Loading...
Contract 2018-17 AGREEMENT FOR SANITARY SEWER, LATERAL LINING REHABILITATION SERVICES THIS AGREEMENT, is made and entered into this (. 1441 day of 2018, by and between the CITY OF CLERMONT, FLORIDA, a municipal co oration under the laws of the State of Florida whose address is: 685 W. Montrose Street,Clermont, Florida, (hereinafter referred to as "CITY"), and LMK PIPE RENEWAL, LLC., whose address is: 1131 NW 55th Street, Fort Lauderdale, FL 33309 (hereinafter referred to as "CONTRACTOR"). WHEREAS,the Manatee County B.C.C. through the public procurement process awarded an Agreement for sanitary sewer, lateral lining rehabilitation services, Manatee County B.C.C. Contract Number 16-1327BLS; WHEREAS,CITY desires to utilize the above-referenced awarded bid,CONTRACTOR's response thereto and Agreement 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 Manatee County B.C.C. Contract Number 16-1327BLS; 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, lateral lining rehabilitation services as described in the Manatee County B.C.C. Contract Number 16-1327BLS, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications,which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from 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 the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect until May 11, 2018, unless terminated or renewed as provided by the Manatee County B.C.C. 1 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 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. ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide sanitary sewer, lateral lining rehabilitation services forth in the applicable purchase order or notice to proceed. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the General Conditions, 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 —WARRANTY CONTRACTOR shall warrant all application specific goods sold to CITY under this Agreement to be free from defects in materials and workmanship for the period of the then current standard warranty offered by CONRTACTOR to its retail customers for such Goods. Notwithstanding the foregoing,CONTRACTOR agrees that CITY will receive the benefit of any warranty provided by CONTRACTOR's vendor that CONTRACTOR may pass through to the CITY. The warranty stated in this section represents the total liability of CONTRACTOR for any goods. ALL OTHER WARRANTIES, BOTH EXPRESS AND IMPLIED, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARE HEREBY EXCLUDED. CONTRACTOR shall not be liable to City, for any indirect, special, incidental or consequential damages. CITY agrees to be responsible for and shall indemnify and hold CONTRACTOR harmless from and against all damages, claims or demands to the extent arising out of or resulting from (i) improper installation of goods by Customer; or(ii)any breach of an express product warranty issued by CITY to a customer 2 or end user of any of the goods that exceeds either the scope of the manufacturers' express warranties or such other warranties set forth in this Agreement or agreed to by CONTRACTOR in writing. ARTICLE VII—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. ARTICLE VIII—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 Aggregate, $4,000,000 Each, Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit Products/Completed Operations Aggregate, $4,000,000 Personal and Advertising Injury, $2,000,000 Each Occurrence, $2,000,000 Fire Damage(Any One Fire), $2,000,000 Medical Expenses(Any One Person), $2,000,000 3 (b) Automobile Liability Coverages, $1,000,000 Each (c) Employers Liability, $1,000,000 Each Accident Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance-The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. 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 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. (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 IX—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 4 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: LMK Pipe Renewal, LLC. 1131 NW 55th Street Fort Lauderdale, FL 33309 Attn: John F. Rinehart, VP CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE X— MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. 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. 5 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 records stored electronically 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 XI—AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 6 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in the Manatee County B.C.C. Contract Number 16- 1327BLS. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this` day of ,2018. City of Cl ont ail Ash, City Mayor Attest: Tracy Ackroyd Howe, City Clerk LMK Pipe Renewal, LLC. By: hd t V l i ( . I Q),,1, o� (Mame Printed o Typed dTllq)Q(43111U1,1 tar Titlal Attest: Corporate Secretary (Name Printed or Typed) 7 EXHIBIT A P".., MANATEE COUNTY PURCHASING PURCHASE ORDER NO.: P1601290 Mail invoice To: PAGE: Page 1 of 2 " CLERK OF THE CIRCUIT COURT ORDER DATE: 04/13/17 MANATEE COUNTY FINANCE DEPARTMENT DATE REQUIRED: 05/12/17 P.O.BOX 1000 oR' BRADENTON,FL 34206-1000 NET 45 TERMS: SEND SEPARATE INVOICES FOR EACH SHIPMENT SHIP VIA: BESTWAY F.O.B.: DESTINATION CONFIRMATION TO: TASK 20171346B1S VENDOR SHIP TO V017494 (954) 772-0075 S0999 LMK PIPE RENEWAL LLC VARIOUS LOCATIONS 1131 NW 55TH ST PER EACH RELEASE ORDER FORT LAUDERDALE, FL 33309 john@lmkpipe.com Requested by:BSIETMAN/EF ITEM QUANTITY U/M DESCRIPTION UNIT PRICE TOTAL PRICE CHANGE ORDER #1 DATED APRIL 13, 2017 RENEWS EXISTING BLANKET ORDER AGREEMENT FROM 5/12/2017 THROUGH 5/11/2018 (YR 2/5) WITH THREE RENEWALS REMAINING PRICING, TERMS & CONDITIONS AND SPECIFICATIONS IN ACCORDANCE WITH IFB 16-1327BLS ****************************+******************* A CURRENT CERTIFICATE OF INSURANCE WITH A VALID MUST BE ON FILE WITH PURCHASING PRIOR TO INITIATING ANY LABOR/SERVICES FOR THE COUNTY DESCRIPTION IN OPERATION (BOX) SHALL STATE: NAMING MANATEE COUNTY SUBDIVISION OF FLORIDA CERTIFICATE HOLDER: MANATEE COUNTY GOVERNMENT 1112 MANATEE AVENUE WEST BRADENTON, FLORIDA 34205 **NO DEPARTMENT, DIVISION OR ALTERNATE ADDRESS** ************************************************ ****************************** ****** CHANGE ORDER #1 ****** THIS IS A CHANGE TO THE ****CONTINUED**** TOTAL Requisition#: Reference #: Buyer: Approved By: See Reverse Side for Terms and Conditions A PACKING LIST MUST ACCOMPANY EVERY SHIPMENT. FLORIDA SALES TAX EXEMPT.CERT.NO.85-8012622206C-6. F.E.T.EXEMPT CERT.NO.59-78-0089 K. NO DEVIATION IN THE TERMS AND CONDITIONS OR SPECIFICATIONS OF THIS PURCHASE CONTRACT SHALL BE MADE UNLESS SPECIFICALLY AUTHORIZED BY MANATEE COUNTY PURCHASING. �,,,P,e '°° MANATEE COUNTY PURCHASING PURCHASE ORDER NO.: P1601290 ' � � Mail invoice To: PAGE: Page 2 of 2 • ,A CLERK OF THE CIRCUIT COURT ORDER DATE: 04/13/17 MANATEE COUNTY FINANCE DEPARTMENT �=�=� P.O.BOX 1000 DATE REQUIRED: 05/12/17 °H BRADENTON,FL 34206-1000 TERMS: NET 45 SEND SEPARATE INVOICES FOR EACH SHIPMENT SHIP VIA: BESTWAY F.O.B.: DESTINATION CONFIRMATION TO: TASK 20171346BLS VENDOR SHIP TO V017494 (954) 772-0075 S0999 LMK PIPE RENEWAL LLC VARIOUS LOCATIONS 1131 NW 55TH ST PER EACH RELEASE ORDER FORT LAUDERDALE, FL 33309 john@lmkoipe.corn Requested by:BSIETMAN/EF ITEM QUANTITY U/M DESCRIPTION UNIT PRICE TOTAL PRICE ORIGINAL PURCHASE ORDER ****************************** 00C1 1 YR C/O #1; BLANKET ORDER AGREEMENT, GROUP 1; 0. 00 SANITARY SEWER - LATERAL LINING REHABILITATION SERVICES ON AN "AS REQUIRED" BASIS ONLY BLANKET ORDER NUMBER AND A VALID RELEASE ORDER NUMBER MUST BE ON ALL PACKING SLIPS AND INVOICES EFFECTIVE 5/12/2017 THROUGH 5/11/2018 WITH THREE RENEWALS REMAINING EXCEL SPREADSHEET ON THE INET 501-0003698-596000 TOTAL 0.00 Requisition#: R066402 Reference #: IFB 16-1327BLS Buyer: BONNIE SIETMAN SENIOR BUYER (941) 749-3046 See Reverse Side for Terms and Conditions Approved By: A PACKING LIST MUST ACCOMPANY EVERY SHIPMENT. 36-.Lk -- V.11-&:-",-. FLORIDA SALES TAX EXEMPT.CERT.NO.85-8012622206C-6. F.E.T.EXEMPT CERT.NO.59-78-0089 K. NO DEVIATION IN THE TERMS AND CONDITIONS OR SPECIFICATIONS OF THIS PURCHASE CONTRACT SHALL BE MADE UNLESS SPECIFICALLY AUTHORIZED BY MANATEE COUNTY PURCHASING. TERMS AND CONDITIONS 1. PURCHASE ORDER AND PART NUMBER. Manatee County's (Buyer) Purchase Order numbers must appear on all invoices and packing lists. Purchase Order numbers must show on all Bills of Lading,cartons,containers,etc. 2. PRICE. This order is not to be filled at a higher price than last charged or quoted unless so authorized in writing by Manatee County's Purchasing Division. 3. INSPECTION. All materials ordered are subject to inspection and test by Buyer. Buyer shall have the right to reject or to require correction of material found not to conform to this purchase order. At Buyer's option,rejected material will be held for Seller's instruction and at Seller's risk or returned at Seller's expense. Payment for material prior to inspection shall not constitute Buyer's acceptance. 4. ENTIRE CONTRACT. The terms and conditions stated herein shall constitute the entire contract between Buyer and Seller and no agreement or other understanding in any way modifying the same will be binding unless made in writing signed by a duly authorized representative of Buyer. 5 ACCEPTANCE. Acceptance is limited to the provisions set forth in this order including these terms and conditions and those on the face hereof or incorporated herein by reference. Seller's performance of any work or shipment of any materials covered by this order, without having received Buyer's express written assent to a modification of or addition to the terms hereof shall constitute Seller's acceptance of these terms despite any language to the contrary in Seller's quotation,acknowledgement,confirmation or other communication made in response to this order,and such action by Seller shall constitute a waiver of any such language. Buyer's silence or acceptance of any work performed or materials shipped shall in no event be deemed Buyer's acceptance of any terms contained in Seller's quotation,acknowledgement,confirmation or other communication received from Seller which are different from or in addition to the terms hereof. 6. DELIVERY. Time is of the essence in the filling of this order. No delays in shipment of material or rendition of services will be permitted except as authorized by Buyer in writing. Please notify Buyer at once of anticipated delay. Excessive or unusual transportation charges caused by Seller's inability to deliver by specified date and in specified quantities shall be charged back to Seller. Right is reserved to cancel this order if the foregoing is not complied with. In the event of cancellation pursuant to this clause. Buyer may procure similar articles or services elsewhere or secure the manufacture and delivery of the articles by purchase order or otherwise,and Seller shall be liable to Buyer for any excess cost. 7. PACKING AND SHIPPING. All goods shall be packed, crated and braced to prevent damage or deterioration and classified on bills of lading in accordance with National Motor Freight or Uniform Freight Classification rules and regulations and carriers' tariffs. No charges shall be paid by Buyer for preparation, packing,crating, or cartage unless separately stated in the order. All shipments to be forwarded on one day to one address shall be consolidated and shipped to ensure lowest transportation charge. Buyer's count or weight shall be final and conclusive on shipments. 8. CHANGES AND CANCELLATION. Buyer may at any time by written order make changes in the materials or work ordered;including changes in drawings and specifications,or require additional work or materials. If such changes cause an increase or decrease in Seller's cost or in the time required for performance, an equitable adjustment shall be made and this order shall be modified in writing. Failure to agree to an adjustment shall not excuse the Seller from proceeding with this order as changed. Buyer reserves the right to cancel or suspend all or, from time to time, any undelivered or unexecuted portion of this order. Changes shall not be binding until agreed to in writing by Manatee County's Purchasing Division. 9. WARRANTY. In addition to any warranty implied by fact or law, Seller expressly warrants all items to be free from defects in design, workmanship and materials;to conform strictly to applicable specifications, drawings, approved samples, if any; and to be fit and sufficient for the purpose intended, and to be merchantable. Such warranties,together with all other service warranties of Seller,shall run to Buyer. All warranties shall survive inspection,test, acceptance of and payment by Buyer. In the event of breach of warranty,Buyer may,at its option,either return for credit or require prompt correction or replacement of the defective or nonconforming material to the satisfaction of the Buyer. In the event that Seller is unable to correct or replace the same, Buyer,at its elect, may correct or replace the same and Seller shall reimburse Buyer for the full cost of making such correction or replacement. 