Loading...
2017-085 AGREEMENT FOR LIFTSTATION REHABILITATION SERVICES THIS AGREEMENT, is made and entered into this day ofA__U_ u 2017, by and between the CITY OF CLERMONT, FLORIDA, a municipa corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street,Clermont, Florida, (hereinafter referred to as "CITY"), and U.S. WATER SERVICES CORPORATION, whose address is: 4939 Cross Bayou Boulevard,New Port Richey, FL, 34652 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 17-040 titled Sanitary Sewer Manhole and Lift Station Rehabilitation; WHEREAS, CONTRACTOR submitted its response dated July 13, 2017 to RFB 17-040; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 17-040 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I—SCOPE OF WORK The CONTRACTOR shall furnish labor,materials,equipment,machinery,tools,apparatus and transportation and perform all of the work for liftstation rehabilitation services as set forth in Exhibit "B", Statement of Work, described in CITY's RFB 17-040 and CONTRACTOR's July 13,2017 response thereto,which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to 1 CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one (1) year terms. Sixty(60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK CITY shall authorize services to be provided hereunder by issuing a purchase order to CONTRACTOR. Prior to the issuance of a purchase order, CITY shall notify CONTRACTOR and CONTRACTOR shall,at its expense,within twenty-four 24 business hours of such notification pick-up the subject tires. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of the vehicle to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty(30) calendar days of receipt of the invoice. 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 jurisdiction thereof. 2 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 Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute,the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims 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 3. 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. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. 3 �l r 1 I (b) In any and all claims against the CITY or any of its agents or employees 1 by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts 11 any of them may be liable, the indemnification obligations under this II Paragraph shall knot be: limited in any way by any limitation on the ' amount ortype of damages,compensation or benefits payable by or for II the CONTRACTOR or any i subcontractor under workers'or workmen's '° . compensation acts;disability benefit acts or other employee benefit acts. i (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and t other good ;and evaluable consideration from the CITY for the indemnification provided herein. ARTICLE VIII—NOTICES f All notices shall be in writing and sent by United States mail,certified or registered, with j return receipt requested and postage prepaid,or by nationally recognized overnight courier I service'to the address of the party set forth below. Any such notice shall be deemed given 1 t whenreceived'by the party to whom it is intended. CONTRACTOR: U.S. Water Services Corporation 4939 Cross Bayou Boulevard New Port Richey, FL 34652 Attn: Ralph Amiott, Vice President CITY: City of Clermont 11 Attn: Darren Gray, City Manager �! 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 11 1 L Attorneys'.Fees In the event a suit or action is instituted to enforce or interpret any t provision of this-Agreement, the prevailing party shall be entitled to recover such j r sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, !I in addition to all other sums,provided bylaw. 11 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 11 of such provision itself and'shall in no way affect'the enforcement of any other provisions.of this Agreement. 'Ii t 3. Severability. If any provision of this Agreement or the application thereof:to any i1 person or circumstance is to any extent invalid or unenforceable, such provision,or 1 j 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 1 4 1 P 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. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, 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. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all 5 records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 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 2. Purchase Order 3. All documents contained in City of Clermont RFB 17-040 and any amendments thereto. 4. CONTRACTOR's July 13, 2017 response to RFB 17-040. