's Project Manager ("PM") to be unbalanced with the rest of the Bidder's prices, the bid may be considered non-responsive. The Bidder's prices generally would be considered unbalanced when the quoted prices for similar work under various line items are not proportional based on increasing construction complexity or materials requirements, or are not proportional to the PM's estimated prices. The PM may request and review a Schedule of Values from the Bidder to determine if the Bidder's prices are unbalanced. Damage Contractor shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work, Should any public or private property be damaged or destroyed, Contractor, at its expense, shall subcontract for or make repairs and restoration as is acceptable to the City and owners of destroyed or damaged property within five days of the date damage occurs. Contractor shall utilize City approved, licensed and skilled tradesmen to complete any repairs that it is responsible for providing. Rev(5/11) Emergency Services a. Contractor shall provide the City with evening, weekend and holiday service, as necessary, to manage an emergency situation. An emergency is defined as a situation which threatens public health and safety, as determined by the City. Vendor shall provide first-priority services to the City in the event of a hurricane, flood or other natural disaster. The City has the option to purchase from other sources if Contractor is unable to meet emergencies in addition to any delivery requirements. b. For all emergency calls, Contractor shalt provide a live, twenty-four hour contact person's name and telephone number. Holidays If Contractor chooses to work on a designated city holiday, Contractor will reimburse the City $400 to cover the costs of providing a city Inspector. A list of current city`holidays shall be provided tot the successful Contractor. ( Performance Evaluation During the Agreement Term, Contractor's performance will be evaluated on multiple criteria including service, quality, accessibility, responsiveness, documentation, skills, creativity and innovation, customer interfaces and flexibility. Non or substandard performance may be grounds for termination of this Agreement. Account Management Contractor shall provide a single point of contact, dedicated account manager, wi o will be readily available during normal business hours to administer the Agreement. Contractor is responsible for notifying the City with any changes in account manager or contact information. Account manager's responsibilities shall include, but are not limited to,overseeing all aspects of implementation,servicing, reporting and issue resolution. Collaboration Contractor shall meet with the City annually during the Term of Agreement to collaborate on innovative ways to contain costs by identifying waste, inefficiencies, and developing strategies that are mutually benercial to both the City and Contractor. The goal of these meetings will be to exchange ideas that can result in measurable cost containment activities. Price Escalation/De-escalation All prices ("base prices")shall remain firm for the first 36 months of the agreement term. After the first 36 months, adjustments in prices shall not exceed the U. S. Bureau of Labor Statistics Employment Cost Index (UECl") percent change for the most recent twelve month period (see htto/,0,w w bt= q,, , Employment Cost Index, ECl Multi-Screen Data Search, Total Compensation, Private Industry, Not Seasonally Adjusted, Construction, Extraction, Farming, Fishing and Forestry Occupations Index CWU2010000405000A). Approval of the price adjustment will establish a new base price, from which subsequent adjustments will be calculated. Rev(Wl r r) Invoicing a. Contractor is responsible, at all times, to monitor the total quantities of all unit- priced work and to promptly bring to the attention of the project manager any work, which, if performed wilt approach, equal, or exceed the total estimated quantity for the item(s) shown in the IPt3. Any work performed by Contractor that exceeds the estimated quantities shall be at Contractor's expense, unless authorized by the project manager in writing, in no case shall the total value of the work exceed the total Agreement value, b. Contractor shall submit invoices to the City monthly on the last business day of the month. c, invoices shall include the items described below in City approved format: (1) Dated and signet Contactor invoice in tabular format including City Work Order numt?er, Contractor invoice number, projects start and end date for period (of Wbrk invoiced (completed work orders only), Contractor's address and contact information, anginal Agreement amount, value of approved change orders. current Agreement total amount, total value of work performed to date, amount of previous invoices and payments and balance due with the current invoice. (2) Summary of current payment and yearly Agreement Pay Item totals in tabular format(hard copy and matching electronic Microsoft Excel file). (3) Post-work inspection CCTV video(s) and database on digital media where required. d, The electronic portion of item b above shall be contained in one Excel file, and be submitted via e-mail to the project manager prior to receipt of the hard copy transmittal. The electronic file shall follow the Water Resources Department's naming conventions. e. The City's methods for payment are paper check sent via US Mail, electronic transfer (ACH), or electronic payment via credit card payment. The City's preferred method for invoice payment is electronic payment via credit card. e-Payables Contractors are encouraged to adopt the City's electronic payment option, which Is designed to deliver payables quickly and more efficiently than check payments. This procedure is consistent with the City's obligations and purpose, with an overall intent to utilize technology to provide value to the taxpayers. Details on this option can be found at si sete alai rch3sInclenaval3i- . Rev(5/10 Except as provided herein, all terms and conditions wilt remain the same. Louis Moore, FNIGP, CPPO Director, Procurement& Supply Management LM:cb Rev(Sill) Inv,ta'ion for aid Contractor Questionnaire 9. Other a. Attach a copy of your firm's audited financial statement or individual tax return and personal financial statement of net worth if you are an individual proprietor for the most recent fiscal year. {fir•}4, .,t,., to b. Attach a copy of your firm's Federal Employer Tax ID certificate. tot-Arlp c. Attach a copy of all your current insurance coverage(s). d. Attach copies of all licenses including Contractors and occupational. A111,-e-a.'-.c Li e. Include in any alleged, significant prior or ongoing contract failures, any civil or criminal litigation or inv stigalion pending which involves the firm or in which the firm has been judged guilty or liable. -- 14•A f. Provide details If all OSHA violations within the past five years. If none, please state so. -- Mone. g. Provide experience in the cleaning of vitreous clay pipe (VCP), reinforced concrete pipe (RCP), ductile and cast iron pipe (DIP & CIP), polyvinyl chloride pipe (PVC), and pipe that has been lined with high density polyethylene pipe (HDPE),cured in place pipe(CI PP)or other rehabilitative material -1- c e..fr-r r a cy C cL.erl. h. Provide specifications and manufacturer's guidelines for the equipment to be used in the performance of pipe and manhole cleaning and CCTV Inspection under the terms of the Agreement. t s lAr.cS O :- \( ; i. Provide certification of personnel assigned to the Agreement in the use of the Pipeline AssessInent and Certification Program(PACP)for CCTV inspection. Provide certification of personnel assigned to the Agreement who have successfully completed OSHA's"Permit-Require Confined Space Entry"course. A!t tw. j�C�CG, "R rc: _te r c +h .Lc —*pot. . k Provide bio on personnel assigned to the Agreement including experience of equipment that will be used to complete the cleaning and CCTV inspection work performed under the terms of the Agreement. Provide name of the software that will be used in the Agreement and provide documentation it is certified PACP compliant by National Association of Sewer Service Companies(NASSCO). ,4 K m. Provide documentation for the following experience: ea4r„,es Ai ,C (1) Cleaning of at least 250,000 linear feet of sanitary sewer pipe equal to or greater than 24"in diameter In the Slate of Florida within the last 3 years. (2) Cleaning at least 25,000 linear feet of sanitary sewer pipe equal to or greater than 42" in diameter within the last 3 years in the State of Florida within the last 3 years. 5oro Rev(1arm invealion ter Bid Contra cr Qnesliannaire (3) Scale removal from at least 5.000 linear feet of iron sanitary sewer gravity pipe equal to or greater than 12" in diameter within the last three years within the State of Florida. -t w. S c c,-= S (4) CCTV inspection of at least 250,000 linear feet of sanitary sewer pipe equal to or greater than 24" in diameter in the Statetof Florida within the last 3Years. — � �=c� 'c �t<„ces q 7<c\-e , 1 • 6616 Rev(10106) TRAVELERS J _ Bond Financial Products 7465 W. 132ind Street Overland Park,KS Phone: (913)402-5392 Fax: (866)842-3972 RE: LAYNE INLINER, LLC To Whom It May Conrtrn: 4 As the surety represe�i tative for Travelers Casualty and Surety Company and Travelers Casualty and Surety Company of America, this letter will serve to confirm Layne Milner, LLC has the ability to provide single project bonding in excess of 530 million with an aggregate limit of S300 million; backlog of$300 million. Travelers Casualty and Surety Company's commitment to write any final bond is conditioned upon several factors being reviewed and accepted by us as satisfying our underwriting criteria at the time the final bonds are required Those factors Include, but are not limited to, the final contract documents and alai related contracts, the bid results, financing arrangements for the project, the financial condition of Layne !Winer, LLC based on the most recent information available to us at the time or the final bonds are required and the terms of the requested final bonds Tns letter is issued only as a bonding reference as requested from our client and is not an assumption or liability or a bond. Vie assume no liabi'ity to tnrrd parties or to you if, for any reason, we do not execute said bonds. Travelers Casualty and Surety Company of America, a member of the Travelers Group, is rated as A+(Superior), Financial Classification XV by A.M. East Company and appears on the U.S. Treasury Department List of approved sureties. Should you require additional information regarding our relationship with Layne lnimer, LLC please contact us at the Louisville, KY address below. it is with pride we recommend Layne Inirner, LLC Sincerely, 1 Steven M. Garrett Authorized Surety Representative Garrett-Stotz Company 1601 Alliant Avenue Louisville, KY 40299-6338 (502)415-7000 JAN-16-2013 13:11 tRS 801 620 5476 P 02 rDepartment of the Treasury in reply refer to 0443984215 Internal Revenue Service Jan 16, 201.3 LTR 147C Ogden, UT 84201 01.0684682 LAYNE INLINER LLC %REYNOLDS INC SOLE MBR 1900 SHAWNEE MISSION PKWY MISSION WOODS KS 66205.2003 99S Taxpayer identification Number: 01.