10. WARRANTY-PRICE. Seller warrants that the Buyer shall not be billed at prices higher than stated on this Purchase Order unless authorized by a Purchase Order Change Notice issued and signed by Buyer. Seller represents that the price charged for the goods or services covered by this order,is the lowest price charged by the Seller to buyers of a class similar to Buyer under conditions similar to those specified in this order and the prices comply with applicable government regulations in effect at time of quotation,sale or delivery. Seller agrees that any price reduction made in items covered by this order subsequent to the placement of this order will be applicable to this order. 11. PATENTS AND DESIGN RIGHTS. Seller agrees to defend.protect and save Buyer harmless against all suits and from all damages,claims and demands for actual or alleged infringement of any patents by reason of any manufacture, use of materials covered by this order except insofar as any such suit, damage, claim or demand is directly attributable to such materials being manufactured by Seller according to Buyer's detailed design. Seller hereby agrees that if this order covers development work and any discoveries, inventions of patents result therefrom. the entire right, title and interest in and to such discoveries, inventions and patents shall belong exclusively to Buyer. 12. INDEMNIFICATION. Seller agrees to indemnify, defend and hold Buyer, its officers, employees and agents, harmless from any and all costs, losses, expenses.damages,claims,suits,or any liability whatsoever. including attorney's fees,resulting from injury,including death,to person or damage to property arising out of or in any manner connected with the performance of this order,whether arising out of,caused by or contributed to in whole or in part by the acts or omissions of Seller, or its subcontractors or their respective employees. Seller agrees to maintain, and require its subcontractors to maintain (1) public liability and property damage insurance in amounts satisfactory to Buyer,to cover the obligations set forth above,and (2)Workman's Compensation Insurance covering all employees engaged in the performance of this order. Seller shall furnish to Buyer certificates evidencing such insurance. 13. COMPLIANCE WITH LAWS AND REGULATIONS. Seller agrees that it will comply with all federal, state and local laws and regulations applicable to the production.sale and delivery of the goods or the furnishing of any labor or services called for by this order,and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference. Without limiting the generality of the foregoing: (a)There is incorporated herein by reference the contract provisions of paragraphs (1) through (7) of Section 202 of Executive Order 11246, as amended, provided that where necessary to make the context thereof applicable to this order the term "Contractor'shall mean Seller and the term "Contract"shall mean this order, (b) Seller certifies that the goods called for by this order have been or will be produced in compliance with the requirements of the Fair Labor Standards Act of 1938, as amended, and a certification evidencing such compliance shall be printed,stamped or typed on Seller's invoices. 14. OCCUPATIONAL SAFETY AND HEALTH. Seller represents that all goods and/or services sold or furnished to Buyer hereunder will comply with all applicable laws and governmental regulations relating to the occupational safety and health of employees, specifically including the Federal Occupational Safety and Health Act of 1970 and any rules, regulations. standards or order issued thereunder, (herein collectively called "Occupational Safety and Health Requirements") and Seller agrees to indemnify and hold harmless Buyer against any claims,losses,damages,fines,penalties,costs and expenses suffered or incurred by Buyer as a result of any violation of or noncompliance with any Occupational Safety and Health Requirements caused or contributed to by the failure of such goods and/or services to so comply. Seller agrees upon request to furnish to Buyer any and all information regarding the ingredients of goods sold or furnished to Buyer hereunder and to comply with any other reasonable request of Buyer made in connection with the application of any Occupational Safety and Health Requirements to Buyer,its employees and property. 15. MISCELLANEOUS. This order and the performance by the parties hereunder shall be construed and governed by the law of the State of Florida. MANATEE COUNTY PURCHASING PURCHASE ORDER NO.: P1601290 At/f?�' �� �► Mail invoice To: PAGE: Page 1 '4111040. CLERK OF THE CIRCUIT COURT 05/12/16 3 ^ .- MANATEE COUNTY FINANCE DEPARTMENT ORDER DATE: P.O.BOX 1000 DATE REQUIRED: 05/12/16 BRADENTON,FL 34206-1000 TERMS: NET 45 SEND SEPARATE INVOICES FOR EACH SHIPMENT SHIP VIA: BESTWAY F.O.B.: DESTINATION CONFIRMATION TO: TASK 161327BLS VENDOR SHIP TO V017494 (954) 772-0075 S0999 LMK PIPE RENEWAL LLC VARIOUS LOCATIONS 1131 NW 55TH ST PER EACH RELEASE ORDER FORT LAUDERDALE, FL 33309 iohn@lmkoipe.com Requested by:BONNIE SIETMAN ITEM QUANTITY U/M DESCRIPTION L UNIT PRICE TOTAL PRICE PRICING IN ACCORDANCE WITH TERMS, CONDITIONS, & SPECIFICATIONS OF IFB #16-1327BLS, SANITARY SEWER, LATERAL LINING REHABILITATION SERVICES SUBMITTED BY: JOHN F. RINEHART, VICE PRESIDENT, P 954-772-0075, john@lmkpipe.com AUTHORITY IS REQUESTED TO MAKE THE FOLLOWING PURCHASE UNDER THE PROVISIONS OF MANATEE COUNTY CODE OF LAWS, CHAPTER 2-26, MANATEE COUNTY PURCHASING ORDINANCE, SECTION 2-26-40 AND THE STANDARDS AND PROCEDURES APPROVED BY THE COUNTY ADMINISTRATOR. ATTENTION: JOHN RINEHART P 954-772-0075 A VALID CERTIFICATE OF INSURANCE, NAMING MANATEE COUNTY AS ADDITIONAL INSURED SHALL BE ON FILE WITH PURCHASING PRIOR TO INITIATING ANY LABOR OR SERVICES FOR MANATEE COUNTY BLANKET PURCHASE ORDER AGREEMENT VALID FROM 5/12/2016 THROUGH 5/11/2017 WITH FOUR RENEWALS REMAINING INVOICES AND RELATED PAPERWORK SHALL REFERENCE BLANKET PURCHASE ORDER AGREEMENT NUMBER AND A VALID RELEASE ****CONTINUED**** TOTAL Requisition#: Reference#: Buyer: See Reverse Side for Terms and Conditions Approved By: A PACKING LIST MUST ACCOMPANY EVERY SHIPMENT. FLORIDA SALES TAX EXEMPT.CERT.NO.85-8012622206C-6. F.E.T.EXEMPT CERT.NO.59-78-0089 K. NO DEVIATION IN THE TERMS AND CONDITIONS OR SPECIFICATIONS OF THIS PURCHASE CONTRACT SHALL BE MADE UNLESS SPECIFICALLY AUTHORIZED BY MANATEE COUNTY PURCHASING. TERMS AND CONDITIONS 1. PURCHASE ORDER AND PART NUMBER. Manatee County's (Buyer) Purchase Order numbers must appear on all invoices and packing lists. Purchase Order numbers must show on all Bills of Lading,cartons,containers,etc. 2. PRICE. This order is not to be filled at a higher price than last charged or quoted unless so authorized in writing by Manatee County's Purchasing Division. 3. INSPECTION. All materials ordered are subject to inspection and test by Buyer. Buyer shall have the right to reject or to require correction of material found not to conform to this purchase order. At Buyer's option,rejected material will be held for Seller's instruction and at Seller's risk or returned at Seller's expense. Payment for material prior to inspection shall not constitute Buyer's acceptance. 4. ENTIRE CONTRACT. The terms and conditions stated herein shall constitute the entire contract between Buyer and Seller and no agreement or other understanding in any way modifying the same will be binding unless made in writing signed by a duly authorized representative of Buyer. 5. ACCEPTANCE. Acceptance is limited to the provisions set forth in this order including these terms and conditions and those on the face hereof or incorporated herein by reference. Seller's performance of any work or shipment of any materials covered by this order, without having received Buyer's express written assent to a modification of or addition to the terms hereof shall constitute Seller's acceptance of these terms despite any language to the contrary in Seller's quotation,acknowledgement,confirmation or other communication made in response to this order,and such action by Seller shall constitute a waiver of any such language. Buyer's silence or acceptance of any work performed or materials shipped shall in no event be deemed Buyer's acceptance of any terms contained in Seller's quotation,acknowledgement,confirmation or other communication received from Seller which are different from or in addition to the terms hereof. 6. DELIVERY. Time is of the essence in the filling of this order. No delays in shipment of material or rendition of services will be permitted except as authorized by Buyer in writing. Please notify Buyer at once of anticipated delay. Excessive or unusual transportation charges caused by Seller's inability to deliver by specified date and in specified quantities shall be charged back to Seller. Right is reserved to cancel this order if the foregoing is not complied with. In the event of cancellation pursuant to this clause, Buyer may procure similar articles or services elsewhere or secure the manufacture and delivery of the articles by purchase order or otherwise,and Seller shall be liable to Buyer for any excess cost. 7. PACKING AND SHIPPING. All goods shall be packed, crated and braced to prevent damage or deterioration and classified on bills of lading in accordance with National Motor Freight or Uniform Freight Classification rules and regulations and carriers' tariffs. No charges shall be paid by Buyer for preparation, packing,crating or cartage unless separately stated in the order. All shipments to be forwarded on one day to one address shall be consolidated and shipped to ensure lowest transportation charge. Buyer's count or weight shall be final and conclusive on shipments. 8. CHANGES AND CANCELLATION. Buyer may at any time by written order make changes in the materials or work ordered:including changes in drawings and specifications,or require additional work or materials. If such changes cause an increase or decrease in Seller's cost or in the time required for performance, an equitable adjustment shall be made and this order shall be modified in writing. Failure to agree to an adjustment shall not excuse the Seller from proceeding with this order as changed. Buyer reserves the right to cancel or suspend all or, from time to time, any undelivered or unexecuted portion of this order. Changes shall not be binding until agreed to in writing by Manatee County's Purchasing Division. 9. WARRANTY. In addition to any warranty implied by fact or law. Seller expressly warrants all items to be free from defects in design, workmanship and materials;to conform strictly to applicable specifications, drawings, approved samples, if any: and to be fit and sufficient for the purpose intended, and to be merchantable. Such warranties,together with all other service warranties of Seller,shall run to Buyer. All warranties shall survive inspection,test. acceptance of and payment by Buyer. In the event of breach of warranty,Buyer may,at its option,either return for credit or require prompt correction or replacement of the defective or nonconforming material to the satisfaction of the Buyer. In the event that Seller is unable to correct or replace the same, Buyer,at its elect, may correct or replace the same and Seller shall reimburse Buyer for the full cost of making such correction or replacement. 10. WARRANTY- PRICE. Seller warrants that the Buyer shall not be billed at prices higher than stated on this Purchase Order unless authorized by a Purchase Order Change Notice issued and signed by Buyer. Seller represents that the price charged for the goods or services covered by this order,is the lowest price charged by the Seller to buyers of a class similar to Buyer under conditions similar to those specified in this order and the prices comply with applicable government regulations in effect at time of quotation,sale or delivery. Seller agrees that any price reduction made in items covered by this order subsequent to the placement of this order will be applicable to this order. 11. PATENTS AND DESIGN RIGHTS. Seller agrees to defend, protect and save Buyer harmless against all suits and from all damages,claims and demands for actual or alleged infringement of any patents by reason of any manufacture, use of materials covered by this order except insofar as any such suit, damage, claim or demand is directly attributable to such materials being manufactured by Seller according to Buyer's detailed design. Seller hereby agrees that if this order covers development work and any discoveries, inventions of patents result therefrom, the entire right, title and interest in and to such discoveries, inventions and patents shall belong exclusively to Buyer. 12. INDEMNIFICATION. Seller agrees to indemnify. defend and hold Buyer, its officers, employees and agents, harmless from any and all costs, losses, expenses. damages,claims,suits,or any liability whatsoever, including attorney's fees, resulting from injury, including death,to person or damage to property arising out of or in any manner connected with the performance of this order,whether arising out of,caused by or contributed to in whole or in part by the acts or omissions of Seller, or its subcontractors or their respective employees. Seller agrees to maintain, and require its subcontractors to maintain (1) public liability and property damage insurance in amounts satisfactory to Buyer,to cover the obligations set forth above,and(2)Workman's Compensation Insurance covering all employees engaged in the performance of this order. Seller shall furnish to Buyer certificates evidencing such insurance. 