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on nn this day of t`I l.e c i,!St .2017. City of ont Gail L. Ash, Mayor Attest: Di , Tracy Ackroyd Howe, City Clerk 6 U.S. WATE)I -I. ' S CORPORATION By: L (Si . re1.111) bar (Name&Title Printed or Typed) Attest: ...20( Corporate Secretary viCk--0(ka Rzn.ICk-) (Name Printed or Typed) 7 EXHIBIT A REVISED SECTION—C PRICE SCHEDULE GROUP 2 PRICING (LIFSTATION REHABILITATION) L.N. Description Est.Qty I Unit P Unit Price Extended Price 9 Lift Station Surface Rehabilitation by 100/S.F. Cementitious Lining. 28.80 2,880.00 10.a Bypass 8 in. Sewer Setup 9/Each 800.00 7,200.00 10.b Bypass 10 in.to 12 in. Sewer Setup 4/Each 800.00 3,200.00 10.c Bypass 15 in.to 18 in. Sewer Setup 4/Each 800.00 3,200.00 RFB No: 17-040 Page 21 of 44 REVISED SECTION -C PRICE SCHEDULE GROUP 2 PRICING(LIFSTATION REHABILITATION) L.N. Description Est.Qty! Unit Extended Price Unit Price 10.d Sewer Bypass 4 in.Pump 25/per day 600.00 15,000.00 10.e Sewer Bypass 6 in. Pump 10/Per Day 700.00 7,000.00 10.f Sewer Bypass 8 in. Pump 10/Per Day 700.00 7.000.00 11.a Furnish and Install Pump Base—4 in. (inclusive 10/Each of pump brackets) 3,300.00 33,000.00 Furnish and Install Pump Base—6 in.(inclusive 11.b of pump brackets) 4/Each 3,000.00 12,000.00 Furnish and Install Pump Base—8 in. (inclusive 11.c of pump brackets) 4/Each 3,660.00 14,640.00 12.a Re-Construct Lift Station Fillet—6 ft. Diameter 5/Each 600.00 3.000.00 12.b Re-Construct Lift Station Fillet—8 ft.Diameter 2/Each 720.00 1,440.00 12.c Re-Construct Lift Station Fillet—10 ft.Diameter 2/Each 840.00 1,680.00 12.d Re-Construct Lift Station Fillet—12 ft.Diameter 2/Each 960.00 . 1,920.00 13 Removal of Existing Coating 200/S.F. 12.00 2,400.00 Remove and Replace Existing Piping and Valves 14.a within Existing Submersible Lift Station through 10/Each Existing Valve Vault—4 in.(price per each riser) 6,000.00 60,000.00 Remove and Replace Existing Piping and Valves 14.b. within Existing Submersible Lift Station through 4/Each Existing Valve Vault—6 in.(price per each riser) 6,000.00 24,000.00 Remove and Replace Existing Piping and Valves 14.c within Existing Submersible Lift Station through 4/Each Existing Valve Vault—8 in.(price per each riser) 6,500.00 26,000.00 Remove and Replace Existing Piping and Valves 14.d within Existing Submersible Lift Station through 4/Each Existing Valve Vault—10 in. (price per each riser) 9,000.00 36,000.00 RFB No: 17-040 Page 22 of 44 REVISED SECTION —C PRICE SCHEDULE GROUP 2 PRICING(LIFSTATION REHABILITATION) L.N. Description Est.Qty! Unit Extended Price Unit Price Remove and Replace Existing Piping and Valves 14.e within Existing Submersible Lift Station through 4/Each Existing Valve Vault—12 in.(price per each riser) 10,000.00 40,000.00 Furnish and Install 6 ft.top slab with 36in.x 481n. 15.a hatch with Safety Grate 5/Each 3,960.00 19,800.00 Furnish and Install 8 ft.top slab with 36in.x 48in. 15.b hatch with Safety Grate 2/Each 4,320.00 8,640.00 16.a Furnish and install 5 ft.x 5 ft.valve box with 5/Each 48in.x 48in. Hatch 6,840.00 34,200.00 Furnish and install 6 ft.x 6 ft.valve box with 16.b 48in.x 48in. Hatch 2/Each 8,880.00 17,760.00 17.a Temporary Bypass Riser—4 in. 5/Each 3,540.00 17,700.00 17.b Temporary Bypass Riser—6 in. 2/Each 3,600.00 7,200.00 17.c Temporary Bypass Riser—8 in. 2/Each 4,200.00 8,400.00 18.a 2 in. SS Dual Guide rails with brackets—10 ft.to 10/Each 15 ft.(Price Per Pump) 1,920.00 19,200.00 18.b 2 in.SS Dual Guide rails with brackets—15 ft.to 5/Each 20 ft. (Price Per Pump) 2,640.00 13,200.00 19 a 3 in. SS Dual Guide rails with brackets—10 ft.to 5/Each 15 ft. (Price Per Pump) 2,640.00 13,200.00 19.b 3 in. SS Dual Guide rails with brackets—15 ft.to 5/Each 20 ft.(Price Per Pump) 2,640.00 13,200.00 20 Furnish and Install 3 in. Drain 5/Each 960.00 4.800.00 21 Furnish and Install SCH-80 PVC Vent—4 in. 5/Each 300.00 1,500.00 22.a Drain and Clean Wet Well—6 ft. 5/Each 1,200.00 6,000.00 22.b Drain and Clean Wet Well—8 ft. 2/Each 1,500.00 3,000.00 22.c Drain and Clean Wet Well—10 ft. 3/Each 1,500.00 4,500.00 22.d Drain and Clean Wet Well—12 ft. 3/Each 1,500.00 4,500.00 RFB No: 17-040 Page 23 of 44 REVISED SECTION —C PRICE SCHEDULE GROUP 2 PRICING(LIFSTATION REHABILITATION) Est.Qty I Unit L.N. Description Unit Price Extended Price 23.a Connect Lift Station Piping to Existing Force Main 5/Each —4 in. 2,700.00 13.500.00 23.b Connect Lift Station Piping to Existing Force Main 2/Each —6 in. 1.800.00 3.600.00 23.c Connect Lift Station Piping to Existing Force Main 2/Each —8 