-0684 682 i Form(s): _ 1 1 Dear Taxpayer. This letter is in response to your telephone inquiry of January 16th, 2013. Your Employer Identification Number(EIN) is 01-0684682. Please keep this number in your permanent records. You should enter your name and your EIN, exactly as shown above, on all business federal tax forms that require its use, and on any related correspondence documents. If you have any questions regarding this letter, please call our Customer Service Department at 1-500-829.0115 between the hours of 7:00 AM and 10 00 PM If you prefer, you may write to us at the address shown at the top of the first page of this letter. When you write, please include a telephone number where you may be reached and the best time to call. Sincerely. -*7 i 0._..:A-- Kyle vidson 1678008 Customer Service Representative TOTAL P.02 AWREX CERTIFICATE OF LIABILITY INSURANCE DATE 7j 3/ 0 _ +✓ 8/112015 71232014 – THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER.AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder Is an ADDITIONAL INSURED,the polleyges)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy.certain policies may requIre en endoreemenL A statement on this certlike!e does not confer rights to the certificate holder in lieu of such endorsements) PRIMMER Lockton Compania c°�F"ieAPRIMMER444 W 47th Street.Suite 900 PNbI� cr MLot �M.NOL sas . ICanGuy MO 64112-1906aeAa (816)960-9000 ADORER. e13URERISI AFFORDING COVERAGE HNC s NUURFA A Zurich American Insurance Company 16535 °tSURCD LAYNE INLiNER.LLC INSURER a American Zurich Insurance Comnanv 40142 426 2531 JEWEIT'LANE INStM M c SANFORD FL 32771-1677 VDU=D ssuuns • e•3uaeR r COVERAGES LAYTNOI CERTIFICAITE NUMBER 2778286 REVISION NUMBER: X)OCXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR;CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE'TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS R momEXP \-LLTT" TYPE Or Ns IRMICE .Atso emv0'rER a Pone*NUMJ piNuOPOLICY EFFLor rr UNITS A X cOiuggRW'sIIITY N N 0LO5817438-01 8!112014 8/11201$ EACHOCCURRENCE .s 7000arm DAMANTED CLAIMS IAADE OCCUR PREMISEES lETO s ceueeneH f 500 000 X CONTRACTUAL MED ex,f m Dns ps, nI s 10.000 X X C,U COVERAGE PEnSONALsun,mum s 2.000.000 "arm.,AGGREGATE WR APD PER.IOC GET &L AGGREGATE s 5.000.000 G U PRC VCTS CAYPIOPAOG 1 5.000.000 omen 3 A AUTOMOBLEUA3IUTY N N BAP5817437-0I 8:12014 1 11701$ Celt°.Ir-tU IT s 5.000.000 - ANY Aura _ sow(INJURY LPN P«Ierl s XXXXXXX LL AOWNED SCHEDULED L.._AUTOS _ AUTOS ROCKY INAIRV Meet aePomd) $ XXXX XXX HIRED Amos PROPERTY DAMAGE 3 --/ MOCXXXX AUTOS IPareeee.M7 3 X OcOOCX — 1ALINfiU A uee H OCCUR NOT APPLICABLE EACH OCCURRENCE s XXXXICX?.► ErCEes UM CLAMS-IRAN AGDREGATE $ XXXXXXX LIED ON$ _ s 'own= wMRINIS CoNPENEATION B AND EMIPLOYSAR'maims, N WC 5817439-02(AOS) 8A2014 8/1/2015 X SrAnnsi mg A ANY CANE YIN WC 5817440432(WI 8/112014 8/12015 A OFFtCERIDAREREXCLUDED? {JN/A STOPGAP(ND.OH.WA.WY) 8!12014 8/1/2015 EL EACHAQIEen $ 5.000.000 pasralatery N yyss. �� �,PIK EL DISEASE-EA EMPLOYEE s 5.000.00() PESCRwT10N Or OPERATIONS woe -\ E L DISEASE-POLICY UI4T.S 5 000.000 DESCRIPTION Or OPERATIONS I LOCATIONS I VEINCUEs MACORD Tet.Add asaN Ram as Sdrbds.may Ds Nnehed limes epees b NOM) CERTIFICATE HOLDER CANCELLATION 2778286 PROOF OF INSURANCE SHOULD ANY OF THE ABOVE DESCRMED POLICIES BE CANCELLED ED BES THE EXPIRATION OATS THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Aunlwtam REPREIgNmo O 19084014 AC ORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD STATE OF FLORIDA +,4' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION •1 CONSTRUCTION INDUSTRY LICENSING BOARD �:_ , (850)487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 HARRIS,MARK M LAYNE INLINER,LLC 2531 JEWETT LANE SANFORD FL 32771 f f Congratulations! With this license you become one of the nee one miIlon Floridians licensed by the Department of Business and Professional Regulation Our professionals and businesses range (qt.. STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, DEPARTMENT OF BUSINESS AND and they keep Flonda's economy strong PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to CUC1224477 ISSUED. 0613012014 serve you better For information about our services,please log onto www.myforidaikense.com There you can find more information CERT UNDERGROUND&EXCAV CNTR about our divisions and the regulations that krtpact you.subscnbe HARRIS,MARK M to department newsletters and learn more about the Department's initiatives LAYNE INLINER;LLC Our mission at the Department Ea License Efficiently,Regulate Fairly We constantly strive to serve you better so that you can serve your customers Thank you for doing business In Florida, 16 CsrtrrriE0 under the p,ovrelont or Ch sea r:s and congratulations on your new$cense! Evils.,ex, kg,y' ole L1'-- 000Opw DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION a:. CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NLPAtlFR 10 y Tr. 1• CUC12Z4477 C The UNDERGROUND UTILITY&EXCAVATION CO Named below IS CERTIFIED Under the provisions of C 489 FS Expire=date: AUG 31.2016 HARRIS.MARK M LAYNE INLINER.LLC a �1 2531 JEVV€TT LANE SANFORD FL32771 gip ' ..• .,., .-- . —.--,. •4.♦—w�a.••=8. —... .... --- awe ,.--- i' PRI) CITY OF SANFORD ; , Building & Fire Prevention Division 1 2 R ' -' PO Box 1788, Sanford, FL 32772-1788 d. ,.'tili LOCAL BUSINESS TAX RECEIPT VALID THROUGH SEPTEMBERilk 30,2014 y 1 ,..• LAYNE INLINER LLC .‘i 4520 N SR 37 ....o IN 47452 ; e' This receipt is a local business tax only. It does not permit the local business taxpayr to r. tit.iviolate any existing zoning or regulatory laws of the state or county, nor dor it exempt the business taxpayer from any other license or permits required by law. 41 rE.- Issue Date: August 27,2013 Control Number. 0025275 Business Location: 2531 JEWETT LN Receipt Number Classification Receipt Penalty Total P'a 5036C Amount Amount ri.Ce.—. 00036431 CONTRACTOR 20 OR MORE 200.00 .00 200.00 44 1 ; EMPLOYEES 1 j ice' FIaEINs III 00036432 160 00 .00 1 180.00 FIRE INSPECTIONS 1:i'. ' I I I "�4 ._ ni �i ,rte I I I i ' I I I I i i I ( ' .�;I r I C 1 i i V i I . I i -i Z . ; 1.,...ii SEMINOLE COUNTY TAX RECEIPT REQUIRED ` ORIGINAL TAX RECEIPT MUST BE DISPLAYED ON PREMISES Pe 1 f r n' x � ... '-� 7 .:t '-_ --7 �`�'7-:. t--:"�"" F_�„_ �` �„.=' —Ty .,___re- r�Y§4{ C,, ,,g4 ` , �` q;sLg�. 14.>.47 , ,f� rC411-1 ei _q ' , =,n �_." _ .-.- . _,. r .:"."-» «:'^ -te'`�1.7:4— a .^ °` -^^:a `. (4y-firo,tril r REFERENCE: City of St.Petersburg Large Diameter Sanitary Sewer Cleaning and Televising Contract—Layne 1 ! l Inliner,LLC has been performing sanitary sewer cleaning and CCN inspection services for the City of St Petersburg, FL for the pLt 10 years.These services were provided finder several multi-year indefinite quantity unit price service contracts that were entered into with the City between August 1998 and September 2013 Over 2,000,000 IF of 8-inch thru 54-inch diameter gravity sewers have been cleaned and inspected under these contracts with a combined contract value of$16,102,000.206,000 LF of gravity sewer greater than or equal to 30-inches in diameter were cleaned from September 2005 thru May 2013 Contract is on-going through September 30, 2014 City Contact. Layne Inliner, LLC Contact Lane Longley Rick Cooper 1635 Third Avenue North 14413 62nd St North St.Petersburg,FL 33713 Clearwater,FL 33760 (727)892-5612 (727)530-7577 2531 Jewett tare Sarlord FL 32771 0 Office 407 472 0014 I Fax 407 412+0097 I 13re cern (.4.!yne inliner REFERENCE: Miami-Dade Two-Year Countywide Contract for Cleaning and Televising of Large Diameter Sewers,with County Option to Renew for an Additional Two Years on a Yearly Basis,Contract No.S-802—Cleaning and inspection of large diameter gravity sewers from 18-inches thru 72- inches in diameter Approximately 140,000 LF(129,422 IF greater than o> equal to 30-inches in diameter)of large diameter gravity sewers have been cleaned and inspeded under this contract with a contract value of$2,300,000 and completion date of October 29, 2009. County Contact Layne Inkier, LLC Contact Ms Alma M Santiago Rick Cooper 3071 SW 38th Ave 14413 62nd St North Miami,Florida 33233-0316 Clearwater,FL 33760 (305) 665-7471 (727)530-7577 Miami-Dade Countywide Contract for Cleaning and Televising of Large Diameter Sewers, with County Option to Renew for an Additional Two Years on a Yearly Basis, Contract S-846. -- Clean and CCN inspection of 179,152 LF of 18-inch through 78 inch gravity sewers and thirty-four(34) pump station wet wells Final contract value of $3,756,694 07 with a completion date of September 30, 2013 County Contact Layne Iniiner, LLC Contact Mr. Isaac Smith Rick Cooper 3071 SW 38th Ave. 14413 62n1 St. North Miami, Flonda 33233-0316 Clearwater, FL 33760 (786) 552-8150 (727) 530-7577 2531 Jewett Lane Sanfcrd FL 32771 i Ofice 407 472 0014 J Fax 407 472 0097 i tware m Part B Scope of Work Scope of Work 1. Intent The city of St. Petersburg is soliciting proposals from qualified firms for maintenance cleaning and closed circuit television inspection (CCTV) of sewer pipes and inspection of manholes within the city's sanitary sewer collection system. 2 Scope Contractor shall provide all labor, materials, supervision, tools, equipment, and vehicles necessary for maintenance cleaning and closed circuit television inspection (CCTV) of assigned pipes and inspection of manholes within of the city of St Petersburg's sanitary sewer collection system and removal and disposal of debris removed during the cleanings process Other work, includingannulus sealing and grouting, various forms of specialized pipe cleaning, and oerations to support the primary maintenance cleaning and inspection activities are also to be provided Contractor shall be aware that this contract requires work in active sewers and shall perform work in compliance with all federal, state and local requirements for safety in confined spaces, work zone safety, and hazardous matenals. Contractor shall be required to conform to all guidelines set forth by the Occupational Safety and Health Administration (OSHA) and Federal Regulations 29 CFR Ch. XVII, Section 1910 146 Confined Space Entry. 3. Background The city of St Petersburg's wastewater collection system serves an area of a little over 77 square miles with over 250,000 residents with roughly 90,000 service connections. The gravity sewer pipes total over 900 miles of gravity sewers and contains 19,476 manholes Wastewater flows or is pumped by City's 83 pumping stations to the City's four water reclamation facilities for treatment Most of the smaller diameter gravity system lines (particularly 8" diameter pipes) are constructed of vitrified clay pipe (VCP). Other pipe materials include polyvinyl chloride plastic pipe (PVC), ductile and cast iron pipe (DIP & CIP), and in larger diameters re- enforced concrete pipe (RCP) and a small amount of direct-bury fiberglass pipe has been used. Many of the medium and large pipes have been lined with a variety of techniques and materials, including substantial amounts of slip-lining and cured-in-place lining using high density polymer pipe (HDPE), felt-resin cured in place pipe (CIPP), sectional fiberglass, and small amounts of other materials Aqueous crossings, conflict structures, and pipe built in proximity to other structures often contain either DIP or CIP and requires descaling for proper cleaning. Most of the manholes are brick, but precast and fiberglass manholes have also been installed in some areas. There are substantial quantities of collection system lines in easements in residential areas. The system is generally in good condition and has been undergoing intensive improvements and has been properly maintained for the last ten years. The breakdown of gravity pipes in the system by diameter is listed in the following table' B-1 IF8 No 7713 Scope of Work Gravit Pi•e Diameter Linear Feet 8"or less 3,897,399 10" 344,919 12" 194,800 14" 3,278 15" 78,716 16" 353 18" 84,043 20 420 21 26,723 24 46,754 27 10.844 30 57,618 36 37,946 42 4,230 48 30,260 54 2,259 60 2,127 Total 1 4,822,689 4 Minimum Qualifications At a minimum,Contractor shall meet the following qualifications: a Have been in business providing sanitary sewer pipe cleaning for similar sized municipalities in the State of Florida and similar types of sewer pipes as described herein for a minimum of one year b Have a minimum of ten years experience in the maintenance and rehabilitation of similar sized and types of sanitary sewer systems in the State of Florida including vitreous clay pipe (VCP), reinforced concrete pipe (RCP), ductile and cast iron pipe (DIP&CIP), polyvinyl chloride pipe (PVC), and pipe that has been lined with high density polyethylene pipe (HOPE), and cured in place pipe(CIPP). c Possess an Underground Utility and Excavation Contractor license issued by the State of Florida d. Cleaned at least 250,000 linear feet of sanitary sewer pipe equal to or greater than 24" in diameter in the State of Florida within the last 3 years. e. Cleaned at least 25,000 linear feet of sanitary sewer pipe equal to or greater than 42"in diameter in the State of Florida within the last 3 years. f Scale removal from at least 5,000 linear feet of iron sanitary sewer gravity pipe equal to or greater than 12" in diameter in the State of Florida within the last three years g. CCN inspection of at least 250,000 linear feet of sanitary sewer pipe equal to or greater than 24" in diameter in the State of Florida within the last 3 years. h. Provide proof of ownership or long term access of the equipment required to provide all self-performed services i. Have employees that are currently certified in the use of Pipeline Assessment and Certification Program (PACP) for CCTV inspection B•2 IFB No 7713 Scope of Work 1 Be able to self-perform all required services without the use of subcontractors except for traffic control, pump around set up and operation, annulus sealing and grouting with prior written approval by the city. k. Be financially stable and viable to fulfill the commitments of the Agreement I Have the ability to obtain the minimum insurance requirements set forth in the Agreement. 