13. COMPLIANCE WITH LAWS AND REGULATIONS. Seller agrees that it will comply with all federal, state and local laws and regulations applicable to the production.sale and delivery of the goods or the furnishing of any labor or services called for by this order,and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference. Without limiting the generality of the foregoing: (a)There is incorporated herein by reference the contract provisions of paragraphs (1) through (7) of Section 202 of Executive Order 11246, as amended, provided that where necessary to make the context thereof applicable to this order the term 'Contractor"shall mean Seller and the term "Contract- shall mean this order. (b)Seller certifies that the goods called for by this order have been or will be produced in compliance with the requirements of the Fair Labor Standards Act of 1938, as amended, and a certification evidencing such compliance shall be printed,stamped or typed on Seller's invoices. 14. OCCUPATIONAL SAFETY AND HEALTH. Seller represents that all goods and/or services sold or furnished to Buyer hereunder will comply with all applicable laws and governmental regulations relating to the occupational safety and health of employees, specifically including the Federal Occupational Safety and Health Act of 1970 and any rules, regulations, standards or order issued thereunder, (herein collectively called "Occupational Safety and Health Requirements")and Seller agrees to indemnify and hold harmless Buyer against any claims,losses,damages,fines,penalties,costs and expenses suffered or incurred by Buyer as a result of any violation of or noncompliance with any Occupational Safety and Health Requirements caused or contributed to by the failure of such goods and/or services to so comply. Seller agrees upon request to furnish to Buyer any and all information regarding the ingredients of goods sold or furnished to Buyer hereunder and to comply with any other reasonable request of Buyer made in connection with the application of any Occupational Safety and Health Requirements to Buyer,its employees and property. 15. MISCELLANEOUS. This order and the performance by the parties hereunder shall be construed and governed by the law of the State of Florida. �Ps�EAu MANATEE COUNTY PURCHASING PURCHASE ORDER NO.: P1601290 11WW1,11- Mail invoice To: PAGE: Page 2 of 3 CLERK OF THE CIRCUIT COURT ORDER DATE: 05/12/16 --" - MANATEE COUNTY FINANCE DEPARTMENT • P.O.BOX 1000 DATE REQUIRED: 05/12/16 . BRADENTON,FL 34206-1000TERMS: NET 45 SEND SEPARATE INVOICES FOR EACH SHIPMENT SHIP VIA: BESTWAY F.O.B.: DESTINATION CONFIRMATION TO: TASK 161327BLS VENDOR SHIP TO V017494 (954) 772-0075 S0999 =MK PIPE RENEWAL LLC VARIOUS LOCATIONS 1131 NW 55TH ST PER EACH RELEASE ORDER FORT LAUDERDALE, FL 33309 john@lmkoipe.com Requested by:BONNIE SIETMAN ITEM QUANTITY U/M DESCRIPTION UNIT PRICE TOTAL PRICE ORDER NUMBER INVOICES SHALL MATCH EXACTLY FOR PROMPT ADMINISTRATION PROCESSING MANATEE COUNTY CONTACTS: BILL ELMORE, P 941-792-8811 X5010 ** PAPERLESS PURCHASE ORDER ** * NO HARD COPY WILL BE SENT * ** TO CHANGE YOUR EMAIL, ** *** CONTACT THE BUYER *** ****************************** ****************************** *** VENDOR PLEASE NOTE *** ** TO EXPEDITE YOUR PAYMENT ** *DOCUMENT PO# ON ALL INVOICES* ****************************** 0001 5 YR GROUP 1; SANITARY SEWER - LATERAL 0.00 LINING REHABILITATION SERVICES ON AN BLANKET PURCHASE ORDER NUMBER AND A VALID RELEASE ORDER NUMBER ARE REQUIRED ON ALL, BUT NOT LIMITED TO, INSTALLATIONS, REPAIRS, AND REHABILITATION PROJECTS - SERVICE TICKETS & INVOICES EFFECTIVE 5/12/2016 THROUGH 5/11/2017 ****CONTINUED**** TOTAL Requisition#: Reference #: Buyer: See Reverse Side for Terms and Conditions Approved By: A PACKING LIST MUST ACCOMPANY EVERY SHIPMENT. FLORIDA SALES TAX EXEMPT.CERT.NO.85-8012622206C-6. F.E.T.EXEMPT CERT.NO.59-78-0089 K. NO DEVIATION IN THE TERMS AND CONDITIONS OR SPECIFICATIONS OF THIS PURCHASE CONTRACT SHALL BE MADE UNLESS SPECIFICALLY AUTHORIZED BY MANATEE COUNTY PURCHASING. f ° MANATEE COUNTY PURCHASING PURCHASE ORDER NO.: P160129(3 Mail invoice To: PAGE: Page 3 of 3 CLERK OF THE CIRCUIT COURT ORDER DATE: 05/12/16 MANATEE COUNTY FINANCE DEPARTMENT DATE REQUIRED: 05/12/16 '���• P.O.BOX 1000 ° ' • BRADENTON,FL 34206-1000 TERMS: NET 45 SEND SEPARATE INVOICES FOR EACH SHIPMENT SHIP VIA: BESTWAY F.O.B.: DESTINATION CONFIRMATION TO: TASK 161327BLS VENDOR SHIP TO V017494 (954) 772-0075 S0999 :,MK PIPE RENEWAL LLC VARIOUS LOCATIONS 1131 NW 55TH ST PER EACH RELEASE ORDER FORT LAUDERDALE, FL 33309 1ohn@imkpipe.corn Requested by:BONNIE SIETMAN ITEM QUANTITY U/M DESCRIPTION UNIT PRICE TOTAL PRICE WITH FOUR RENEWALS REMAINING PRICING ATTACHED AND UPLOAD TO INET 501-0003698-596000 TOTAL 0.00 Requisition#: R063984 Reference #: IFB #16-1327BLS Buyer: BONNIE SIETMAN SENIOR BUYER (941) 749-3046 Approved By: See Reverse Side for Terms and Conditions A PACKING LIST MUST ACCOMPANY EVERY SHIPMENT. FLORIDA SALES TAX EXEMPT.CERT.NO.85-8012622206C-6. F.E.T.EXEMPT CERT.NO.59-78-0089 K. NO DEVIATION IN THE TERMS AND CONDITIONS OR SPECIFICATIONS OF THIS PURCHASE CONTRACT SHALL BE MADE UNLESS SPECIFICALLY AUTHORIZED BY MANATEE COUNTY PURCHASING. BIDDER'S QUESTIONNAIRE (submit in duplicate) IFB # 16-1327BLS SANITARY SEWER- LATERAL LINING REHABILITATION SERVICES The Bidder warrants the truth and accuracy of all statements and answers herein contained. (Attach additional pages if necessary.) 1. Contact Information: // ? FEIN 4: ,Z0 ` 4-0 T�. `) 7 4- - - - - License#: /?,6-('15B1� 53 l / License Issued to: 00 /. Rriv ,4'fr - Date License Issued (MM/DD/YR): CC-f Company Name: L-/1A Pl v.G fir" rrsr 44G Physical Address: (!3/ /1'Y9 5 7T City: f. / D, I24i State of Incorporation: L Zip Code: 3310 ' Phone Number: R5' ) 772-c 75 Fax Number: 77-2--G6196- Email address: J /fLl-C- 2. GG2. Bidding as: an individual ; a partnership ✓: a corporation ; a joint venture 3. If a partnership, list names and addresses of partners; if a corporation, list names of officers, directors, shareholders, and state of incorporation; if joint venture, list names and address of ventures' and the same if any venture are a corporation for each such corporation, partnership, or joint venture: — , ft4( /% /`k1/v'rJ ,'.r- di A'WO..CAil; /=!-tit„,PiY 4. Bidder is authorized to do business in the State of Florida: ✓Yes No For how many years? IC 7472.f.f 5. Your organization has been in business (under this firm's name) as a A! -oder'. r GGG _ Is this firm in bankruptcy? No 6. Attach a list of projects where this specific type of work is performed. A'°'6° G�1` f ��gl�,� 44- ‘Ge, Bidder Name: � IFB Master—Commodities or Services. Rev 10/16/15 28 Contractor Referenced Projects Personnel Name: Mark Gulyas Title: Project Manager John Rinehart Vice President Mike Suarez Superintendent Rick DeBusk _ Foreman Company: LMK Pipe Renewal Cost of Work Date Contact Name & Project Name: Project Scope: Performed: Completed: Number: Conducted the initial main and lateral Owner: condition surveys and noted defects. Mr. Mike Bailey Lined 26 lateral/main connections, (954)434-5519 10-004 00 December with Insignia Seals installed using T- $158,522. Mr. Jeff Robertson City of Cooper City Liner. 770 LF of mains were lined 2010 (954)434-5519 with U-Liner with subcontractor. 26 11791 SW 49 St cleanouts installed. _ Copper City,FL 33211 Conducted the initial lateral condition Owner: survey and the identification of lateral Mr. Jean Examond defects tabulated for the owners (561) 577-5427 cell review. Based on the Owners repair Mr. Scott Sawyer 09-025 criteria the laterals and the $2,143,231. November (954)383-9444 cell City of Ft. Lauderdale connections at the main were lined 2011 100 N.Andrews Ave using T-Liner. Lined 425 service Fort Lauderdale, EL. laterals, installed 275 cleanouts (vac- 33309 a-tee), and subcontracted 35 point repairs. Conducted the initial lateral condition Y ^� survey of the laterals identified by the Owner: owner that were in need of repair, Mr.David Sabiston 10-017 lining the laterals and the connections $194,625. Open multi- (239)693-2992 x201 Lee County at the main using T-Liner. This is a to date year (239)634-7056 cell unit price open ended contract we are contract Detar Facility a subcontractor to Miller Pipeline. To 5180 Tice Street date we have lined to date 55 service Fort Myers,FL 33905 laterals. Conducted the initial lateral condition Owner: survey and the identification of lateral Mr. Mike Medley defects. The laterals and the Open multi- (954)868-1979 cell 10-016, 13-004 connections at the main were lined $1,400,000. year Mr.Isaac Kovner City of Coral Springs using T-Liner. We lined 400 service contract (954)797-2159 office laterals and structural main/lateral 3800 NW 85th Avenue connections.The contract is on- Coral Springs, Fl 33065 •oin•. Conducted the initial lateral condition Owner: survey and the identification of lateral Mr. Dan Daly defects.The laterals and the 12-005 (954) 796-6639 office connections at the main were lined $1,020,000. October Coral Springs using T-Liner with Insignia Seals. We 2013 Mr. Curt Dwiggins Improvement District lined 220 service laterals and (954)753- office 10300 NW1 th Manor structural main/lateral connections, Coral Springs,Fl 33071 replaced all the VCP Wye's. t i 4 /` f STATE OF FLORIDA q ,�: DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 1. .;..; CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 `.-. 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 RINEHART,JOHN FARLEY LMK PIPE RENEWAL LLC 1131 NW 55TH STREET FORT LAUDERDALE FL 33309 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range 0,t,,,., STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, I DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. .. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to CUC056867 ISSUED: 06118/2014 serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more information CERT UNDERGROUND&EXCAV CNTR about our divisions and the regulations that impact you,subscribe RINEHART,JOHN FARLEY to department newsletters and learn more about the Department's LMK PIPE RENEWAL LLC initiatives. Our mission at the Department is: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, IS CERTIFIED under the provisions of CA.4e9 FS. and congratulations on your new license! Expiration bk•AUG 31.2016 L1466100001531 DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION •-.1...i1"-4%, CONSTRUCTION INDUSTRY LICENSING BOARD /C,i'`.•':-.r ,, IP, '. LICENSE NUMBER 7.::: ` .,�: n CUC056867 1 [ ,,,i , -•'tfspl The UNDERGROUND UTILITY&EXCAVATION CO Named below IS CERTIFIED ,`,f'� m:2--' y,4.. Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2016 p ii,::::.4.4.1,1;:- ;;;11.I o RINEHART, JOHN FARLEY • �; ,,t ,� LMK PIPE RENEWAL LLC 1131 NW 55TH STREET Vk'_ FORT LAUDERDALE FL 33309 •t.+,F`r 44µr;,, ISSUED: 06/1812014 DISPLAY AS REQUIRED BY LAW SEQ# 11406180001531 r•-ini--.\ STATE OF FLORIDA ; DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION • ¢ CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 1. . 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 RINEHART,JOHN FARLEY LMK PIPE RENEWAL LLC 1131 NW 55TH STREET FORT LAUDERDALE FL 33309 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Ourprofessionals and businesses range �. g 9 STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants. �L�: ; DEPARTMENT OF BUSrNCJJ AND end they :c�„ar„yo'y. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to CGC056031 ISSUED: 061/7/2014 serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more information CERTIFIED GENERAL CONTRACTOR about our divisions and the regulations that impact you,subscribe RINEHART,JOHN FARLEY to department newsletters and learn more about the Department's LMK PIPE RENEWAL LLC initial+ver. Our mission at the Department is: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. IS CERTIFIED under the provisronc of Ch,488 FS and congratulations on your new license! E,p+ston date•AUG 31.2016 L1408170001C37 DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD ;°' oma. LICENSE NUMBER CGC058031 The GENERAL CONTRACTOR •' _• e - • Named below IS CERTIFIED �`' ' '� Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2016 RINEHART,JOHN FARLEY r it LMK PIPE RENEWAL LLC • !"1:; F L') 1131 NW 55TH STREET F.- Fes! . ••• FORT LAUDERDALE FL 33309 : `ate i t• r-r ISSUED: 06/17/2014 DISPLAY AS REQUIRED BY LAW SEgtt L1406170001037 State of Florida Department of State 1 certify from the records of this office that I,MK PIPE RENEWAL, LLC, is a limited liability company organized under the laws of the State of Florida, filed on January 3, 2006. The document number of this company is L06000000404. J further certify that said company has paid all fees due this office through December 31,2015, that its most recent annual report was filed on January 13, 2015, and its status is active. Git>en under my hand and the Great Seal of the Slate of Florida at Tallahassee,the Capital,this the Thirteenth day of Janamy, C 2015 t Secretary of State Authentication ID:CC5742350938 !b:iutluuticate this certircale,visit the following site,enter Itis ID,and then follow the instructions displayed. littps:llefile.suabis.otglcertauthver.h tnil + 4 7 Is this firm currently contemplating or in litigation? Provide summary details. 