in. 2,200.00 4,400.00 23.d Connect Lift Station Piping to Existing Force Main 2/Each —10 in. 2,200.00 4,400.00 23.e Connect Lift Station Piping to Existing Force Main 2/Each —12 in. 2,200.00 4,400.00 Furnish and Install HDPE Riser Pipe, Bracket, Base Ell and Base Plate in Place of Ductile Iron 24.a Riser and Fitting on Line Item 14.a—4 in. (This 2/Each price will be either added if more or subtracted if 6,000.00 12,000.00 less from original base bid price) Furnish and Install HDPE Riser Pipe,Bracket, Base Ell and Base Plate in Place of Ductile Iron 24.b Riser and Fitting on Line Item 14.a—6 in. (This 3/Each 6,000.00 18,000.00 price will be either added if more or subtracted if less from original base bid price) Furnish and Install HDPE Riser Pipe,Bracket, Base Ell and Base Plate in Place of Ductile Iron 24.c Riser and Fitting on Line Item 14.a—8 in. (This 3/Each 8,900.00 26,700.00 price will be either added if more or subtracted if less from original base bid price) Furnish and Install HDPE Riser Pipe, Bracket, Base Ell and Base Plate in Place of Ductile Iron 24.d Riser and Fitting on Line Item 14.a—10 in. (This 3/Each 9,500.00 28,500.00 price will be either added if more or subtracted if less from original base bid price) Furnish and Install HDPE Riser Pipe, Bracket, Base Ell and Base Plate in Place of Ductile Iron 24.e Riser and Fitting on Line Item 14.a—12 in. (This 3/Each 10,000.00 30,000.00 price will be either added if more or subtracted if less from original base bid price) Remove and Replace Existing Potable water 25.a Piping and PRV Valve within Existing and through 1/Each 4,200.00 4,200.00 Existing Valve Vault—6 in. RFB No: 17-040 Page 24 of 44 REVISED SECTION —C PRICE SCHEDULE GROUP 2 PRICING(LIFSTATION REHABILITATION) L.N. Description Est.Qty/ Unit Extended Price Unit Price Remove and Replace Existing Potable water 25.b Piping and PRV Valve within Existing and through 1/Each 4,700.00 4,700.00 Existing Valve Vault—8 in. Remove and Replace Existing Potable water 25.c Piping and PRV Valve within Existing and through 1/Each 5,200.00 5,200.00 Existing Valve Vault—10 in. Remove and Replace Existing Potable water 25.d Piping and PRV Valve within Existing and through 1/Each 5,700.00 5,700.00 Existing Valve Vault—12 in. 26.a 2-in. Line Stop 1/Each 6,487.50 6,487.50 26.b 4-in. Line Stop 1/Each 7,430.50 7,430.50 26.c 6-in.tine Stop 1/Each 7,712 25 7,712.25 26.d 8-in. Line Stop 1/Each 7,971.00 7,971.00 26.e 10-in. Line Stop 1/Each 9,661.50 9,661.50 26.f 12-in.Line Stop 1/Each 11,679.75 11,679.75 26.g 14-in. Line Stop 1/Each 13,863.00 13,863.00 26.h 16-in. Line Stop 1/Each 14,169.5' 14,169.50 Total Amount 742,635.00 RFB No: 17-040 Page 25 of 44 REVISED SECTION —C PRICE SCHEDULE By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation,and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available, at a minimum,the items set forth in this solicitation. Respondent Information and Signature Company Name(print): U.S. Water Services Corporation Street Address: 4939 Cross Bayou Boulevard, New Port Richey FL 34652 Mailing Address(if different): Telephone: (727) 848 8292 Fax: (727) 849 8860 Email: ccrego@uswatercorp.net Payment Terms: 100 % days,net 30 FEIN: 20 0008821 Professional.License No.: Signature: " P",._ Date: 07/13/2017 Print Name: Ralph Amiott Title: Vice President Does the respondent accept payment using the City's MASTERCARD? O Yes qt No END OF SECTION—C • RFB No: 17-040 Page 26 of 44 EXHIBIT B SECTION — B STATEMENT OF WORK PART 1: GENERAL 1.01 SUMMARY A. These specifications shall govern all labor, material, equipment and appliances necessary for sanitary sewer manhole and lift station rehabilitation for the purpose of eliminating infiltration and inflow, providing corrosion protection, repair of cracks and voids and restoration of the structural integrity of the manhole/ lift stations as a result of the application of a monolithic fiber- reinforced structural/structurally enhanced pure calcium alimunate cementitious liner to the wall, ceiling and bench surfaces of concrete, brick or any other masonry construction material. Including lift station piping rehabilitation as detailed in specifications. 1.02SUBMITTALS A. Submit manufacturer's material data and application and installation instructions for all products used for approval prior to use. B. Provide documentation that the proposed manhole/lift station rehabilitation process has a minimum three (3) year history/experience for reconstruction of sanitary sewer manholes and lift station on projects of similar size and scope (SEE PART 4, MINIMUM QUALIFICATIONS AND REQUIREMENTS). 