5. Contractor Duties &Obligations Contractor shall a. Only utilize supervisory employees with at least two years of experience in maintenance cleaning and closed circuit television inspection (CCTV) of sewer pipes and inspection of manholes in the State of Florida and who has full guthority to act on behalf of Contractor and to carry out the requirements of the Agreement. b Assure field personnel assigned to the Agreement shall possess a current certification in completing OSHA's course in 'Permit-Required Confined Spaces" c Provide operators that are currently certified in the use of Pipeline Assessment and Certification Program (PACP)for CCTV inspection d. Provide video data that shall be PACP compliant and compatible with the City's existing software database systems e. Provide equipment that meets all federal, state and local laws. f. Have the facilities, capabilities, equipment and staff to support services for the term of the Agreement. g Immediately remove any workers from performing services who have been deemed by the City as incompetent or disorderly. h Maintain an Underground Utility and Excavation Contractor license issued by the State of Florida. i. Provide a dedicated account manager who is available during regular business hours to administer the agreement 1. Maintain the minimum insurance requirements set forth in the Agreement k Maintain the financial resources to provide services, make payroll, and meet other financial obligations for a minimum of 60 days from the date of service. 6. City Responsibilities a. Be responsible for the removal of dried debris after the dewatenng process. Disposal fees shall be paid for by the City B-3 1FB No 7713 Scope of Work b Be responsible for notifying the vendor when services are required and for providing the location and address c. Be responsible for providing access to the work site d. Provide a single point of contact to administer the Agreement e Maintain Minimum Qualifications as stated in the bid for the term of Agreement. 7. Public Convenience and Safety a Contractor shall be responsible for ensuring that its personnel and all subcontractors follow all state, federal and local safety laws, ordinances and regulations applicable to the work to be performed under this [Agreement, including Occupational Heath and Safety Administration ("OSHA ) and City requirements. b. Contractor shall conduct his work so as to interfere as little as possible with private business or public travel Contractor shall, at his own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, Contractor shall be liable for all damages occasioned in any way by its actions or neglect or that of its agents or employees c Unless otherwise directed, Contractor shall meet the City's Ordinance for noise abatement performance standards for all equipment. 8. Traffic Control a Payment for traffic control will be made on a per day basis for each traffic control setup for a cleaning location. Payment shall include maintaining traffic at each cleaning location in accordance with the requirements of DOT-SSRBC Section 102 A cleaning location shall be limited to the traffic control setup for Work to be performed between two access manholes for the various pipe sizes listed in the Proposal. Payment shall include all labor, equipment, and materials to set up, maintain, and take down the traffic control setup in and around a cleaning location including signs, barricades, warning lights, and markers as needed to control traffic on typical four lane urban roads, including those designated by the City as Collectors and Arterials, and Pinellas County and FDOT roadways.Traffic control for cleaning locations on roads other than those described in this Pay Item is defined as Customary Traffic Control and no separate payment will be made for traffic control at those locations. Measurement will be the actual number of days or fraction thereof of Traffic Control rounded to the nearest tenth of a decimal point(Example: 9 hrs of operation=9/24=0.4 days). b. Payment for Traffic Control will not be paid when the Contractor is not actively pursuing the completion of the Work under the various Pay Items in this Section. Submission of Maintenance of Traffic (MOD plans for work in FDOT roadways 48 hours (two working days) prior to beginning work as required by the FDOT is included in this item and is not to be paid separately. 84 fFB No 7713 Scope of Work 9. Emergencies a In emergencies affecting the safety of persons, the work or property at the site or adjacent thereto, Contractor, without special instructions or authorization from the project manager if time or circumstances do not permit, is obligated to prevent or mitigate threatened damage, injury, or loss. Contractor shall give the project manager written notice that the emergency provision has been invoked and shall state the reasons therefore within twenty-four (24) hours of the incident. If Contractor believes the emergency resulted in additional work, a claim for a change order may be submitted in accordance with the procedures set forth herein. b. Contractor shall immediately notify the project manager of all events involving personal injuries to any person on the site, whether or not such person was engaged in the project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within 5 days of the occurrence. c. Project Manager, upon learning of an emergency situation, may direct Contractor to call out work crews, equipment and materials to prevent threatened damage, injury or loss If Contractor believes the emergency resulted in additional work, a claim for change order is permissible 10 Response Time a Contractor shall respond within 10 working days to all requests for regular service(s). The contractor may be required to do emergency repairs at times other than normal working hours. b Contractor shall respond within 48 hours to all requests for emergency service(s). Failure to respond to a service call, within the designated time, shall be considered valid reason for termination of the contract. In the event that the contractor shall not comply within the stated response times (regular or emergency), the City reserves the right to call any qualified contractor to make the necessary repairs. Contractor shall pay the City for any additional charges over their standard rates for this service 11. Neighborhood Notification a Not less than seven days prior to the commencement of work in a right-of-way, Contractor shall notify all residents and businesses affected by the work with an approved printed door hanger notice indicating the scheduled date of work, the type of work, and Contractor's and superintendent's name, address and telephone number The notice shall contain wording indicating that the property owners or businesses should remove from the right-of-way and bush, flower, planting, imgation system, etc., that they wish to save. The door hanger test and a list of residents and businesses to which the notification has been delivered shall be compiled and submitted to the project manager pnor to Contractor commencing work in a particular block. After such notification, any such item remaining in the nght-of-way and requinng removal shall be removed and disposed of by Contractor. Restoration of such items will not be required to be made by Contractor However, Contractor shall exercise reasonable caution in order to avoid damaging such items where possible. Any damage to private B-5 IFB No 7713 Scope of Work property outside the right-of-way shall be repaired or restored to original condition by Contractor at no cost to the City. b Contractor shall give written notice to all affected customers a minimum of 24 hours in advance of any and all work requiring disruption of access to property or sanitary sewer service interruption. Disruption in sanitary sewer service shall not exceed four hours c Access to private property shall be maintained at all times 12 Utilities a Prior to work, Contractor shall familiarize himself with the location of all existing utilities and facilities within the work sites. Should damage or structural weakening occur to such items through negligence on the !part of Contractor, immediate corrective measures shall be taken by, and at the expense of, Contractor as directed by the city. 1 b. Information as to the location of existing utilities has been prepared from the most reliable data available to the city. Prior to commencing work, Contractor shall be responsible for verification and location of all underground utilities to the extent that the utilities can be reasonably located. Contractor shall, as a minimum, contact all utility companies for the purpose of having all utilities located by the utility companies Contractor shall clear and grub those areas identified by the affected utility as essential to its work. Furthermore, Contractor shall be responsible for discovery of existing underground installations, in advance of excavating or trenching, by contacting all local utilities, and by prospecting to ascertain that the utilities shown or otherwise identified are in the area shown. When such exploratory excavations show the utility location as indicated on the drawings to be in error, Contractor shall so notify the project manager The city shall not be liable for any damage or delay caused by any utility line that was or could have been identified by Contractor using reasonable means. If Contractor fails to fulfill its due diligence investigation or negligently conducts the due diligence investigation with respect to existing utilities prior to the commencement of work, Contractor will be deemed to have waived any claim it might otherwise have had to an adjustment of the Agreement Price. If Contractor fully performs its due diligence investigation with respect to existing utilities prior to the commencement of work, and Contractor is subsequently delayed by an unknown existing utility conflict, the Contractor may make a claim for an extension to the project time in accordance with the requirements of the Agreement documents, but in no event will the Contractor be entitled to any damages or additional compensation from the city. 13. Unknown or Concealed Conditions a If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Agreement or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in work activities of the character provided for in the Agreement, then the Contractor shall give the City notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions B6 IFB No 7713 Scope of Work b The project manager shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the work, the project manager shall recommend an equitable adjustment in the Agreement price or time, or both If the project manager determines that the conditions at the site are not materially different from those indicated in the Agreement or are not materially different from those ordinarily found and that no change in the terms of the Agreement is justified, the project manager shall notify the Contractor of the determination in writing. The work shall be performed after direction is provided by the project manager. c Contractor shall ascertain such conditions, described above, as may be readily determined by inspection and inquiry, such as the location, accessibility and geeral character of the Site, prior to submitting a bid proposal. 