8. Have you ever been assessed liquidated damages under a contract during the past five (5) years? If so, state when, where (contact name, address, and phone number) and why. ----- — - - — — ----- L /ala _ 9. Have you ever failed to complete Work awarded to you? Or failed to complete projects within contract time? If so, state when, where (contact name, address, phone number) and why. ----- - - —.—. __—— — - Q 10. Have you ever been debarred or prohibited from providing a bid to a governmental entity? If yes, name the entity and describe the circumstances. — — — — — — jYa 11, Will you subcontract any part of this Work? If so, describe which portion(s) and to whom. 12. If any, list MBE/DBE (with Agreement amount) to be utilized: — — /Y0.S/1- - /e ,./ , rpv -L C Bidder Name: L IFB Master-Commodities or Services,Rev 10/16/15 29 i I 1 13.What equipment do you own to accomplish this Work? (A listing may be attached) 14.What equipment will you purchase/rent for the Work? (Specify which) 15.List the following in connection with the surety which is providing the bond(s): Surety Name: /Ypfyci 5Pzec. z rt' .,Zit's, a. _ Address: _ 6 5?0 Ace-/P7 Sir e /151/vetc7-7z-P) /46, 93/O I Name, address, phone number and email of surety's resident agent for service of process in Florida: Agent's Name: �T.9Y �, �%�E �iQ�IUT/S�J Ac3-6 Address: AcAVAr5 UR72Aiy 3 Oar ,ffr 0,e res' Phone: 575 -fig- 698? Email: trr-rri7/.;;f7,1fUT/Y Bidder Name: IFS Master- Commodities or Services,Rev 10/16/15 30 ti LMK Pipe Renewal Titled Equipment List Unit# Year I MakeDescription j 100 2006 Chevrolet Chevrolet C5500 Heater Truck 1012066 I{lnterstate 28'V-Nose Trailer 102 2001Ford IFord F-150 Utility Truck 103 2001 Vector Sewer Cleaning Truck 1042006 IBAK _Video Pipe Inspection Truck_ • 105 2007 Trailer South West Trailer(Sectional) 106 2007 _ Ford Ford F-350 Utility Truck _ _ _ 107 2007 - Sterling _ Sterling Vector _ ___ _ 108 __ 2005 Ford Cues TV/Seal/Lateral 111 2005 `�-Sullair 185 Sullair Air Compressor 1122011 ? US-Jet 4018 US Jetting Trailer 113 1997 Yale Forklift 114 2011 Trailer 24'V-Nose Trailer 116 2011 Cart Ambient Cart 116 2012 _- Ford F550 Super Duty i ..- 118 2012 I IBAK JVideo Pipe Inspection Truck _ 119 1994 Vector Sewer Cleanin_g Truck 120 Used Aries Aries TV/Seal /Lateral 121 2013 Trailer 28'V-Nose Trailer 122 2001 Freightliner Heater Truck __ 123 2014 Ford F-450 SuDut er y_ Dumb Body 124 2007 Hino Heater Truck - 125 2014 SolarTech Arrow Board 126 2014 Ford F-450 Super Duty- Flat Bed _--127 — 201.4 Look 28'V-Nose Trailer 128 _ 2014 Kubota Excavator KX91R1S2 129 2014 Trailer 22'Flat Bed Trailer 130 2011 Ford F250 Super Duty _.._ ' , 131 2006 Trailer 16'Enclosed Trailer 132 2015 Trailer Multiqup Generator tow-behind 133 2008 Vactor International Model 2103 • 1342015 Chevrolet 2500 HD, double cab -- -- -i -- - - --__.�._______.. .-_--- __-__._ _— . ATTACHMENT B PUBLIC CONTRACTING AND ENVIRONMENTAL CRIMES CERTIFICATION SWORN STATEMENT PURSUANT TO ARTICLE V, MANATEE COUNTY PROCUREMENT CODE THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to the Mantee County Board of County Commissioners by ()a Al i`, A.ricri y. r/ .eE'�� rr - [Print individual's name and title)) for C/k �.i4:9,4- Ll C /� �/�ii�liy/j/L [Print cname "of entity submitting sworn statement) whose business address is 7/?//Y2SJ 5T/ W Zy4,j>J t i W(29 and(if applicable)its Federal Employer Identification Number(FEIN)iss•200-t f7.5?# . If the entity has no FEIN,include the Social Security Number of the individual signing this sworn statement: I understand that no person or entity shall be awarded or receive an Owner's Agreement for public improvements, procurement of goods or services (including professional services) or an Owner's lease, franchise, concession or management agreement, or shall receive a grant of Owner's monies unless such person or entity has submitted a written certification to Owner that it has not: (1) been convicted of bribery or attempting to bribe a public officer or employee of Manatee County,the State of Florida, or any other public entity, including, but not limited to the Government of the United States, any state, or any local government authority in the United States, in that officer's or employee's official capacity; or (2) been convicted of an agreement or collusion among bidders or prospective bidders in restraint of freedom of competition, by agreement to bid a fixed price, or otherwise; or (3)been convicted of a violation of an environmental law that,in the sole opinion of Owner's Purchasing Official, reflects negatively upon the ability of the person or entity to conduct business in a responsible manner;or (4)made an admission of guilt of such conduct described in items(1),(2)or(3)above,which is a matter of record, but has not been prosecuted for such conduct, or has made an admission of guilt of such conduct, which is a matter of record, pursuant to.formal prosecution. An admission of guilt shall be construed to include a plea of nolo contendere;or (5) where an officer, official, agent or employee of a business entity has been convicted of or has admitted guilt to any of the crimes set forth above on behalf of such an entity and pursuant to the direction or authorization of an official thereof(including the person committing the offense, if he is an official of the business entity),the business shall be chargeable with the conduct herein above set forth. A business entity shall be chargeable with the conduct of an affiliated entity, whether wholly owned, partially owned, or one which has common ownership or a common Board of Directors. For purposes of this Form, business entities are affiliated if, directly or indirectly, one business entity controls or has the power to control another business entity, or if an individual or group of individuals controls or has the power to control both entities. Indicia of control shall include, without limitation, interlocking management or ownership, identity of interests among family members, shared organization of a business entity following the ineligibility of a business entity under this Article, or using substantially the same management, ownership or principles as the ineligible entity IFB Master—Commodities or Services, Rev 10/16/15 32 (Continued) Any person or entity who claims that this Article is inapplicable to him/her/it because a convic!ion or judgment has been reversed by a court of competent jurisdiction shall prove the same with documentation satisfactory to Owner's Purchasing Official. Upon presentation of such satisfactory proof, the person or entity shall be allowed to contract with Owner. UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR MANATEE COUNTY IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT ANY AGREEMENT OR BUSINESS TRANSACTION SHALL PROVIDE FOR SUSPENSION OF PAYMENTS, OR TERMINATION, OR BOTH, IF THE CONTRACTING OFFICER OR COUNTY ADMINISTRATOR DETERMINES THAT SUCH PERSON OR ENTITY HAS MADE FALSE CERTIFICATION. (Si. . .re] STATE OF FLORIDA COUNTY OF_ lieOccd .0 Sworn to and subscribed before me this ti bay of ,%_'G , 20 /U by GT,tsil-c rart..4;10:r- Personally known OR Produced identification- /14 _ [Type of identification) el My commission expires f/ } p r l 21 1201 Q> Notary Public Signature . R►'' MARIA E.SUAREZ n r MYE PIKE SSIpN l FF 097773 �L r I�"� J P�L e��. �f EXPIRES:April 21,2018 1 Af 8o did lMu HWry Pubic undtnrun (Print, type stamp Commissioned name of Notary Public] Signatory Requirement- In the case of a business entity other than a partnership or a corporation, this affidavit shall be executed by an authorized agent of the entity. In the case of a partnership, this affidavit shall be executed by the general partner(s). In the case of a corporation, this affidavit shall be executed by the corporate president. IFB Master- Commodities or Services, Rev 10/16/15 33 BID FORM INVITATION FOR BID #16-1327HLS SANITARY SEWER - LATERAL LINING REHABILITATION SERVICES We, the undersigned, hereby declare that we have carefully reviewed the IFB Documents in their entirety and with full knowledge and understanding of the aforementioned herewith submit this quote, completely meeting each and every specification, term, and condition contained therein. As bidder, we understand that the IFB documents, in its entirety, including but not limited to, all specifications, terms, and conditions shall be made a part of any resulting Agreement between Manatee County and the successful bidder. Failure to comply shall result in Agreement default, whereupon, the defaulting successful bidder shall be required to pay for any and all re-procurement costs, damages, and attorney fees as incurred by County, and agrees to forfeit his/her bid bond. MANATEE COUNTY PURCHASING DIVISION 1112 MANATEE AVENUE WEST, SUITE 803 BRADENTON, FL 34205 BONNIE SIETMAN, SENIOR BUYER, P 941.749.3046 F 941.749.3034 bonnie.sietman@mymanatee.org Communications concerning this bid shall be addressed as follows: (Complete all fields) Bidder's Name: __Zigi /Jz/J,�_ _,A n„ Z-LC -------- Mailing Address: jig/ 29 /C/ .9,9jj9 Telephone: (Of) 771-0 7c _ Fax: 15-y) Email Address: I, 6 ,y-y /CFry j- on [date(s)] �.J7 PSG/‘ attest that I have visited the project s Ite(s1 to familiarize myself with the full scope of work required for the quote Acknowledge Addendum No. Dated: Acknowledge Addendum No. Dated. Acknowledge Addendum No. Dated: Acknowledge Addendum No. Dated: Acknowledge Addendum No. Dated: Acknowledge Addendum No. Dated: Environmental Sustainability-The ompany submitting this bid has an environmental sustainability initiative currently in place. ❑ Yes n No If yes, the bidder shall submit a summary of their environmental sustainability initiative along with their bid. Authorized Signature(s): Name and Title of Above Signer(s): new jc_ Date: __A IFB Master-Commodities or Services, Rev 10/16/15 34 Manatee County I t O R 1 D A April 11, 2016 TO: All Interested Bidders SUBJECT: ADDENDUM#1 - IFB#16-1327BLS Sanitary Sewer- Lateral Lining Rehabilitation Services Bidders are hereby notified that this addendum shall be acknowledged within their bid and shall be made a part of the above issued Invitation for Bid. This information is issued to add to, modify, and/or clarify the Invitation for Bid documents. These items shall have the same force and effect as the original Invitation for Bid. Bids are to be submitted on the specified date and shall conform to the additions and revisions listed herein. Question#1: Is the County only doing laterals that have cleanouts? Answer#1: Yes. Question #2: Supplemental Technical Specifications, Section 02626, Page 41, Part 3. 3.01, General Installation Procedures; References CIPP lateral liner system shall be installed from the mainline sewer and shall extend a minimum of 3 feet and up to 25 feet. Item #7 description (bid form) references "full wrap at main + 24" into lateral, please clarify discrepancy. Answer#2: Item#7 on the bid form shall be revised: Full wrap at main, 36' up to 25' Question #3: Will the County allow an additional charge for rehabilitation projects beyond 25'? Answer#3: The bid form has been revised to add this charge, reference line item#7A. Financial Management Department,Purchasing Division Mailing Address: P.O.Box 1000 Street Address: 1112 Manatee Avenue West,Suite 803,Bradenton,FL 34206-1000 WEB:www.rnymonatee.org • PHONE:941.749.3014•FAX:941.749.3034 Page Two April 11, 2016 IFS#16-1327BLS Sanitary Sewer-Lateral Lining Rehabilitation Services Question#4: SuoDlemental Technical Svecifications, Section 02626. Pace 3$. 