1.03QUALITY ASSURANCE A. Use, mix, apply and cure all products in accordance with the manufacturer's recommendations and instructions. B. Install all products in accordance with the manufacturer's recommendations and instructions. PART 2: PRODUCTS 2.01 MATERIALS A. Patching Mix: - 1. A quick-setting, fiber-reinforced, calcium aluminate-based cementitious material for patching and filling voids and cracks. B. Infiltration Control Mix: 1. A rapid-setting cementitious product specifically formulated for infiltration control. RFB No: 17-040 Page 11 of 43 SECTION — B STATEMENT OF WORK C. Grouting Mix: 1. A rapid-setting cementitious grout specifically formulated for stopping very active infiltration and filling voids. 2. A rapid setting chemical grout specifically formulated for stopping very active infiltration. D. Liner Mix: 1. A fiber-reinforced pure-fused calcium aluminate cement and calcium aluminate aggregate to be wet mixed and low pressured spray applied to form the structural/structurally enhanced monolithic cementitious liner covering all interior manhole surfaces. Liner material to be SewperCoat, Strong Seal, Parson CA Liner+ Cement Plus, Maximum CA + Cement. No substitutions will be allowed. 2. Materials shall be pre-mixed and specially formulated to withstand H2S (hydrogen sulfide) bacterial corrosion and abrasion in sewer networks. 3. The products mentioned above must be accompanied by a certified letter from the manufacturer and a letter from the contractor for a 10- year warranty. E. Bonding Compound: Material shall be modified cementitious bonding compound that protects exposed reinforcement steel and enhances bond of overlay to substrate. F. Water: Water shall be clean and potable and shall be provided by the city at designated fill stations. PART 3: EXECUTION 3.01 PREPARATION A. Place covers over sewer inverts to prevent extraneous material from entering the sewer lines. B. Remove foreign, loose and unsound concrete and masonry material not able to be removed by high pressure water spray may require the use of mason's or mechanical tools for removal. RFB No: 17-040 Page 12 of 43 SECTION — B STATEMENT OF WORK C. Clean the interior surfaces of the manhole/lift station with high pressure (3,500 psi minimum)water spray, using detergent, muriatic acid, antibacterial agent or other chemicals to remove grease, oil and other contaminants that would prevent good bond between the existing manhole interior surface and the liner material. D. Active hydrostatic leaks (infiltration) shall be stopped using the rapid-setting specially formulated infiltration control mix. E. Very active hydrostatic leaks (infiltration) shall be stopped using one of the rapid-setting grouting mixes specially formulated for control of very active infiltration. F. Clean and prepare exposed reinforcement steel, and apply and cure bonding compound, in accordance with the product manufacturer's instructions and recommendations. G. Prepare cracks and voids to be patched and filled, and apply and cure patching mix, in accordance with the product manufacturer's instructions and recommendations. H. Areas of manhole/lift station that are found to be structurally damaged and in need of repair beyond the scope of this specification shall be brought to the attention of the Director. A suitable repair method shall be developed for each area and submitted to the Director for review prior to commencing the repair. I. Prepare, clean and repair manhole/lift station benches and inverts in the same manner as prescribed above. 3.02 LINER APPLICATION, CURING AND TESTING A. Prepare manhole/lift station surfaces, wet batch-mix liner materials low pressure spray apply liner mix to the manhole ceiling, wall and bench surfaces and allow liner to cure in accordance with the product manufacturer's instructions and recommendations. B. Liner application shall be 1/2" for manholes and 1" for wet wells minimum thicknesses. The application shall be completed with a minimum of two coats. The first coat shall be applied at a thickness adequate to cover the substrate and be trowled to compact the material into voids and set the bond. The second coat shall be applied to ensure complete coverage at the specified thickness. C. Inverts shall be lined with patching mix, trowl applied in one coat to a 1" minimum thickness. RFB No: 17-040 Page 13 of 43 SECTION — B STATEMENT OF WORK D. Prepare, label and submit recommended daily or per lot test specimens for testing. 