14. EquipmenlIt and Use of Premises a Contractor shall furnish and maintain all equipment required for proper execution of the Agreement Contractor shall provide off-site storage for all equipment related to the execution of the Agreement. Contractor shall confine his equipment and the operation of his workmen as directed by the City's project manager. b Prior approval from the project manager shall be required for temporary on-site storage. City assumes neither responsibility nor liability for Contractor's equipment temporarily stored at the site. Any such equipment shall be removed from the site within 24 hours of notice. c Contractor shall confine its equipment, the storage of materials and equipment, and the operations of its workers to the areas permitted by law, ordinances, permits, or the requirements of the Agreement. Contractor shall not unreasonably encumber the site with materials and equipment. d. Contractor shall not load or permit any part of any structure to be loaded in any manner that will endanger the structure. Contractor shall not subject any part of the work or adjacent property to stresses or pressures that will endanger them. 15 Sanitary Sewer Overflow a Sanitary sewer overflow resulting from work performed by the contractor will be reported to the Water Resources dispatcher immediately Contractor will also electronically notify the Florida Department of Environmental Protection within 24 hours of the overflow. The City will provide the notification form. b. The City reserves the right to hold the Contractor responsible for any and all costs and fines associated with the overflow clean-up. 16 Work Processes and Procedures a. Dewatering (1) All gravity sanitary sewer pipes (lines) less than 48" in diameter shall be dewatered for cleaning and inspection purposes. Lines 46" and larger B-7 IFS No 7713 Scope of Work may be cleaned and inspected without dewatering only when the City agrees that dewatering is not feasible Each exception to the dewatering requirement shall be considered on a case by case basis. Contractor will assume that dewatering is required for bidding purposes (2) Dewatering may be accomplished by pumping water around the work area or by plugging off pipes to isolate the portion of the system being worked on while cleaning and performing inspection. If plugging the line is used for dewatering purposes, the system must be properly monitored so that no overflows occur If a pipe that has been rehabilitated by the installation of a liner is plugged, the liner must be braced at the manhole to prevent movement of the liner pipe. b. Cleaning (1) All necessary precautions are to be taken to protect the sanitary sewer pipes from damage resulting from the cleanin and inspection processes Reimbursement for damage to the sewer infrastructure or damage to private or public property resulting directly or indirectly from cleaning and inspection operations shall be the responsibility of the Contractor. (2) Contractor shall furnish all material, labor and equipment required to perform pipe cleaning and CCTV inspection as specified herein complete with all appurtenances and accessories, as shown or specified. (3) Cleaning and inspection work required includes, but is not limited to the following. (a) Field locating all manholes along the sewer pipes to be cleaned (b) Maintaining and protecting both vehicular and pedestnan traffic, and meeting all requirements of the City and all other government agencies having jurisdiction. (c) Cleaning and inspecting existing sanitary sewer pipes and manholes, as herein specified, and to record the inspection information in the format identified by the City (d) Disposal of waste, sediment and debris as specified herein (e) Removal of roots, scale, and protrusions as specified herein (f) Cleaning and restoring the work area as the work progresses and after the completion of all work activities. (g) All other work required for the complete and satisfactory cleaning and inspection of the pipeline and adjacent manholes. (4) Stipulations (a) All primary work performed under this Contract shall be performed by employees of Contractor, not sub-contractors Primary work shall be defined as all work directly related to sewer pipe and manhole cleaning and inspection. &8 IR No 7713 Sco.e of Work (b) Contractor may be permitted to use sub-contractors for support activities, such as traffic set-ups and pump-around pump set-up with pnor written approval by the City. (c) Contractor is responsible for FDOT plan application and approval. (d) Contractor is responsible for tracking cumulative costs of all work quantities performed under this Agreement, and shall not perform work that exceeds the dollar amount awarded under this Agreement. If completion of Work Orders issued by the City causes the dollar amount of this Agreement to be exceeded, Contractor is obligated to alert the City that the work shall not be performed until the dollar amount in this Agreement is increased i by Change Order. (5) Cleaning Equipment , (a) All sanitary sewer pipes shall be cleaned with truck-mounted high velocity hydraulic cleaning (hydra-cleaning) equipment and equipped vacuum debns removal system Sufficient high pressure hose length should be available on the vehicle described to perform cleaning on manhole runs up to 900 linear feet in length. High pressure hose should be at least 1 inch in diameter with the ability to deliver at least 80 gallons per minute at a 3,000 PSI. Water tanks on the vehicle should be at least 1,200 gallons in capacity. The nozzles and skids used for cleaning should be designed for use in a manner consistent with the diameter of the pipe being cleaned Specialty heads and nozzles may be required for hardened debris, grease, and scale removal Cutting heads to remove intruding roots or projecting obstructions will also be required and shall be designed specifically for the diameter of the pipe in which they are used All controls for cleaning equipment shall be located so that the equipment can be operated above ground. During cleaning operations, Contractor shall restnct the flow level in the pipe. Particular care shall be taken to avoid flooding or back-ups into house connections during pipe cleaning operations. (b) Vacuum debris removal system shall be used to remove sand, silt, grease, rocks, bricks, and all other debns from manholes during the cleaning process It is essential that the debns be removed from the wastewater system and not allowed to move into adjacent pipes or manholes. Wastewater removed from the collection system dunng the vacuuming process can be decanted back into the system only after being allowed to settle sufficiently to prevent solid materials from also re-entering the system. (c) Contractor shall provide equipment capable of removing all sand, dirt, rocks and other debris from the sewer reach to allow unobstructed remote television internal inspection of all internal surfaces. 8-9 IFB No 7713 Soo..of work (d) Cleaning system shall utilize a device capable of dislodging sediments found in sewer lines without damaging the structural integrity of the pipe. Cleaning device shall have sufficient power to force to move the debris commonly found in large diameter sewers to a manhole for extraction Cleaning method may maintain normal sewer flows dunng the cleaning process (e) Contractor shall certify that backup cleaning equipment, including machines, devices, tools, etc, is available and can be delivered to the site within 24 hours (f) Any blockages of lateral building connections resulting from the cleaning or other items of work shall be removed by cleaning of the building connection by Contractor, at its own expense. Any damage caused by iflood of lateral building connections shall be corrected by Contractor, at its own expense. (g) Contractor shall provide all equipment required for specialty cleaning including removing roots and de-scaling sewer pipes. (6) Procedure (a) After determining and performing all preliminary requirements, Contractor shall thoroughly clean assigned pipelines sufficiently to permit an unrestricted inspection by closed circuit television Contractor shall remove accumulated grease, roots, sand, rocks, bricks, sludge and all other debris that obstructs video inspection such that all portions of the pipe being inspected will be clearly visible Pipeline cleaning shall be accepted by the City upon the successful completion of the television inspection to the satisfaction of the City. If television inspection shows the cleaning to be unsatisfactory, Contractor shall be required to re-clean and re-inspect the pipeline at no additional cost to the City. (b) The use of potable water from the municipal water system for filling the water tanks on cleaning vehicles shall be permitted however, Contractor shall be required to acquire and use a meter approved by the City to monitor the use of this water and will be charged for water use in accordance with the current rate as described in the Portable Water Meter contract terms and conditions from the Water Resources Department. Any one-time charge or other applicable fees shall be determined from the Portable Water Meter contract terms and conditions from the Water Resources Department. The portable meter will be removed by the City upon Contractor's request. Contractor shall be responsible for obtaining and hooking up the potable water meter at its own expense. A reduced pressure zone type backflow preventer approved by the City shall be used to prevent contamination of the potable water system. Contractor is responsible for any damage resulting from improper operation of hydrants. Contractor shall not use or obstruct a fire hydrant when there is a fire in the area. B•10 IFB No 7713 Soo..of Work (c) Contractor shall not waste water from the public water supply because of improper connections or from hydrants left opened. (d) Contractor shall remove all bricks, rocks, debris, sludge, dirt, sand, grease, roots and other materials from the sewers shown in the work order, and collect and remove the resulting debris from the manholes of the sewer section being cleaned. Equipment shall decant or separate the water from the solids before it is transported to the designated disposal site. Liquid decanted from the solids shall be returned to the sewer. Debris remaining in the sewer after cleaning shall not exceed 5% of the pipe diameter. Passing waste material between manholes, causing line stoppages, accumulations of sand, or damage to the pumping equipment, shall not be permitted. Contractor shall complete a Water Resources Manhole Inspection Form (Appendix A) for both } upstream and d wnstream terminal manholes during cleaning and inspection operations (e) Waste and debris cleaned from the sewers shall be removed from the work site and taken to the Northeast Water Reclamation Facility, 1160 62'd Avenue Northeast, St Petersburg, or the Northwest Water Reclamation Facility, 7500 26'" Avenue North, St. Petersburg, or other site(s) designated by the City for dewatering Contractor shall remove and properly