1.03, Qualifications., The Contractor shall have a minimum of three (3) years of continuous service experience installing CIPP lateral lining in pipe of similar size, length and configuration as proposed in this project, Additionally, the Contractor shall have successfully Installed a minimum of 5,000 CIPP lateral liners in a wastewater collection system, of which a minimum of 2,500 were installed in Florida. Will the County allow work experience from outside of Florida? Answer#4: The County will revise the minimum installations in the state of Florida from 2500 to 1000. •• 1, / Dennis allace Date Contracts& Buyer Manager dww/bls attachment—revised bid form 2 Manatee County f l OR IDA April 11, 2016 TO: All Interested Bidders SUBJECT: ADDENDUM #1 — IFB #16-1327BLS Sanitary Sewer— Lateral Lining Rehabilitation Services Bidders are hereby notified that this addendum shall be acknowledged within their bid and shall be made a part of the above issued Invitation for Bid. This information is issued to add to, modify, and/or clarify the Invitation for Bid documents. These items shall have the same force and effect as the original Invitation for Bid. Bids are to be submitted on the specified date and shall conform to the additions and revisions listed herein. Question #1: Is the County only doing laterals that have cleanouts? Answer#1: Yes. Question #2: Supplemental Technical Specifications, Section 02626, Page 41, Part 3, 3.01, General Installation Procedures; References CIPP lateral liner system shall be installed from the mainline sewer and shall extend a minimum of 3 feet and up to 25 feet. Item #7 description (bid form) references "full wrap at main + 24" into lateral, please clarify discrepancy. Answer#2: Item#7 on the bid form shall be revised: Full wrap at main, 36" up to 25' Question #3: Will the County allow an additional charge for rehabilitation projects beyond 25'? Answer#3: The bid form has been revised to add this charge, reference line item #7A. Financial Management Department,Purchasing Division Mailing Address: P.O.Box 1000 Street Address: 1112 Manatee Avenue West,Suite 803,Bradenton,FL 34206-1000 WEB:www.mymanatee.org * PHONE:941.749.3014*FAX:941.749.3034 Page Two April 11, 2016 IFB #16-1327BLS •Sanitary Sewer— Lateral Lining Rehabilitation Services Question #4: Supplemental Technical Specifications, Section 02626, Page 38, 1.03, Qualifications; The Contractor shall have a minimum of three (3) years of continuous service experience installing CIPP lateral lining in pipe of similar size, length and configuration as proposed in this project. Additionally, the Contractor shall have successfully installed a minimum of 5,000 CIPP lateral liners in a wastewater collection system, of which a minimum of 2,500 were installed in Florida. Will the County allow work experience from outside of Florida? Answer#4: The County will revise the minimum installations in the state of Florida from 2500 to 1000. +/, / 4°1--- Dennis allace 11 Date Contracts & Buyer Manager dww/bls attachment— revised bid form 2 ir.........: Mtee ty FLORIDA April 15, 2016 TO: All Interested Bidders SUBJECT: ADDENDUM #2 — IFB #16-1327BLS Sanitary Sewer— Lateral Lining Rehabilitation Services Bidders are hereby notified that this addendum shall be acknowledged within their bid and shall be made a part of the above issued Invitation for Bid. This information is issued to add to, modify, and/or clarify the Invitation for Bid documents. These items shall have the same force and effect as the original Invitation for Bid. Bids are to be submitted on the specified date and shall conform to the additions and revisions listed herein. Question #1: Why do the projects completed have to have been done in the State of Florida. Answer#1: Please see item #4 in addendum #1. NOTE: The County revised line items #5 and #6 on the attached bid form by removing "& reconstruction system" (see attachment). le/ i Deni Wallace Date Contracts & Buyer Manager dww/bls attachment— revised bid form Financial Management Department,Purchasing Division Mailing Address: P.O.Box 1000 Street Address: 1112 Manatee Avenue West,Suite 803,Bradenton,FL 34206-1000 WEB:www.mymanatee.org * PHONE:941.749.30M*FAX:941.749.3034 Manatee "kJ, County FLORIDA INVITATION FOR BID #16-1327BLS SANITARY SEWER - LATERAL LINING REHABILITATION SERVICES Manatee County, a political subdivision of the State of Florida, (hereinafter "Owner", "Manatee County" or the "County") will receive sealed bids from individuals, corporations, partnerships, and other legal entities organized under the laws of the State of Florida or authorized to conduct business in the State of Florida. NON-MANDATORY INFORMATION CONFERENCE In order to ensure all prospective bidders have sufficient information and understanding of the County's needs, an Information Conference will be held at 10:00AM on April 7,2016 at the Manatee County Utilities Maintenance Conference Room, 4520 66th Street West, Bradenton, FL 34210. Attendance is not mandatory, but is highly encouraged. DEADLINE FOR CLARIFICATION REQUESTS: 3:00PM, April 8, 2016 Reference Bid Article A.09 BID OPENING TIME AND DATE DUE 3:00PM, April 15, 2016 TABLE OF CONTENTS SECTION A, INFORMATION FOR BIDDERS 2 SECTION B, BASIS OF AWARD 14 SECTION C, GENERAL TERMS & CONDITIONS 15 SECTION D, INSURANCE REQUIREMENTS 19 SECTION E, SPECIFIC TERMS & CONDITIONS 21 SECTION F, MINIMUM TECHNICAL SPECIFICATIONS 26 BIDDERS QUESTIONNAIRE 28 NO BID OFFER 31 PUBLIC CONTRACTING & ENVIRONMENTAL CRIMES CERTIFICATION .32 BID FORM 34 SUPPLEMENTAL TECHNICAL SPECIFICATIONS 36 FOR INFORMATION CONTACT: Bonnie Sietman, Sr. Buyer (941) 749-3046 bonnie.sietman( mymanatee.orq Manatee County Financial Management Department Purchasing Division AUTHORIZED FOR RELEASE: 1‘444/ iFB Master-Commodities and Services, Rev 10/16/15 SECTION F MINIMUM TECHNICAL SPECIFICATIONS F.01 PURPOSE — SANITARY SEWER SYSTEMS 1) Method 1 — Sanitary Sewer - Cured-in-Place-Pipe (CIPP) —Reconstruction of existing pipe via inserting resin-impregnated flexible felt / fiberglass tube into the existing pipe, cured by external heat source, hot water cure only. Pipeline Assessment Certification Program (PACP) Certification required. E02 RE*UIREMENTS — SANITARY SEWER - LATERAL LINING 1) The Successful Bidder shall provide trenchiess reconstruction of service laterals, mainline sewers and storm sewers. The Successful Bidder shall have the capability of performing County selected services which include televised inspection, data collection, system flow analysis, and pipeline reconstruction. 2) Service connections shall be cut and brushed enough to allow access for group packer. 3) Successful bidder reserves the right to deem what is "safe" to grout based on the air test results. 4) All items 6" -- 12" diameter pipes shall include a minimum of 2.5 gallons of grout per joint. 5) TV Inspection refers to the televised inspection of the pipe interior using remote controlled video equipment. Payment is by the linear feet of travel within the pipe. TV inspection does not include any cleaning except for the use of water jet or camera transport. The unit price varies according to the pipe diameter. Written inspection reports and video are required for each TV inspection performed. PACP Certification required. 6) Additional Set Up refers to the charge for the termination of the TV Inspection in a section of pipe due to a blockage, and the reentry of the camera from the opposite direction. The feet actually televised would be charged in addition to Set Up. 7) Lateral Inspection refers to televised inspection of a service connection via an existing clean out. Payment is a lump sum for footage up to 30 linear feet. Additional footage would be charged at the applicable rate. 8) Cleaning — (light, medium, heavy) - The intent of sewer line cleaning is to remove dirt, grease, rocks, tuberculation, sand, and other foreign materials from the lines and restore the sewer to a minimum of 95% of the original carrying capacity. Since the success of other phases of work depends on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Successful Bidder will not be required to clean those specific segments of the sewer line. If, in the course of normal cleaning operations, damage does result from preexisting and unforeseen conditions such as broken pipe, the Successful Bidder will not be held IFB Master—Commodities or Services, Rev 10/16/15 26 responsible. However, the Successful Bidder is required to provide flow transfer and may be directed to assist the County in the repair. 9) Light Cleaning refers to the removal of 1/4 diameter or less of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation would be considered a separate line item. 10) Medium Cleaning refers to the removal of 1/4 to 1/2 diameters of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation would be considered a separate line item. 11) Heavy Cleaning refers to the removal of greater than 1/2 diameters of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation would be considered a separate line item. 12) Trenchless Pipe Reconstruction System, Sanitary Mains, refers to the installation of a resin impregnated, cured-in-place pipe by external heat source, hot water cure only within the existing sewer main. 13) Service reconnection refers to the reinstatement of the house service connection of the sewer main after the installation of the Trenchless Pipe Reconnection System. This is accomplished from within the sewer main via a remote controlled cutting device. 14) Service Lateral Inspection and Preparation for Reconstruction refers to the reinstatement of a house service connection to the sewer main after the installation of the Trenchless Pipe Reconstruction System. In addition the service lateral TV Inspection and the connection surface is prepared for the installation of the Trenchless Lateral Reconstruction System. 15) Trenchless Lateral Reconstruction refers to installation of a resin impregnated cured- in-place lateral within the existing lateral extending from the sewer main connection to a previously installed clean out. 16) Service Reconstruction up to 30 Linear Feet refers to the lateral reconstruction via the above system for a base footage of 30 linear feet. 17) Additional footage refers to the additional footage of lateral reconstruction beyond the 30 linear feet included in the base price. 18) Additional for stack service refers to an additional charge incurred when reconstructing a service lateral in the stack or vertical configuration. 19) Easement access refers to the additional charge incurred when working within easements between property boundaries. 20) Traffic Control refers to the additional charge incurred for placing traffic control personnel or devices in areas deemed unsafe. This does not cover the placement of standard traffic cones, which shall be included in the price bid by bidders for Trenchless Pipe Reconstruction. END OF SECTION F IFB Master—Commodities or Services, Rev 10/16/15 27 SECTION D INSURANCE REQUIREMENTS D.01 INSURANCE The Successful Bidder will not commence work under an agreement until the Successful Bidder has obtained all insurance under this section and such insurance coverage as might be required by the County. The Successful Bidder shall obtain, at his expense, the following minimum amounts of insurance (inclusive of any amounts provided by an umbrella or excess policy): a. Workers' Compensation/Employers' Liability Part One - There shall be no maximum limit (other than as limited by the applicable statute) for liability imposed by Florida Workers' Compensation Act or any other coverage required by the agreement documents which are customarily insured under Part One of the standard Workers' Compensation Policy. Part Two - The minimum amount of coverage for the coverage required by the agreement documents which are customarily insured under Part Two of the standard Workers' Compensation Policy shall be: $100,000 (Each Accident) $500,000 (Disease-Policy Limit) $100,000 (Disease-Each Employee) b. Commercial General Liability The limits are to be applicable only to work performed under this agreement and shall be those that would be provided with the attachment of the Amendment of Limits of Insurance (Designated Project or Premises) endorsement (ISO Form CG 25 03) to a Commercial General Liability Policy with the following minimum limits. General Aggregate: $4,000,000 Products/Completed Operations Aggregate $4,000,000 Personal and Advertising Injury $2,000,000 Each Occurrence $2,000,000 Fire Damage (Any One Fire) $2,000,000 Medical Expense (Any One Person) $2,000,000 c. Business Auto Policy Each Occurrence Bodily Injury and Property Property Damage Liability Combined $ 500,000 Annual Aggregate (If Applicable) $1,000,000 d. Owner's & Contractors Protective Liability The minimum OPC Policy limits per occurrence and, if subject to an aggregate, annual aggregate to be provided by the Successful Bidder shall be the same as the amounts shown above as the minimum per occurrence and general policy aggregate limits respectively required for the Commercial General Liability coverage. The limits afforded by the OPC Policy and any excess policies shall apply only to the County and the County officials, officers, agents and employees and only to claims arising out of or in connection with the Work under this Contract. e. Property (prance if this Contract includes construction of or additions to above ground buildings or structures, Successful Bidder shall provide "Builder's Risk" insurance with the minimum amount of insurance to be 100% of the value of such addition(s), building(s), or structure(s). f. Installation Floater If this Contract does not include construction of or additions to above ground building or structures, but does involve the installation of machinery or equipment, Successful Bidder shall provide an "installation Floater" with the minimum amount of insurance to be 100% of the value of such addition(s), building(s), or structure(s). g. Certifications of Insurance and Copies of Policies Certificates of Insurance in triplicate evidencing the insurance coverage specified in the above paragraphs shall be filed with the Purchasing Official before operations are begun. The required certificates of insurance shall name the types of policy, policy number, date of expiration, amount of coverage, companies