3.03 CLEANING A. Clean manhole/lift station interiors and remove all construction-related materials, equipment and appliances from the manhole/lift station prior to reinstatement to service. 3.04 LIFT STATION REHABILITATION A. By-pass pumps must be sound attenuated and meet the minimum flow requirements for each station. The system shall have a second pump tied in and ready in case the primary pump fails. The system shall be monitored 24 hours a day by remote dialer and contractor personnel. The contractor is responsible for emergency calls day and night while it is on by-pass pumps. By-pass system shall be tested to ensure proper operation. The city must witness the testing and sign off prior to starting rehabilitation. By-pass requirements (Minimum): LS El 955 GPM @ 75 TDH force main pressure with pumps on is 26 psi LS E2 1250 GPM @ 115 TDH force main pressure with pumps on is 43 psi LS E3 1398 GPM @ 95 TDH force main pressure with pumps on is 37 psi LS 18 425 GPM @ 50 TDH force main pressure with pumps on is 20 psi LS E16 1028 GPM @ 60 TDH force main pressure with pumps on is 48 psi B. Temporary pump out riser will need to be installed first and may be left as the emergency pump out. The city will help determine that best location of this for both parties. The riser shall consist of a flanged P-401 spool coming up above grade, flanged P-401 90, MJ P-401 Tee, two MJ gate valves with valve boxes and all necessary restraint devises. A flanged aluminum male cam-lock and dust cap with a 6" flanged '/ turn plug valve should be installed on the elbow after job is completed. C. The contractor is responsible for the removal of pumps, pipes, and valves. The city will disconnect the pump leads, remove floats and transducer. The pumps RFB No: 17-040 Page 14 of 43 SECTION — B STATEMENT OF WORK are to be given to the city after removal. All other materials are to be hauled and disposed of by the contractor. D. Installation of base elbows shall be per manufacturers' specifications. The bases shall be Flygt dual rail design. Existing pumps will need the top bolt on guide rail bracket. Guide rails shall be 3" stainless steel with a stainless guide rail bracket. Any modification to the existing floor or fillet for proper installation shall be included in pricing. E. Ductile Iron pipe and fittings shall be P-401 lined. All flanged connections shall have 316 stainless steel nuts & bolts. The use of an anti-seizing compound is required on all bolts. F. Valves inside the valve box shall be Mueller,American, Clow, Dezurik, or Pratt. Check valves shall be flanged L/W type with rubber disc seal. Plug valves shall be flanged IA turn direct nut with 80% opening. G. Pressure gauges shall be installed on each discharge pipe downstream of the plug valve. The 1/2"tap can be directly into the ductile iron pipe. Stainless steel nipples and ball valve shall be used to make the connection. Gauges shall be 4-1/2" SS liquid filled with diaphragm. H. Vent cap shall be all SCH-80 PVC fittings. Use 4"elbows and Vanstone flanges with a SS screen between them. I. Use a 12'-0" average riser length for line item 14.a, 14.b, 14.c and alternate price for line item 1.a, 1.b, 1.c in Section C, Price Schedule of this RFB. 3.05 ALTERNATE BID A. HDPE SDR-11 IPS pipe riser shall be factory butt fused. The riser shall have a flange adapter with SS backup ring, 90 elbow and enough pipe to go through the wall to the restrained coupling between the wet well and valve box. The height may be adjusted with one fusion coupling. The use of a SS stiffener is required at the MJ connection. B. A 316 stainless steel base plate must be used. Plates shall be at least 12" x 12" x '/2" thick (base plate to be used with HDPE only). C. Pipe bracing is required every 8 feet minimum. The first must be within 6 inches of the top elbow. The bracing must be 316 stainless steel, going from wall to wall behind the risers with a stainless steel U-bolt holding the riser to the brace. All nuts shall be vinyl locking stainless steel. RFB No: 17-040 Page 15 of 43 SECTION — B STATEMENT OF WORK PART 4: MINIMUM QUALIFICATIONS AND REQUIREMENTS The installer SHALL have been engaged in the installation of Manhole and Lift Station System Rehabilitation Contracting Services for a minimum of Three (3) years and have rehabilitated a minimum of Five Hundred (500) sanitary sewer manholes and Fifteen (15) lift stations, in the State of Florida, utilizing a system that offers pure fused Calcium Aluminate. The installer SHALL include in their response a list of Ten (10) references, for which manhole, lift station, or