dispose of excess water prior to dumping at the City's designated dewatering areas Contractor shall adhere to practices regarding use of the dewatering facilities, to include signing the dump pad log, providing information on the time, date, and quantity of material dumped, and spreading a light layer of lime (provided by the City at the site) over the dumped debris. No material or water is permitted to run off the pad surface as a result of Contractor's actions. (f) Contractor shall be responsible for all permits required to perform assigned Work (g) Contractor shall obtain permission from the property owner whenever access to manholes in easements and rights-of-way is required for equipment. (h) Contractor shall furnish and maintain traffic controls and safety devices as required including but not limited the use of bamcades and warning signs in work areas and around open manholes (i) Normal cleaning consists of removing all debris, including sludge, dirt, rocks, sand, rubble, other deleterious materials and obstructions and requires a minimum of two passes. The first pass shall be restricted to 800 psi at the nozzle head. The second and subsequent passes shall be at 1200 psi (I) Specialty cleaning consists of removing all heavy grease, roots and tuberculation by use of special equipment such as a high pressure descaling head, root cutter, or by other mechanical means approved by the City. B-11 1Fe No 7713 Scope of Work (k) Contractor is responsible for damage to the sewer as a direct result of the cleaning method (I) Contractor shall use all cleaning equipment in accordance with manufacturer's recommendations to prevent damage to sewer lines. (m) Contractor shall immediately notify the City if fresh soil, pieces of pipe, or other visible signs of potential problems occur during cleaning operation (n) Contractor shall insure that water pressure created does not cause damage due to flooding of property being served by sewer section(s) in olved. (0) Contractor s all conform to the following requirements' I (i) Cleaning of upstream reaches of sewers shall be completed before the downstream reaches are cleaned (ii) Hydraulic cleaning equipment shall be inserted in the downstream manhole of the reach, and the work shall proceed upstream unless otherwise approved by the City (iii) Equipment used shall not damage the existing pipelines (7) Final Acceptance of Sewer Line Cleaning Acceptance of sewer line cleaning shall be made upon the successful review of the television inspection video, CD, or DVD by the City If inspection shows the cleaning to be unsatisfactory, Contractor shall be required to re-clean and re-inspect the sewer line until the cleaning is shown to be satisfactory. Such re-cleaning and re-inspection shall be made at Contractor's expense. (8) Pump-around Pumping (a) Contractor shall be responsible for the control of wastewater flows through the collection system where Work is being performed No sewage shall be allowed to leave the approved collection system. Contractor shall submit a pump-around pumping plan to the City for approval. Under no circumstances can portions of the system be removed from service for periods of time in excess of that approved by the City (b) Contractor shall retain full responsibility for adequately and safely pumping existing sewage flow on a continuous basis, as needed or as directed by the City. Contractor shall be responsible to assess conditions and capacities of existing sewer lines in order to implement an acceptable pump around pumping plan at no additional cost to the City. Contractor shall supply the necessary pumps, conduits, and other equipment to not only divert flow 8-12 IFS No 7713 Scope of Work around the manhole or collection section in which Work is to be performed, but also to transmit the flow in downstream sewer lines and/or pump stations without surcharge or overflow (c) The pump-around pumping systems shall be of sufficient capacity to handle existing flows plus additional flows that may occur during periods of high tide or rainfall. Contractor shall be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and pump-around systems When pumping is in operation, all engines shall be equipped in a manner to keep the pump noise to a minimum and comply with the City's Noise Ordinance. (d) Contractor shall use "quiet pumps"when performing pump-around operations in residential areas. (e) Contractrr shall be responsible for any damage to properties for buildings connected to the sewer system, and to the pipeline, which result from the pump-around pumping activities. (9) Spill or Discharge of Wastewater or Reclaimed Water (a) The City is currently under a Consent Order with the Florida Department of Environmental Protection (FDEP) The discharge of wastewater or effluent (reclaimed water) into waters of the State and/or into canals, ditches, and ponds that are connected to waters of the State is prohibited. Any spill or discharge of wastewater or reclaimed water shall be immediately reported to the project manager, the City's Wastewater Collection System Manager (727-892-5612), and the City's Emergency Dispatch Center (727-892-7261) and a Water Discharge Report Form (Appendix B) shall be completed and faxed to FDEP and the City within 24 hours In the event of a spill or discharge, Contractor shall immediately control, contain, and stop the spill or discharge and shall repair any damage to the City's facilities at its own expense (b) Contractor shall be responsible for any penalties and costs charged to the City by the FDEP (cost schedule provided below) and for all costs incurred by the City as a result of Contractor's actions or as a result of Contractor's negligence. (c) The Contractor is responsible for wastewater levels in the collection system in and around their work sites. Any fines, clean- up, or other actions required as a result of sewage spills resulting from the Contractor's actions are the responsibility of the Contractor. (10) Work on Private Property (a) In the event that, in the opinion of the Contractor, obtaining a temporary construction easement outside the limits of the public right-of-way, of City-owned property, or of the easement(s) B-13 IFB No 7713 Scope of Work obtained by the City is necessary or desirable, it shall be the sole responsibility of the Contractor to obtain such easement from the owner of the property. If such easement is obtained by Contractor it shall contain provision to hold the City harmless from any operations of Contractor within the easement limits. Contractor shall not conduct construction operations on private property outside the limits of the public right-of-way, of City-owned property, or of the easement(s) obtained by the City unless a copy of the Temporary Construction Easement Agreement is filed with the City. (b) Upon completion of Work in easements, Contractor shall restore the property, including all fences or other structures disturbed by his operations, as nearly as possible to the condition in which he found it. 1 (11) Traffic Control (a) Contractor shall provide required traffic controls under City observation All traffic control devices required by Work under this Agreement shall be furnished and placed by Contractor. Contractor shall notify the Project Manager a minimum of two (2) working days prior to any construction affecting traffic flow. All traffic control devices utilized during construction shall be provided by Contractor and meet the requirements set forth in the latest revision of U S Department of Transportation Federal Highway Administration's "Uniform Traffic Control Devices for Streets and Highways" and the Florida State Department of Transportation's "Roadway and Traffic Design Standards". (b) Failure or refusal, on the part of Contractor, to install, maintain and/or position traffic control devices promptly, fully, and in an acceptable manner, shall be sufficient cause for the City, after 24-hour notice, to perform the traffic control with its own organization, or to contract with any other individual, firm, or corporation to perform the required traffic control. All costs and expenses incurred thereby shall be charged against the defaulting Contractor, and the amount thereof deducted from any money due or which may become due him. Any Work performed as described by this paragraph, shall not relieve Contractor in any way of his responsibility for the work performed by Contractor. (c) Contractor shall conform to FDOT regulations for scheduling work when working in FDOT roadways. FDOT requires 48 hour notification of work and submission of a Maintenance of Traffic (MOT) plan citing the appropriate FDOT Index in order for work to be performed within the FDOT Right-of-Way Contractor is required to submit this notification and MOT in accordance with FDOT requirements (d) Failure of Contractor to comply with any of the above traffic control requirements may result in issuance of a stop work order until the violation is corrected. B•14 IFB No 7713 Scope of Work C. Closed Circuit Television Inspection (1) General (a) Contractor shall furnish and operate all necessary equipment for the television inspection of the previously cleaned sewer system. (b) Post-cleaning CCTV Inspection shall be video inspection performed by Contractor of sewer lines following pipeline cleaning activities. Post-cleaning CCTV work shall verify that the pipeline is clean and allow the City to evaluate the condition of the sewer and manholes. Post-cleaning CCTV inspection also shall identify the location of service connections, pipe defects, and general Condition of the pipeline, upstream and downstream manholes as specified herein The inspections shall be done one sewer line siection (I e. manhole to manhole) at a time. (2) Products CCTV Inspection Equipment (a) Video inspection shall be performed using PACP (Pipeline Assessment and Certification Program) certified software. (b) Closed Circuit Television Inspection Equipment shall produce a color video (c) Pipe Inspection Camera* The camera shall be a pan-and-tilt and radial viewing pipe inspection camera that pans a minimum of ± 275 degrees and rotates 360 degrees. (d) A slope indicator shall be included on the camera and accurately calibrated per manufacture's instructions for measurement of pipe slope. (e) A camera with an accurate footage counter shall be used, which displays on the monitor the exact distance of the camera from the centerline of the starting manhole. (f) The camera will be capable of height adjustment so that the camera lens is always centered at one-half the inside diameter, or higher, in the pipe being televised. (g) Lighting for the camera shall be suitable to allow a clean picture of the entire periphery of the pipe A reflector in front of the camera may be required to enhance lighting in dark or large diameter pipe The video inspection shall be clear and visible with adequate lighting to enable the reviewer to discern even small defects in the pipe being inspected. Video that does not meet this requirement or fails to meet PACP specifications shall be cause for Contractor to re-inspect the pipe. B-15 IFB No 7713 Scope of Work (h) The camera, television monitor and other components of the video system shall be capable of producing a minimum 500-line resolution colored video picture. Picture quality and definition shall be to the satisfaction of the City If unsatisfactory, equipment shall be removed and no payment made for an unsatisfactory inspection (I) Video data shall be provided to the City in a digital format on a removable drive or other device, as provided by the City, to be uploaded to the Water Resources Department's CCTV inspection database. (1) Video data shall be PACP database compliant and compatible with the City's existing software database systems. d i (3) Procedure CCTV inspection shall be performed using PACP defect coding methodology. (a) Immediately after cleaning, televise the sewer line to document the condition of the line and to locate existing service connections (b) Perform TV inspection of sewers as follows: (i) Perform post-cleaning TV inspection immediately after line cleaning. Before insertion of the camera into the sewer, the camera shall record on video the upstream and downstream manhole, pipe size, specific location of the sewer, and the direction in which the camera will travel. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. Maintain copies of video and reports for reference by the City for the duration of the contract. (ii) Collect post-cleaning inspection video at each lateral for an extended period to better understand the flow from each individual lateral The camera shall be positioned at each lateral for a sufficient duration to determine the nature of flow and condition of the lateral (minimum of 30-seconds). Any pipeline (lateral investigation) inspection deemed unacceptable by the City shall be re-televised by Contractor at no additional cost to the City (iii) Videos shall pan beginning and ending manholes to demonstrate that all debris has been removed. The general condition, pipe size and material of connecting pipes of any apparent defects shall be completed on the Manhole Inspection Report for all manholes Camera operator shall slowly pan each service connection, clamped joints, and when pipe material transitions from one material to another A video inspection report shall be B-16 I We No 7713 Sco.e of Work prepared by Contractor for every segment and manhole that is CCTV-inspected and the report shall be submitted to the City. (iv) Whenever non-remote powered and controlled winches are used to pull the television camera through the line, telephones, radios, or other suitable means of communication shall be set up between the operators positioned at the two manholes of the sewer line being inspected to ensure that good communications exist between members of the crew. (v) The accuracy of the measurements for location of defects, service connections, changes in pipe matenals, and all other PACP recognized conditions is paramount. Marking on cable, or the like, which would require interpolation for depth of manhole, shall not be allowed. Measurement meters shall be accurate to one-tenth of a foot over the entire length of the sewer line section being inspected Prior to recording the location of defect, service connection, etc., slack in the cable of the television inspection camera shall be taken up to assure metenng device is designating proper footage. Accuracy of the measurement meters shall be checked daily by use of a walking meter, roll-a-tape, or other suitable device satisfactory to the City (vi) Camera distortions, inadequate lighting, dirty lens, or blurred/hazy picture will be cause for rejection of a video and rejection of the associated line segment Any pipeline reach television inspection deemed unacceptable by the City shall be re-televised by Contractor at no additional cost to the City. Payment for televised inspection and sewer rehabilitation will not be made until City approves the quality of the video and logs. (vii) CCTV inspection video shall be continuous for pipe segments between manholes. Do not leave gaps in the video of a segment between manholes and do not show a single segment on more than one video, unless specifically allowed by the City. (4) Flow Control (a) Perform CCTV inspection on one pipeline at a time. The inspection should be performed while the pipe is dewatered. If dewatenng is not possible, Contractor shall adequately control the flow in the section being televised Contractor shall not exceed the depth of wastewater flow shown below: Pipe Diameter Death of Flow (Inches) (%of Pipe Diameter) B-17 IFS No 7713 Sco•: of Work .......... . . . . . .................. .. Less than 12" 10 12-54" 15 If during CCTV inspection of a pipeline, the wastewater flow depth exceeds the maximum allowable, reduce the flow depth to an acceptable level by performing the TV inspection during minimum flow hours, by diversion pumping, or by pulling a camera with swab, high-velocity jet nozzle or other acceptable dewatering device Video made while floating the camera is not acceptable unless approved by the City (b) Minimize flow in the line while performing post-cleaning CCTV inspection. Divert the flow as specified in the Agreement requirements; sub headed"Pump-around Pumping"and clean the line to be inspected. I (5) Passage of CCTV Camera (a) Do not pull or propel the television camera through the line at a speed greater than 30 feet per minute (b) The camera will pause and inspect each lateral pipe connection for a minimum of 30 seconds. (c) If during TV inspection of a pipeline, the camera is unable to pass an obstruction even though flow is unobstructed, televise the pipeline from the other direction (reverse setup) in order to obtain a complete video of the line. Whenever such a condition arises, notify the City to determine if an obstruction removal or point repair is necessary. (d) When the camera is being pulled from the other direction in order to survey on either side of an obstruction and a second repair location is encountered away from the first obstruction, notify the City within 24 hours. (6) TV Inspection Log and Manhole Inspection Report Contractor shall be required to provide with each video inspection performed, a digital TV Log and City Manhole Inspection Report Sheet (See Appendices) with all applicable fields accurately completed per PACP format d Field Quality Control (1) Contractor shall not allow, under any circumstances, sewage or solids removed in the cleaning process to be released onto streets or into ditches, catch basins, storm drains, or storm sewer manholes, or cleanouts (2) Acceptance of sewer cleaning work is contingent upon the successful completion of the in-line closed-circuit television inspection. If the 13-18 IFBNo 7713 Sco.eofWork television inspection shows that debris, solids, sand, grease, or grit remains in the line, the cleaning will be considered unsatisfactory Contractor shall repeat cleaning and televising of the sewer line at his/her expense until cleaning is satisfactory. e Annulus Sealing/Grouting At Manholes (1) Application Effectively seal the circumference of the annular space between host pipes and slip liner pipe at the manhole connection. (2) Procedure (a) Remove all existing cement mortar and inspection ports from between the host pipe and the liner, During the process, if Contractor encounters abnormal !amounts of infiltration, Contractor shall cease the removal of mortar and inject AV100 grouting material. (b) Install new quick setting non-shrink cementacious grout (OSR by Strongseal or approved equal) between the slip liner pipe and host pipe. This will ensure that new material is packed a minimum of 18" back from the manhole wall. 2" PVC injection ports shall be installed at the 12 O'clock position (c) Gravity flow a cement slurry grout through the 2" injection ports to create a cement bulkhead between the slip liner and the host pipe. Contractor shall ensure that no cement grout enters the pipeline during this process and shall be responsible for the removal of any excess material that enters the system (d) After the cement grout has cured, Contractor shall inject AV100 Chemical Grout to provide a water impermeable barrier between the manhole and cement bulkhead to create an effective water seal at each end of the liner. (e) Contractor shall warranty these seals for five years from the date of installation against water infiltration. Note: A City representative shall be notified prior to the Contractor initiating annual space sealing f. Measurement And Payment (1) Measurement (a) The horizontal length of sanitary sewer cleaned and inspected shall be the field measurement of the distance from center to center of the terminal manholes. The inside diameter of the pipe will be the measured nominal diameter to the nearest inch. I3-19 IFB No 7713 Scope of Work (b) The depth of debris in an unclean pipe will be defined as the average depth as field measured at the terminal manholes to the nearest 0.10 of an inch. Depth measurements are to be made by Contractor with the City inspector present. The depth of debris shall be used to determine the level of cleaning (light, medium, heavy) required. (2) Payment Payment for cleaning and inspection of sanitary sewer pipes and manholes shall be made in accordance to the pay item descriptions listed in the IFB Section of the Agreement. Payment for CCTV Inspection is included as part of the cleaning pay item g Pay Item Descriptions (1) Pump-around Setup (a) Payment for pump-around pumping shall include mobilization, labor, pumping equipment, fittings connectors, adapters, temporary piping and other materials needed as required by the City and as described in the Technical Specifications section headed "General" to set up and take down the pump around system (b) The cost of operating and maintaining the pump-around equipment will be paid for under a separate pay item. (c) Measurement will be for each pump-around pumping setup regardless of the length of pump around or number of sewer pipe segments included Payment shall be in accordance with the applicable sewer pipe size listed in the IFB. (2) Pump-around Pumping Operation Payment for pump-around pumping operation shall include the operation and maintenance of the pump around system. Measurement shall be the actual number of days or portion thereof for the operation of the pump around pumping system to the one tenth for the various sewer pipe sizes listed in the IFB Time for setup and take down will not be included (3) Specialty Cleaning Payment for the specialty cleaning refers to cleaning and removal of failed liner matenal, cement grout, protruding hammer-taps, or other obstructions beyond normal pipeline cleaning. Payment will be per linear foot of specialty cleaning within the assigned pipe segment for the vanous sewer pipe sizes specified in the IFB and shall include removal and disposal of all material. (4) Root Removal Cleaning B-20 IFS No 7713 Sco.e of Work Payment for root removal cleaning refers to cleaning of pipes containing significant root intrusion and growth inside the pipe and the effective removal and disposal of these materials This type of cleaning requires the use of specialized design root cutting heads. Payment will be per linear foot of root removal cleaning within the assigned pipe segment for the various sewer pipe sizes specified in the IFB and shall include removal and disposal of all material (5) Descaling Cleaning Payment for descaling cleaning refers to cleaning of pipes containing significant scale deposits, tuberculated iron pipe, or other corrosion or sediment deposits requiring the use of a high pressure descaling head in i addition to normal cleaning Payment will be per linear foot of descaling l cleaning within the assigned pipe segment for the various sewer pipe sizes specified in the IFB ar;d shall include removal and disposal of all material. (6) Annulus Sealing/Grouting at Manholes (a) Payment will be made for each manhole connection for the various sewer pipe sizes specified in the IFB Unit price shall include all mobilization, demobilization, CCTV inspection and video, labor, equipment and materials necessary for centering the slip liner in the host pipe, insertion of grout tubes and constructing an anchoring watertight compression- type seal to eliminate the flow of extraneous sand and water from the annulus into the manhole (b) The City will not compensate Contractor for per diem support activities, such as traffic set-up or pump around operation beyond a single 24 hour period for grouting operations. If a job site has a traffic set-up and pump around in place, they may be compensated for one additional day for these operations to allow time for a grouting crew and materials to arrive at the jobsite and perform work (7) Miscellaneous-Non