affording coverage, and also shall refer specifically to the quote number, project title and location of project. Insurance shall remain in force at least one year after completion and acceptance of the project by the County, in the amounts and types as stated herein, including coverage for all products and services completed under this agreement. ADDITIONAL INSURED: Manatee County, a political subdivision of the State of Florida, shall be specifically named as additional insured on all policies. If the initial insurance expires prior to the completion of operations and/or services by the Successful Bidder, renewal certificates of insurance and required copies of policies shall be furnished by the Successful Bidder and delivered to the Purchasing Official thirty (30) days prior to the date of their expiration. Nothing herein shall in any manner create any liability of the County in connection with any claim against the Successful Bidder for labor, services, or materials, or of subcontractors; and nothing herein shall limit the liability of the Successful Bidder or Successful Bidder's sureties to the County or to any workers, suppliers, material men or employees in relation to this Contract. h. In order for the certificate of insurance to be properly received, it must comply with the following: 1. The certificate holder shall be: Manatee County Board of Commissioners, a political subdivision of the State of Florida P.O. Box 1000 Bradenton, FL 34206-1000 2. Certificate shall be mailed to: Manatee County Purchasing Division 1112 Manatee Avenue West, Suite 803 Bradenton, FL 34205 Attention: Bonnie Sietman, Sr. Buyer END OF SECTION D IFB Master—Commodities or Services, Rev 10/16/15 20 Supplemental Technical Specifications for IFB #16-1327BLS SANITARY SEWER - LATERAL LINING REHABILITATION SERVICES November 2015 INFRASTRUCTURE Engineering Standard Specifications SECTION 01570 TRAFFIC REGULATION SECTION 02626 SANITARY SEWER LATERAL REHABILITATION SECTION 02720 SANITARY SEWER BYPASS PUMPING SECTION 02730 PREPATORY CLEANING AND ROOT REMOVAL SECTION 02752 TELEVISION SURVEY SECTION 02760 PREPARATORY CLEANING AND ROOT REMOVAL SECTION 02763 CHEMICAL GROUTING SECTION 02765 CURED-IN-PLACE PIPE LINER I 36 IFB Master-Commodities or Services, Rev 10/16/15 SECTION 01 570 TRAFFIC REGULATION PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED The Contractor shall be responsible for providing safe and expeditious movement of traffic through construction zones. A construction zone is defined as the immediate areas of actual construction and all abutting areas which are used by the Contractor and which interfere with the driving or walking public. The Contractor shall remove temporary equipment and facilities when no longer required, restore grounds to original or to specified conditions. 1.02 TRAFFIC CONTROL The necessary traffic control shall include, but not be limited to, such items as proper construction warning signs, signals, lighting devices, markings, barricades, channelization and hand signaling devices. The Contractor shall be responsible for installation and maintenance of all devices and detour routes and signage for the duration of the construction period. The Contractor shall utilize the appropriate traffic plan from the FDOT Maintenance of Traffic Standards, Series 600 of the FDOT Roadway & Traffic Design Standards, Latest Edition. Should there be the necessity to close any portion of a roadway carrying vehicles or pedestrians the Contractor shall submit a Traffic Control Plan (TCP) at least 5 days before a partial or full day closure, and at least 8 days before a multi-day closure. TCP shall be submitted, along with a copy of their accreditation, by a certified IMSA or ATSA Traffic Control Specialist. At no time will more than one (1) lane of a roadway be closed to vehicles and pedestrians without an approved road closure from the County Transportation Department. With any such closings, adequate provision shall be made for the safe expeditious movement of each. All traffic control signs must be in place and inspected at least 1 day in advance of the closure. Multi-day closures notification signs shall be in place al least 3 days in advance of the closure. All signs must be covered when no in effect, and checked twice a day by the Worksite Traffic Supervisor when they are in effect. The Contractor shall be responsible for removal, relocation, or replacement of any traffic control device in the construction area which exists as part of the normal preconstruction traffic control scheme. Any such actions shall be performed by the Contractor under the supervision and in accordance with the instructions of the applicable highway department unless otherwise specified. The Contractor will consult with the County immediately on any vehicular or pedestrian safety or efficiency problem incurred as a result of construction of the project. The Contractor shall provide ready access to businesses and homes in the project area during construction. The Contractor shall be responsible for coordinating this work with affected homeowners. When conditions require the temporary installation of signs, pavement markings and traffic MLS 1M Spec 10.01.2014.docx 41 / 73 barriers for the protection or workers and traffic, the entire array of such devices shall be depicted on working drawings for each separate stage of work. These drawings shall be submitted to the County for review and approval prior to commencement of work on the site. Precast concrete traffic barriers shall be placed adjacent to trenches and other excavations deeper than six inches below the adjacent pavement surface. PART 2 PRODUCTS(NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 37 SECTION 02626 SANITARY SEWER LATERAL REHABILITATION 1.01 GENERAL This section describes the material requirements, installation practices, and test methods for the rehabilitation of sanitary sewer service lateral lines and connection to the sanitary sewer main line, without excavation.The pipe renovation shall be accomplished by providing and installing a one piece resin impregnated lateral and main connection cured-in-place pipe(CIPP)liner installed into the existing lateral connection by a pressure apparatus. When cured, the liner shall have a watertight connection seal at the mainline and extend over the length of the service lateral providing a continuous one piece structural pipe within a pipe. All such work shall comply with these Specifications, the requirements of ASTM F1216 or ASTM F2561-11, and the specific product manufacturer's recommendations. Any conflict between the product manufacturer's recommendations and any portion of the Contract Documents shall be resolved prior to beginning the work. The Contractor shall utilize the products of one manufacturer which meet the requirements of these Specifications when relining sections of existing sewer which are straight or have minor offsets. It shall be the Contractor's sole responsibility to insure that materials provided by the liner manufacturer will function as intended when installed in curved or offset sections of existing pipe. 1.02 DESIGN CRITERIA The fabrication and installation of the CIPP lateral liner system shall be done in accordance with ASTM F1216 or ASTM F2561 The CIPP thickness shall be designed per ASTM F1216, Appendix X1. The CIPP design for the lateral tube and mainline connection shall assume no bonding to the original pipe. The resin saturated lateral tube and the main sheet must place the resin in full contact with the host pipe. This specification references ASTM test methods which are made a part hereof by such reference and shall be the latest edition and revision thereof: ASTM F-1216 -Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube. ASTM F-2561 - Standard Practice for Rehabilitation of a Sewer Service Lateral and Its Connection to the Main Using a One-Piece Main and Lateral Cured-In-Place Liner. ASTM D-790-Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ASTM D-792 - Standard Test Methods for Density and Specific Gravity of Plastics by displacement. ASTM D-2990 - Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics ASTM D-5813- Standard Specification for Cured-in Place Thermosetting Resin Sewer Pipe. 1.03 QUALIFICATIONS All sewer products are intended to have a minimum 50 year design life, in order to minimize the owner's long term risk of failure, only proven products and installers with substantial successful long term track records wilt be considered. The manufacturer of the CIPP lateral lining system shall have a minimum of five (5) year documented history of satisfactory performance with a minimum of 10,000 CIPP lateral installations for the product that is being supplied in this Invitation for Bids. Additionally, the manufacturer's CIPP lateral lining product shall have a minimum of 2,500 CIPP lateral installations that have been in service for a minimum of five (5)years. The Contractor performing the work shall be employees of the company manufacturing the CIPP lateral lining system, or shall be licensed as an authorized installer of the system by the manufacturer. The Contractor shall have a minimum of three (3) years of continuous service experience installing CIPP lateral lining in pipe of similar size, length and configuration as proposed in this project.Additionally, the Contractor shall have successfully installed a minimum of 5,000 C1PP lateral liners in a wastewater collection system, of which a minimum of 2,500 were installed in Florida. 1.04 SUBMITTALS Submit submittals in accordance with Section 01340, Shop Drawings, Project Data, and Samples and the following: 38 With the Bid, provide the following documentation to demonstrate that the proposed CIPP lateral lining system meets the qualifications listed above in subsection 1.03.A: 1. Resin i. Long term test creep data confirming the resin system's 50 year design life in accordance with ASTM D2990. ii. Chemical Resistance per ASTM F 1216 iii. Certificate of Compliance with ASTM F 1216 2. Tube Certificate of Compliance with ASTM F1216 If glass fiber reinforcement is used, CIPP strain Corrosion testing data in accordance with ASTM D3681 With the Bid, provide documentation that the manufacturer of the proposed CIPP lateral lining system meets the qualifications listed above in subsection 1.03.B. Provide contact information for at least three (3) similar projects referenced in subsection 1.03.B as part of the Bid Submittal. With the Bid, provide documentation that the CIPP Contractor meets the qualifications listed above in subsections 1.03.0 and 1.03.D. Provide contact information for at least three(3)similar projects referenced in subsection 1.03.D as part of the Bid Submittal. Submit the following to the Project Manager prior to Mobilization: Contractor shall provide to the Project Manager for review, complete design calculations for the liner thickness per ASTM F1216. The design shall be signed and sealed by a professional engineer in the State of Florida and certified by the manufacturer as to compliance of his material to the values used in the calculation. Approval of the calculations shall not relieve the Contractor of any contractual obligations. The Contractor shall provide a typical schedule for "wet our of the connection seal and lateral finer in the method statement together with a typical insertion and curing schedule/plan at the pre-construction meeting. Certified copies of the test reports for the resin material used for this project. Proposed testing laboratory with qualifications, experience history and references. Installation Plan/Diversion Pumping Plan (including Emergency Plans) as required. E. Submit the following to the Project Manager after completion of each service: The Contractor shall submit the installation and curing process control sheets including information as described under Section 3.E, GENERAL INSTALLATION PROCEDURES of this specification. Pre and Post CCTV inspection tapes. Manufacturer's certification of proper installation. Physical samples: for every ten laterals lined, two flat plate samples shall be processed and tested. The flat plate sample preparations shall be as described under Section 3.7-A.1 of this specification. Samples removed for testing shall be individually labeled and logged to record the following: County's project number and title. Sample number Segment number of line as noted on supplements. iv. Date and time of sample Name of Contractor Location and by whom tested Street name and address Results of test. Samples shall be numbered as follows: a. Sample No.1: Flat plate sample. PART 2 PRODUCTS 2.01 MATERIALS CIPP Sectional Liner and Lateral Lining Tube: The liner assembly shall be continuous in length and consist of one or more layers of flexible needled felt or an equivalent non-woven material that meet the requirements of ASTM F1216 and ASTM D5813. The liner tube shall be fabricated to a size that when installed will neatly fit the circumference of the lateral pipe, shall have uniform wall thickness, and shalt create a watertight seal at the mainline interface. No intermediate or encapsulated elastomeric layers shall be in the textile that