wet well rehabilitation contracting services have been provided within the last Three (3) years. The reference list shall include the name of the company, contact person, telephone number, project duration, contract value and the number of manholes/lift station for each reference. The selected contractor will be responsible for knowledge of and compliance with all relative local, state and federal codes and regulations. For all work performed under this contract, the successful Contractor shall provide a competent job-site supervisor and any necessary assistants, all approved by the Utilities Department of City of Clermont. The job-site supervisor shall be present at all times while work is in progress. The job-site supervisor shall represent the Contractor at all times while all directions given him shall be binding as per the contract documents. The job- site supervisor shall have a minimum of Five (5) years' experience in the rehabilitation of Sanitary Sewer Manholes, Lift Stations, and Wet Wells utilizing a product that consists of a pure fused Calcium Aluminate Cementitious Liner. Failure to provide the minimum qualifications and requirements with the bid response as described in this section may result in bid being non-responsive. PART 5: MEASUREMENT AND PAYMENT A. Payments to the Contractor shall be made on the basis of the units in Section C, Price Schedule as full and complete payment for furnishing all materials, labor, tools and equipment, and for performing all operations necessary to complete the rehabilitation work of sewer manholes, lift stations, and wet wells by various trenchless methods as authorized by the City. The City will establish an annual renewable contract for these services with the successful bidders as described in this solicitation. The unit prices stated in Section C, Price Schedule include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the details and specified herein. The Basis of Payment for an item at the price shown in Section C, Price RFB No: 17-040 Page 16 of 43 SECTION — B STATEMENT OF WORK Schedule, shall be in accordance with its description of the item in this Section and as related to the work specified. Unit prices will be applied to the actual quantities furnished and installed in conformance with the Contract Documents. B. The Contractor's attention is called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established in Section C, Price Schedule, the cost for that work shall be included in some other applicable item, so that the price for the item reflects the total price for completing the work in its entirety. No separate payment will be made for the following work if required and its cost shall be included in appropriate payment items: • Applications and pulling of all utility and construction permits; • Dewatering and disposal of surplus water; • Structural repairs; • Cleanup; • Testing materials and apparatus; • Maintenance of utility service; • Appurtenant work; • Inspection Photo Records; • Maintenance of Traffic The following paragraphs will clarify the work included for the items listed in the Section C, Price Schedule. MEASUREMENT Payment under this Contract for authorized work shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the City unless otherwise specified. The City will witness all field measurements. When depths are indicated in the bid items, they shall be measured vertically from the existing grade, paved or unpaved, to the pipe invert. It is intended that all work required to complete this Work will be included in the various bid items as described in the following paragraphs. 1. CEMENTITIOUS LINING MANHOLE, BRICK, OR PRECAST REHABILITATION (1/2" thick minimum in manholes) RFB No: 17-040 Page 17 of 43 SECTION — B STATEMENT OF WORK This item of work will be measured and paid for at the unit price per vertical foot of 48-inch or 60-inch diameter of manhole wall named in Section C. Measurement will be made from the bench, at its highest point, to the upper limit of actually treated wall, cone or chimney. Payment of the unit price per vertical foot will provide complete compensation for cleaning of the wall by both pressurized water and sand or soda blasting; relief of hydrostatic pressure outside the manhole, if necessary; injecting chemical grout to stop active leaks into the manhole, if necessary; furnishing and supplying of all materials or combination of materials making up the patching and coating (waterproofing) and applying or installing them; manufacturer's representative's presence or assistance, if