Specified Work (a) The pay item(s) described under this classification of work shall be full compensation for all labor, equipment, material, and services necessary to construct or install items, structures and other miscellaneous work which is required, as authorized, in wnting, by the City. (b) Any amount of extra work and/or alterations to the proposed work charged to the allowance shall be fully documented and authorized by the City as follows: (i) Miscellaneous work assigned to Contractor shall not exceed more than 10%of the total Agreement amount. B-21 t IFB No 7713 Sco.e of Work (II) Prices for miscellaneous work items shall be agreed upon by Contractor and the City pnor to miscellaneous work being performed by Contractor. (iii) The City shall issue a written work order specifying miscellaneous work to the Contractor. Contractor shall not proceed on any additional work to be covered by the allowance until authorized, in writing, by the City (iv) Contractor shall cause the work covered under the work order for miscellaneous work to be done by such subcontractors or suppliers, and for such sum within the limit of the allowance as authorized by the City 9-22 Part C Instructions to Bidder and General Conditions forThe, Purchase of Services Instructions to Bidder and General Conditions for The Purchase of Services Intent 270(b) as an independently owned, operated and controlled business which is not dominant in The instructions to bidders and general its field of operation and is a provider of conditions described herein apply to services supplies, services or construction The business with an estimated aggregate cost of $50,000 or must have been in operation for at least one (1) more year and must serve a commercially useful function The business must be certified by the Definitions POD and be certified pursuant to the SBE certification program Bid. The term bid means the offer of a price by the bidder Services. The furnishing of labor, time or effort by a contractor, not involving the delivery of a Bidder. The term bidder means the offeror. specific end product other than reports which are merely incidental to the required City. The term City means 1 the City of St performance The term shall j not include Petersburg, Florida. employment agreements or collective bargaining i agreements Change Notice.The term change notice means a written order signed by the Director of Preparation of Bids Procurement & Supply Management or an authorized representative directing the vendor to 1 Bidders are expected to examine the make changes to the Contract specifications, drawings, and all special and general conditions contained in the IFB When Contract.The term contract means the contract, necessary,bidders should visit the work site and purchase order or blanket purchase agreement take such other steps as may be reasonably resulting from the IFB and award to the necessary to ascertain the nature and location of successful bidder The Contract shall include all the work and the general and local conditions documents whether attached or incorporated by which can affect the work or the cost thereof reference, utilized for soliciting sealed bids Failure to do so will not relieve bidders from responsibility for determining properly the Invitation for Bids. The term Invitation for Bids difficulty or cost of successfully performing the means a solicitation of formal sealed bids The work acronym "IFB" means Invitation for Bid The IFB includes the instructions to Bidders and 2. Bids shall be submitted on the forms General Conditions, purchase descriptions furnished or copies thereof. All bids must be and/or specifications and may also include signed in ink by an officer or employee having additional terms and conditions and all authority to bind the company or firm by his/her documents whether attached or incorporated by signature If erasures or other changes appear reference,utilized for soliciting sealed bids on the forms, each erasure or change must be initialed by the person signing the bid. Laws. The term laws means current and future federal, state, and local statutes, rules, 3 Unless called for, alternate bids will not be regulations and ordinances, the federal and considered state constitutions, and the orders and decrees of any lawful authorities having jurisdiction over 4 The bidder shall retain a copy of all bid the matter of issue. documents for future reference Responsible Bidder. The term responsible Explanations to Bidders bidder means a bidder who has the capability in all respects to perform fully the contract 5 Any explanation re9ardmg the meaning or requirements, and the tenacity, perseverance, interpretation of the invitation for bid, drawings, experience, integrity, reliability, capacity, specifications, etc requested orally or in writing facilities, equipment and credit which will assure by a bidder must be requested in a minimum of good faith performance three days prior to the bid opening unless otherwise specified by the City in writing for a Responsive Bidder. The term responsive reply to reach bidders before the submission of bidder means a bidder who has submitted a bid their bids which conforms in all material aspects to the requirements set forth in the IFB 6 Explanations or instructions shall not materially alter the IFB unless they are in writing SBE. A SBE (Small Business Enterprise) is Oral explanations or instructions given before defined by St Petersburg City Code, Section 2- the award of a contract will not be binding If C-1 Rev(9/11),(1/12),(5/14) L Invitation for Bid Instruction to Bidders-Services necessary, a written addendum to an IFB will be in a bid on a unit of service or construction or a issued to all prospective bidders to clarify, combination thereof, etc correct or change the IFB 14 Modification of bids already submitted will be Bid Guarantee considered if received at the office designated in the IFB before the time set for opening of bids 7. Where a bid guarantee is required by the All modifications must be submitted in writing. IFB, failure to furnish a bid guarantee in the proper form and amount-by the time set for 15 Facsimile bids will not be considered, opening bids shall be cause for rejection of the however, bids may be modified by facsimile notice, provided such notices are received pnor to the hour and date specified in the bid 8 A bid guarantee shall be in the form of a bid bond, cash, postal money order, certified check, 16 Samples of items, when required, must be cashier's check, or irrevocable letter of credit submitted, within the time specified at no Bid guarantees, other than bid bonds, will be expense to the City If not destroyed by testing, returned (a) to unsuccessful bidders as soon as vendor(s) will be notified to retrieve samples, at practicable after the opening of bids, and (b) to their expense, within 30 days after notification the successful bidder upon full execution of the Failure to remove the sample will result in the Contract and the City's receipt of all required samples becoming the property of the City certificates of insurance end ,bonds (including any necessary ,coinsurance or reinsurance 17 Late bids shall be rejected agreements) as may be required by the Contract. 18 Bids having any erasures or corrections must be initialed by the bidder in ink Bids shall 9 If the successful bidder, upon acceptance of be signed in ink All bid amounts shall be his/her bid by the City within the period specified typewritten or filled in with ink. therein for acceptance, (90 days if no period is specified) fails to execute and/or fails to provide Compliance the City with all required certificates of insurance and the Contract bond(s) (including any 19. Failure to comply with the IFB in full may be necessary coinsurance or reinsurance cause for rejection of bid agreements) within the time specified in the IFB (ten days if no period is specified), the award-or Acceptance of Offers Contract may be terminated In such event the bidder shall be liable for any cost of the City 20 The signed bid shall be considered an offer procuring the work which exceeds the amount of on the part of the bidder; such offer shall be the bidder's bid, and the bid guarantee shall be deemed accepted by the City upon full execution available toward offsetting such difference of the Contract Contract and Bonds Firm Prices 10 The bidder whose bid is accepted will, within 21 The bidder warrants that pnces, terms, and the time established in the IFB, enter into the conditions quoted in its bid will be firm for Contract with the City, and if required, furnish a acceptance for a period of not less than 90 days performance and payment bond on City from the bid opening date unless otherwise standard forms in the amounts indicated in the specified in the IFB. Such prices will remain firm IFB• for the period of performance of the Contract Submission and Receipt of Bids Estimated Quantities 11. Bids must be received at or before the 22 When estimated quantities or usages are specified time of opening as designated in the provided by the City in the IFB there is no IFB. Bidders are welcome to attend, however, guarantee made by the City that these quantities no award of bid will be made at this time A bid shall be utilized The quantities shown are for tabulation will be furnished upon request the bidders' information only, and the City shall be bound only for the actual services rendered. 12 Bids shall be enclosed in a sealed envelope - The envelope shall show the hour and date F.O.B.Destination specified for receipt of bids, the bid number, and the name and address of the bidder. 23 Unless otherwise specified in the IFB, all pnces quoted by the bidder must be F 0.8 St 13 The bid form may provide for submission of Petersburg, Florida, with all delivery costs and a pnce(s) for item(s), which may be lump sum charges included in the bid pnce. Failure to do bids, alternate prices, scheduled items resulting so may be cause for rejection of bid Manufacturers' certificates of specifications C-2 Rev(9/11),(1/12),(5/14) Invitation for Bid instruction to Bidders-Services conformance of matenals may be required by 15%on low bids from $0 $1,500 the City; these certificates shall be furnished at 10%on low bids from 1,500 19,999 no cost to the City 9%on low bids from 20,000 39,999 Cash Discounts 8%on low bids from 40,000 59,999 7%on low bids from 60,000 79,999 24 When the City is entitled to a cash discount, 6%on low bids from 80,000 99,999 the period of computations will commence on 5%on low bids from 100,000 149,999 the date of delivery, or receipt of a correctly 4%on low bids from 150,000 249,999 completed invoice, whichever is later If an 3%on low bids from 250,000 499,999 adjustment in payment is necessary due to 2%on low bids from 500,000 999,999 damage, the cash discount period shall commence on the date final approval for 1%on low bids from 1,000,000 or more payment is authorized. If a discount is part of the contract, but the invoice does not reflect the For example, if 10 percent applied Example. existence of a cash discount, the City is entitled $18,450 X 90=$16,425 to a cash discount with the period commencing on the date it is determined by the City that a This discount will be used for bid evaluation cash discount applies 1 purposes only To be considered as a SBE, bidders must be certified and complete the Mistakes in Bids Form for Claiming Status as a Small Business Enterprise 1 included with this 25. Bids may be modified or withdrawn by solicitation and submit it with your response written notice prior to the time and date set for The City will not discount bids submitted by bid opening Correction or withdrawal of bids businesses that are not certified and do not after bid opening because of an inadvertent non- qualify as SBE in accordance with the City's judgmental mistake in the bid requires careful definition and size standards The EBPs for consideration to