may cause de-lamination in the CIPP. The textile tube and sheet shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe segments, and flexibility to fit irregular pipe sections. The resin saturated textile tube and sheet shall meet ASTM F 1216, 7.2 as applicable, and the tube shall have 5% to 10% excess resin distribution 39 (full resin contact with the host pipe) that when compressed and cured will meet or exceed the design thickness. Resin System The resin/liner system shall conform to ASTM D5813 Section 8.2.2. The resin shall be a corrosion resistant polyester, vinyl, epoxy or silicate resin and catalyst system that when properly cured within the composite liner assembly, meets the requirements of ASTM F1216, the physical properties herein, and those which are to be utilized in the design of the CIPP, for this project. The resin shall have proven resistance to ultraviolet light(sunlight)at any stage prior to installation. The resin system shall be manufactured by a company selected by the CIPP supplier which shall produce a CIPP that will comply with the structural and chemical resistance requirements of ASTM F1216: Table 1 CIPP INITIAL STRUCTURAL PROPERTIES Property ASTM Test Minimum Value PSI (MPa) Flexural Strength D 790 4,500 (31) Flexural Modulus D 790 250,000 (1,724) Interface Seal The interface seal shall have structural properties in accordance with ASTM F1216 and as referenced in Table 1 - CIPP Initial Structural Properties. The interface seal shall meet the 50 year design life of the CIPP lateral liner. The interface seal shall meet the conditions above and shall be a full-circle integrally manufactured to the lateral liner providing a seamless connection between the mainline liner and the lateral liner. Fabrication of the interface seal shall be in accordance with ASTM F1216 or ASTM F2561. Interface seals shall be designed for either a"T"or"Y"fining and I or shall be able to accommodate either condition without wrinkles or folds when installed. The interface seal shall provide a watertight connection between the service connection and the mainline. The interface seal between the lateral liner and the mainline sewer pipe shall be compatible with the mainline liner. 2.02 DELIVERY, STORAGE AND HANDLING If the flexible tube is impregnated with resin at the factory, it shall be transported, installed, and cured before expiration of the shelf life. Impregnated tube shall be stored and transported under refrigerated, ultraviolet light free conditions. Each liner shall be accompanied with the appropriate documentation indicating time and date of liner manufacturing, felt thickness, number of layers, length of liner, resin type and name, hardener type and name, batch numbers, mixing ratios, etc. No cuts, tears, or abrasions shall occur during handling. The Contractor shall not place the tube into the host pipe before the Project Manager inspects the tube. PART 3 EXECUTION 3.01 CONSTRUCTION (ALL METHODS) General: Unless otherwise noted,the lateral lining methods listed below are acceptable to the County. Should the Contractor desire to use different methods than described in these Specifications, written permission must be obtained from the County. The finished product is to be of highest quality and shall eliminate any infiltration or corrosion problems which may exist in the system. Pre-Installation Procedures: The Contractor shall notify all the residents affected by this construction at least 24 hours prior to any service disruption affecting their service connection.The mainline sewer shall be kept in operation at all times during the rehabilitation of lateral lines. By-passing as outlined in the following section is permitted. Alternate methods shall be submitted to the County for approval. By-Passing Existing Flows: The Contractor shall furnish equipment, materials, supplies, labor and all incidentals required to by-pass the sanitary sewer flow such that the lateral lining process may be completed. The Contractor shall plug the upstream line and pump the flow to the nearest downstream manhole (or, when approved by the County, to another system all together) per Section 02720. Dumping the existing flow onto private property or streets shall not be allowed. At the end of each day,the Contractor shall make temporary tie-ins such that no service is interrupted overnight. By-passing of existing flows shall be considered an incidental part of this Contract and will not be paid for directly. 40 All requisite pre-installation submittals shall be approved, including traffic management measures, safe pedestrian passage, and provision of vehicular access to property, bypass/diversion pumping and emergency measures prior to the commencement of any work. The Contractor shall use CCTV to inspect the lateral line immediately prior to reconstruction and determine the overall structural condition of the lateral. Both the mainline in the vicinity of the lateral and the lateral shall be surveyed. The location of any conditions which may prevent proper installation of the connection seal or lateral liner shall be noted and provided to the Project Manager so that these conditions can be corrected. The Contractor shall pre-condition the lateral line and the mainline in the vicinity of the lateral for acceptance of the CIPP by thoroughly cleaning and removing any roots, grease build- up, or any other obstruction that may interfere with lining operations by mechanical means or high pressure flush and vacuum. No interface seal shall be installed in the presence of active infiltration. Infiltration at the lateral interface shall be controlled by chemical grout sealing per the lateral liner manufacturer's guidelines. It is the responsibility of the Contractor to clear the main and the lateral of all obstructions in the area to be lined. All debris removed from the sewer during cleaning shall be transported in watertight containers and disposed of in accordance with all local, state and federal regulations. General Installation Procedures The CIPP lateral liner system installation will be accomplished remotely using air or water for inversion and curing. The cured-in-place pipe shall provide a smooth interior surface and shall conform to the existing pipe and eliminate any groundwater infiltration or connection to the outside of the host pipe/service. The CIPP lateral liner system shall be installed from the mainline sewer and shall extend a minimum of 3 feet and up to 25 feet to effectively span the distance from the lateral connection at the main to the desired termination location in the service lateral pipe. For the purpose of this specification, the termination point shall be a distance within 18 inches of the intersection of a clean out or property line. No cleanout is, or should be, required for the installation of the CIPP lateral liner system. If necessary, the CIPP lateral liner system may be installed utilizing existing cleanouts installed at the property line or launched from the sewer main. It is the intent of these specifications that all lateral lining/work be accomplished utilizing existing cleanouts. In the event a lateral has been identified to be repaired by means of a CIPP lateral liner installation, and no cleanout exists where a cleanout is required to complete the lining of the lateral, the Contractor shall obtain authorization from the County's Project Manager to install a new clean out. When required, an overlap method is performed with a pull-in-process installation from a cleanout or access point back to the main. In either case, the lateral liner must provide a watertight seal at the mainline and a structural repair of the lateral over the specified length. The Installer shall verify the lengths in the field before impregnation of the resin. Wet Out: Thoroughly saturate lining system prior to installation. Catalyst system or additives compatible with the resin and liner shall be as recommended by the manufacturer. Handle the resin impregnated lining system to retard or prevent resin setting until it is ready for insertion. Insertion: CIPP shall be installed in accordance with the manufacturer's instructions and the practices outlined in ASTM F1216 or ASTM F2561 for direct inversion installations. The Contractor shall document the placement of the CIPP lateral liner by internal video inspection. The installer shall be capable of viewing the lateral liner contacting the lateral pipe from the beginning to the end of the repair. Video documentation of the lateral liner contracting the lateral pipe, prior to curing shall be provided to the Project Manager. Lubricant shall be used, as recommended by the manufacturer, to reduce friction between the host pipe and the liner during the inversion or pull-in process. No resin shall be lost by contact with the manhole walls or the pipe during the pull-in process. The lubricant used shall be a non-toxic product with no detrimental effects on the liner and shall not be detrimental to wastewater treatment plant operations. Any cured liner/resin composite pipe left protruding from the main line or service connection shall be trimmed back using a hydraulic-powered robotic cutting device specifically designed for cutting cured-in-place pipe. All materials shall be removed from the sewer system and not allowed to float downstream. The Contractor will be held responsible for the cost of all repairs or maintenance resulting from materials accumulating in downstream pump stations. 41 The addition of pressure shall be adjusted to cause the impregnated flexible tube to invert from the mainline to lateral clean-out, holding the tube tight against the host sewer pipe. If water is used to accomplish the inversion process, the Contractor shall complete an installation process control sheet for every lining completed. The control sheets shall provide the following information: Liner length Hydrostatic head at the point of inversion Hydrostatic head at the termination point Time when inversion process starts V. Time start cutting ends. if air or steam issued in the inversion process, the liner manufacturer shall provide the minimum pressure required to hold the tube tight against the host pipe and maximum pressure allowable to not damage the tube. Once the inversion has started, the pressure shall be maintained within the recommended pressure range until the inversion has been completed. Should the pressure deviate from within this range, the installed liner shall be removed. The CONTRACTOR shall complete an installation process control sheet for every lining completed. The control sheets shall provide the following information. Liner length Minimum pressure Maximum pressure Time and pressure when inversion process starts and every ten minutes until inversion process is completed. V. Time start cutting ends. Finish: The finished CIPP shall be continuous and free from visual defects such as foreign inclusions dry spots, pinholes, de-lamination, and wrinkles greater in length than 1 % of the pipe ID. Any section of lining with such defects shall be removed and replaced at no additional cost to the County. If the defective liner cannot be repaired or removed, the Contractor will be responsible for all costs associated with replacement of the service. Clean Up: After liner installation has been completed and accepted, the Contractor shall clean up the entire project area and restore the site to its original condition prior to the commencement of work. All excess material and debris not incorporated into the permanent installation shall be disposed of by the CONTRACTOR.Any materials used in the installation other than the cured lube/resin composite are to be removed from the pipe. Post Televising of Completed Work Following completion of CIPP liner installation, a CCTV inspection shall be completed. Submit to the County color DVD's or approved electronic files showing completed work. Correction of failed CIPP or CIPP deemed defective from post-installation television inspection or test reports for structural values, thickness,etc., shall be repaired as determined by Project Manager at no extra cost to the County. Method of repair, which may require field or workshop demonstration, shall be approved by Project Manager. Testing Laboratory Testing: Flat plate samples shall be tested as requested by the Engineer. However, as a minimum a frequency of two flat plate samples shall be processed and tested for every 10 laterals lined. The time and location will be selected by the Project Manager.The Contractor shall prepare the flat plate samples on site using the actual CIPP liner being installed. Once the liner is applied to the clamped mold, the sample shall be placed in either the upstream or downstream manhole, to simulate the environmental conditions that the lateral liner being installed will experience during the curing process. After the curing process has been completed, the sample shall be removed, labeled and sent to the laboratory facility for physical properties testing. Samples shall be tested for modulus of elasticity and flexural strength in accordance with ASTM 0790. Preparation and testing samples shall be performed in accordance with the approved submittals. Failure