required; isolation of the manhole by plugging entering lines; testing; safety equipment; and all incidentals necessary to obtain a watertight, sealed manhole wall and bench, compete in place. Contractor will be responsible for the new coating that is applied only and not the existing coating. Payment for bypass pumping, if required (other than because of damage caused by Contractor); will be paid for under a separate item. 2. CEMENTITIOUS LINING OF LIFT STATION/WET WELL SURFACES (1" thick minimum in wet wells) This item of work will be measured and paid at the unit price per square foot of wall in a lift station or wet well. Measurement will be made on the actual surface area repaired. Payment of the unit price per square foot will provide compensation for cleaning of the wall by both pressurized water and sand or soda media blasting methods; relief of hydrostatic pressure outside the structure if necessary; injecting chemical grout to stop active infiltration, if necessary; cleaning; surface preparation as specified herein; furnishing and supplying of all materials or combination of materials, including liner manufacture's representative's presence or assistance, if required; isolation of the lift station or wet well by plugging entering lines; testing; safety equipment for personnel; labor, tools and equipment; and all incidentals necessary to obtain a watertight, sealed wall and bench, compete in place. Contractor will be responsible for the new coating that is applied only and not the existing coating. 3. BYPASS PUMPING OF SEWERS a. BYPASS PUMP AND PIPING SETUP These pay items provide complete compensation for bypass pumping operations required for sewer manhole, lift station and wet RFB No: 17-040 Page 18 of 43 SECTION — B STATEMENT OF WORK well rehabilitation. The Contractor shall attempt to perform the rehabilitation sewer work without bypass pumping. However, if in the opinion of the City bypass pumping is necessary, it will be identified as a payment item. The pay item is a one-time charge for all bypass pumping setup operations during a given lining installation, including services, regardless of the number of pumps required. Bypass pumping shall be bid on the basis of sewer size which is bypasses. • These items shall include, but are not limited to: all necessary and required traffic control; pumps; piping; gasoline/diesel fuel; maintenance; transportation and storage; temporary bypass and service piping; labor; materials and/or any other costs associated with bypass pumping. Plugging or blocking a sewer line shall be included in the appropriate bid item for which the flow must be stopped, this is considered incidental work and no additional payment shall be considered. b. BYPASS PUMP These items shall be paid for on a per day basis for operation of the bypass pumps. Bypass pump operation shall be on the basis of the size of the pump used. These items shall include fuel operating costs. 4. ADJUSTING EXISTING MANHOLE CASTINGS These pay items provide complete compensation for furnishing all necessary labor, equipment and materials to adjust existing manholes to match existing elevations. 5. FURNISH NEW MANHOLE RING AND COVER This pay item provides complete compensation for furnishing new manhole ring and covers as specified by the City. 6. RECONSTRUCT BENCH AND FLOW CHANNEL This pay item provide complete compensation for furnishing all necessary labor, equipment and materials required to re-construct a complete bench and flow channel, as required per the City's minimum standards. 7. INSTALLATION OF CHIMNEY SEALS These pay items provide complete compensation for furnishing all necessary labor, equipment and material required to install manhole chimney seals. 8. REMOVAL OF EXISTING COATINGS RFB No: 17-040 Page 19 of 43 SECTION — B STATEMENT OF WORK These pay items provide complete compensation for furnishing all necessary labor, equipment and materials necessary to remove any existing coatings that may exist in full or any portion of an existing structure. 9. REMOVE AND REPLACE EXISTING PIPING AND VALVES These pay items provide complete compensation for furnishing all necessary labor, equipment and materials necessary to remove and replace all existing piping, check valves, plug valves and all miscellaneous materials required for this installation. This work will start at existing pump bases and will terminate prior to where discharge piping exits existing valve vault. All work shall comply with City of Clermont minimum standards. END OF SECTION — B RFB No: 17-040 Page 20 of 43