protect the integrity of the businesses which do not qualify as SBE shall be competitive bidding system, and to assure the same as the bid prices offered by those fairness If the mistake is attributable to an error businesses The EBP is being used for in judgment, the bid may not be corrected Bid evaluation purposes only Awarded price shall corrections or withdrawals by reason of a non- be the same as the bid pnce judgmental mistake are permissible but only to the extent they are not contrary to the interest of Environmentally Preferable Purchasing the City or the fair treatment of other bidders 30 It is the policy of the City of St Petersburg to Award purchase recycled and environmentally preferable goods This includes products that 26 The contract will be awarded to the lowest contain recycled material, reduce toxicity and responsible and responsive bidder whose bid pollution, conserve energy, conserve water and meets the requirements and criteria set forth in prevent waste This policy will be carried out the IFB consistent with the City's obligations and purpose, and with an overall intent to obtain 27. The City reserves the right to accept or competitive prices to provide value to the reject any or all bids or parts of bids, waive taxpayers informalities, and request rebids on the services in the IFB. Vendors are encouraged to submit items in their bids that meet the City's Environmentally 28. The City reserves the right to award the Preferable Purchasing ("EPP") program contract on a split-order, lump-sum, or individual standards When submitting EPP items for item basis, or such combination as shall best consideration, vendors must submit serve the interest of the City unless otherwise documentation that substantiates their claims specified When evaluating submissions where two products are of equal fitness and quality,and the Method of Award price of the EPP product is equal to or less than Small Business Enterprise(SBE) that of a non-EPP content product, the City will purchase the EPP product 29 The award will be made to the certified, responsible and responsive bidder(s) offering Brand Names the lowest Evaluated Bid Pnce (EBP) for the total bid as defined below. The Evaluated Bid 31 When the City does not wish to rule out Price will be calculated based on the following other competitors' brands or makes, the phrase scale using the following formula- Bid Pnce X "OR EQUAL" is specified However, if a product Discount=EBP other than the specified bid, it is the bidder's responsibility to identify such product in its bid, The following scale will be used and prove to the City that said product is equal C-3 Rev(9/11),(1/12),(5/14) Invitation for Bid Instruction to Bidders-Services to or better than the product specified. The City Compliance with Orders and Laws shall have the sole and absolute discretion to determine whether the product identified by the 38 Bidders, contractors, and concessionaires bidder is equal to or better than the product shall comply with all applicable laws, including, specified by the City Manufacturers' certificates but not limited to. of specifications conformance of materials may be required by the City, these certificates shall a. Executive Order 11246, which prohibits be furnished at no cost to the City discrimination against any employee, applicant, or client because of race, Variations of Specifications creed, color, national ongin, sex, or age with regard to, but not limited to, the 32 For purposes of bid evaluation, bidders must following, employment practices, rates indicate any variances from the specifications of pay, or other compensation methods, and/or conditions set forth herein or in the IFB, and training selection no matter how slight If variations of these instructions are not stated in the bid, it will be b Occupational, Safety, and Health Act assumed that the product or service fully (OSHA) complies with the City's specifications and that the bidder agree to fully comply with these c The State of, Florida Statutes Section instructions and all conditions set forth in the 287 133(a) on Public Entity Crimes IFB 39 Non-compliance !with any laws may be Quality considered grounds for termination of the Contract 33 All materials used in the services covered by this bid shall be new The items bid must be Default of Contract new, the latest make or model, of the best quality,and highest grade workmanship. 40 In case of default by the bidder or contractor, the City may procure the services Timely Delivery from other sources and hold the bidder or contractor responsible for any excess costs 34 Time will be of the essence for any orders incurred thereby placed as a result of this bid The City reserves the right to cancel such orders, or any part Modifications or Changes in the Contracts thereof, without obligation, if the service is not rendered within the time(s) specified on the bid 41. No agreement or understanding to modify form the Contract shall be binding upon the City unless made in writing by the Procurement Copyright or Patent Rights Director or authorized representative of the City of St. Petersburg 35 Bidders warrant that there has been no violation of copyrights or patent rights in Order of Precedence manufacturing, producing, or selling the goods shipped or ordered as a result of this bid and 42 In the event of an inconsistencybetween bidders agree to defend and hold the City provisions of the Invitation For Bids ( IFB"), the harmless from any and all liability, loss, or inconsistency shall be resolved by giving expenses (including but not limited to costs and precedence in the following order (a) any attorneys' and experts' fees at trial and on Attachments / Appendices / Exhibits, whether appeal)occasioned by any such violation incorporated by reference or otherwise, included in the IFB (b) the Specifications (c) the Special Conflict of Interest Provisions (d) the Bid Forms and (e) the Instructions to Bidders and General Conditions 36 Bidders, by acceptance of this order, certify that to the best of their knowledge or belief, no Data Collection elected or appointed official or employee of the City of St Petersburg is financially interested, 43. Pursuant to Florida Statute 119 071 Social directly or indirectly, in the purchase of services Security Numbers collected from bidders are specified in this IFB used for identification, venfication and tax Taxes reporting purposes. Public Records Requirements 37 The City of St Petersburg is exempt from and Trade Secret Exemption any taxes imposed by the State and/or Federal Government Exemption certificates will be 44 All bids submitted to the City are subject to provided upon request public disclosure pursuant to Chapter 119, C-4 Rev(9/11),(1/12),(5/14) Invitation for Bid Instruction to Bidders-Services Florida Statutes Statutory exemptions for"trade Public Entity Crimes secrets"may be available 49 A person or affiliate who has been placed on 45 If your bid contains information that the convicted vendor list following a conviction constitutes a "trade secret," all material that for a public entity crime may not submit a qualifies for exemption from Chapter 119 must Proposal on a contract to provide any goods or be submitted in a separate envelope, clearly services to a public entity, may not submit a identified as "TRADE SECRETS EXEMPTION," Proposal on a contract with a public entity for the with your firm's name and the bid number construction or repair of a public building or marked on the outside The City will not acceptublic work, may not submit Proposals on bids when the entire bid is labeled as a trade leases of real property to a public entity,may not secret or confidential be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a 46 All bids submitted to the City become public contract with any public entity, and may not records subject to the requirements of Chapter transact business with any public entity in 119, Florida Statutes, and may not be returned excess of the threshold amount provided in to the bidder Section 287 017, for CATEGORY TWO for a period of 36 months from the date of being 47 "Trade sgcret" means the whole or any placed on the convicted vendor list portion or phase of any formula, pattern, device, combinationof devices, or compilation of Ven or Registration information which is for use, or is used, in the operation of a business and which provides the 50 Pnor to award of an agreement resulting business an advantage, or an opportunity to from this solicitation, successful bidder shall be obtain an advantage, over those who do not registered with the Florida Division of know or use it."Trade secret" includes scientific, Corporations http llsuribiz oral to do business in technical, or commercial information, including the state of Florida and as a vendor with the City any design, process, procedure, list of suppliers, of St Petersburg Bidder must register online list of customers, business code, or with the City of St Petersburg on the City's improvement thereof Irrespective of novelty, website at invention, patentability,the state of prior art, and http/lvrww stoete orplourchasetindex asp the level of skill in the business, art, or field to which the subject matter pertains, a trade secret Disputes and Complaints is considered to be 51 All complaints or gnevances should be first a Secret, submitted orally or in writing to the Director of b Of value, Procurement & Supply Management, who will c. For use or in use by the business,and take prompt remedial action The Director of d Of advantage to the business, or Procurement & Supply Management shall providing an opportunity to obtain an investigate the validity of the complaint and advantage, over those who do not know present the findings in writing to the vendor If or use it when the owner therefore takes the vendor is dissatisfied with the Director of measures to prevent it from becoming Procurement& Supply Management's remedies, available to persons other than those he may then make an appeal to the Mayor selected by the owner to have address thereto for limited purposes Discrimination 48 Be aware that the designation of an item as 52 It is the policy of the City of St Petersburg to a trade secret by you may be challenged in court provide workplaces free from discrimination, by any person or entity. By your designation of harassment and related inappropnate behavior material in your bid as a"trade secret"you agree The City does not condone or tolerate any to defend the City of St Petersburg (and its behavior that is discnminatory, harassing or employees, agents and elected and a pointed otherwise inappropriate when such behavior is officials) against all claims and actions (whether based on an individual's or group's race, color, or not a lawsuit is commenced) relate to your national origin, religion, gender, marital status, designation of material as a"trade secret"and to age, disability, sexual orientation, genetic hold harmless the City of St Petersburg (and its information or other protected category Gender employees, agents and elected and appointed includes but is not limited to sex, pregnancy, officials)for any award to a plaintiff for damages, childbirth or medical conditions related to costs and attorneys' fees, and for costs and childbirth, and gender-related self-identity which attorneys'fees incurred by the City by reason of can be shown by evidence such as medical any claim or action related to your designation of history, care or treatment of the gender-related material as a"trade secret" identity, consistent and uniform assertion of the gender-related identity or any other evidence that the gender-related identity is sincerely held Vendors and Contractors are encouraged to C-5 Rev(9/11),(1/12),(5/14) Invitation for Bid Instruction to Bidders-Services adopt such policies and provide workplaces free of discrimination in terms of conditions of employment, including benefits C-6 Rev(9/11),(1/12),(5/14)