of either the modulus or flexural strength tests on either sample shall be grounds for the rejection of all CIPP liners installed since the last successful test. Testing shall be completed by accredited laboratory at the Contractor's expense. The Contractor shall submit the chosen laboratory with appropriate accreditation documentation for approval by the Project Manager prior to testing. Testing results shall be provided to the Project Manager within seven days of receipt. Hydrostatic Testing - Low Pressure Air Test Random low pressure air tests shall be performed as directed by the Project Manager. I. On ten percent(10%) of the laterals repaired under this contract. If more than ten percent (10%) of the air tests fail, an additional 10% of the laterals will be selected by the Project Manager to be tested at no additional cost. 42 If more than twenty-five percent (25%) of the air tests fail, the Project Manager may direct the Contractor to test all of the repaired laterals at no additional cost. Low Pressure Air Test Procedure Place test balls no more than 5 inches inside the CIPP lateral liner at the upper point of the repair. Place test balls in the mainline a minimum of 12 inches from and centered on the lateral opening. Introduce air into the sealed line until an internal pressure of 4.0 psig is achieved. Allow the pressure to stabilize for 2 minutes, but in no case let the pressure drop to less than 3.5 psig. If the pressure drops 1.0 psig in less than 4 minutes, the test will be considered to have failed. if the lined lateral fails the air test, the Contractor shall locate the leak and perform corrective measures including: Re-inspection of the lateral by CCTV Repair using materials and methods contained in this specification. III. Repeat the air test END OF SECTION 43 J SECTION 02720 SANITARY SEWER BYPASS PUMPING PART 1 GENERAL 1.01 SCOPE The Contractor shall furnish all labor, materials, equipment and incidentals required to maintain existing and anticipated flows within the affected portion of the collection system throughout the construction period. 1.02 PUBLIC IMPACTS The contractor shall not create a public nuisance due to excessive noise or dust, nor impact the public with flooding of adjacent lands, discharge of raw sewage, or release of other potential hazards, nor shall he encroach on or limit access to adjacent lands. No extra charge may be made for increased costs to the contractor due to any of the above. 1.03 SUBMITTALS A. The Contractor shall, within 30 days of the date of the Notice to Proceed, submit to the Project Manager a detailed Pumping Plan for each site by-pass pumping will be needed. The Pumping Plan shall address all measures and systems to prevent a sanitary sewer overflow (SSO) as defined by the EPA. The Plan shall include as a minimum: Working drawings and sketches showing work location, pump location, piping layout& routing. Show all proposed encroachment and access impacts on adjacent properties or facilities. Pump, control, alarm and pipe specifications or catalog cuts. Detailed sketch of controls and alarm system. Power requirements and details on methods to provide by-pass power or fueling. Calculation and determination of response times to prevent an SSO after a high water alarm. If anticipated peak flows are 750 G.P.M. or greater, an operator is required on site at all times pump is in service. If the anticipated peak flows are less than 750 G.P.M. an operator may not be required to be on site at all times; show operator on-site schedule. Procedures to be taken in case of power, pump, or piping failures; including contact names and numbers for emergency notifications. Frequency and specific responsibility for monitoring pump operation, fuel levels, pump maintenance and entire length of piping. PART 2 PRODUCTS 2.01 EQUIPMENT Pumps: By-pass pumping system shall consist of at least a primary pump and a backup pump. Each pump shall have a minimum pumping capacity of 150% of the anticipated peak flows. If a lift station by-pass, 150% of the lift station capacity(G.P.M. &T.D.H)for the lift station being by-passed. Pumps shall be low noise or sound attenuated. The noise level at any operating condition, in any direction, shall not exceed 70dBA at a distance of twenty three (23)feet (7 meters)from the pump and/or power source. Controls: The by-pass pump system shall be equipped with automatic controls and an alarm system. The automatic controls will automatically start the backup pump in the event of a high water condition or failure of the primary pump. The alarm system will immediately notify the Contractor of a pump failure or high water condition. Pipe: Pipe shall be of adequate size and capacity to match the pumps. Pipe type and materials will depend on the particulars of the site conditions, and shall be detailed in the Pumping Plan. Contractor will provide all connections. PART 3 EXECUTION SITE CONDITIONS Site conditions will vary by site. Contractor is responsible to determine and address requirements such as traffic control, excavation, connections &fittings, impacts on access to adjacent properties, routing and support of by-pass piping, etc., in the Pumping Plan. ON-SITE MONITORING 44 All by-pass operations where the anticipated flow rates are 750 G.P.M or greater shall require an employee on-site at all times (full-time on-site monitoring attended by personnel experienced with the pumps and controls, with demonstrated ability to monitor, turn on & off, and switch between pumps while the by-pass pump system is in service. By-pass operations where the anticipated flow rates are less than 750 G.P.M may not require an employee on-site at all times while the by-pass pump system is in operation. The Contractor shall have personnel experienced with the pumps and controls on site within the calculated response time to prevent an SSO after a high water alarm. During by-pass operations, the Contractor shall have posted on site with the permit, a copy of the approved Plan and the name and 24 hour contact number of the primary response person, the job site superintendent, and the construction company owner. 3.03 OPERATIONS The Contractor is responsible for securing and providing power, fuel, site security, traffic control and aft other supplies, materials and permits required for the by-pass pumping. Contractor shall demonstrate automatic pump switching and alarm system to the satisfaction of: the County inspector, Project Manager, or Lift Stations Superintendent prior to beginning by-pass pumping. Satisfactory demonstration shall be documented by the inspector's, PM's or Lift Station Superintendent's dated signature on the posted copy of the approved Pumping Plan. 3.04 DAMAGE RESTORATION & REMEDIATION The Contractor shall be responsible for any pre-pump notifications, all restoration of pre-pump conditions and any damage caused by by-pass operations. Should there be an SSO caused by or as a direct result of the by-pass pumping, the contractor is responsible for all immediate & long term response, notifications, clean up, mitigation, etc. Copies of all written response plans, notifications, documentation, mitigation plans, etc., shall be submitted to the County Project Manager. END OF SECTION 45 SECTION 02730 PREPATORY CLEANING AND ROOT REMOVAL PART 1 - GENERAL 1.01 WORK INCLUDED A. This Section covers the preparatory cleaning of sewer lines and manholes as needed prior to the internal survey of the sewer lines by closed-circuit television. It also covers the preparatory cleaning and root removal of sewer lines and the cleaning of manholes prior to rehabilitation. The CONTRACTOR shall furnish all necessary material, labor, equipment and services required for cleaning the specific sewer lines. 1.02 GENERAL Sewer Line Cleaning: Removal of foreign materials from sewer lines to restore me sewer to a minimum of 95% of the original carrying capacity, for proper seating of pipe lining, or as required by other specified rehabilitation. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the CONTRACTOR will not be required to clean those specific sewer sections. 11, in the course of normal cleaning operations, damage does result from preexisting and unforeseen conditions such as broken pipe, the CONTRACTOR will not be held responsible. Manhole Cleaning:All concrete and masonry surfaces must be cleaned prior to repair. Removal of grease, laitance, loose bricks, mortar, unsound concrete, and other materials from manholes. Water blasting(minimum 1,200 psi), utilizing proper nozzles, shall be the primary method of cleaning; however, other methods, such as wet or dry sandblasting, acid wash, concrete cleaners, degreasers, or mechanical means may be required to properly clean the surface. Surfaces on which these other methods are used shall be thoroughly rinsed, scrubbed, and neutralized to remove cleaning Managers and their reactant products. Television Inspection: Operation necessary to complete an internal inspection for verification of existing conditions prior to performing rehabilitation and to verify for approval of rehabilitated sewer segments. CONTRACTOR shall furnish all labor, materials, equipment, tools, and other incidental services for closed circuit television inspection or work. Light Cleaning: The removal of sand and/or debris occupying up to 25% of the diameter of the pipe. Medium Cleaning: The removal of sand and/or debris occupying between 25% and 50% of the diameter of the pipe. Heavy Cleaning: The removal of sand and/or debris occupying more than 50% of the diameter of the pipe. Specialty Cleaning: The removal of grease, roots, and tuberculation in cast iron pipe; the use of special equipment such as bucket machines; root cutters or internal protruding tap remover or high pressure water blasting. Cleaning and Preparation for Cementitious Liner Rehabilitation The manhole or chamber surface shall be clean, structurally sound and free from oil, grease, loose mortar, paints, protective coatings, efflorescence, laitance and airing compounds. The conditions of the manhole or chamber may require the use of an environmentally safe degreasing compound; if so, the surface shall be thoroughly rinsed to eliminate any residue. Place covers over invert to prevent extraneous material from entering the sewer lines. All foreign material shall be removed from the manhole wall and bench using a high pressure water spray(minimum 4,000). Loose and protruding brick, mortar, and concrete shall be removed using a mason's hammer, chisel and/scraper. Fill any large voids with quick setting patching material. If the 4,000 psi high water pressure water spray is not successful in removing all grease and contaminants, then a chemical wash shall be used to clean and degrease the interior of the manhole or chamber. The entire structure shall be thoroughly water- and/or sand-blasted to remove any loose or deteriorated material. The CONTRACTOR shall clean all accumulations of debris, such as dirt and grease, loose mortar, bricks and concrete, and dispose of properly. Care shall be taken to prevent any loose material from entering outlet sewer fines by inserting a 2-inch or smatter mesh protective screen into the manhole's outlet. Any existing manhole steps shall be removed prior to sealing (waterproofing)the structure walls, and installing liners. PART 2 - PRODUCTS 2.01 CLEANING EQUIPMENT 46 High-Velocity Jet (Hydrocleaning) Equipment: All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floors and produce at least 4,000-psi pressure. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Mechanically Powered Equipment or Bucket machines used by the CONTRACTOR shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. The power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat-treated steel. To ensure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve. Hydraulically Propelled Equipment: The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. 2.02 TELEVISION INSPECTION EQUIPMENT A. Television inspection equipment used by the Contractor shall conform to the requirements of Section 02752 — Television Survey. PART 3 - EXECUTION 3.01 SANITARY SEWER SYSTEM CLEANING The CONTRACTOR shall notify the local fire department and the OWNER to obtain approval and water meter, if required, before using fire hydrants. During sewer cleaning operations, satisfactory precautions shall be taken by the CONTRACTOR in the use of cleaning equipment. When hydraulically propelled cleaning tools (which depend upon water pressure to provide their cleaning force) or tools which retard the flow in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the owner. When possible, the flow of wastewater in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. The designated sewer manhole sections shall be cleaned by the CONTRACTOR using hydraulically propelled, high-velocity jet, or mechanically powered equipment. Selection of the equipment used shall be based on the conditions of lines at the time the work commences. The equipment and methods selected shall be satisfactory to the OWNER. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists and the cleaning effort shall be repeated with other types of equipment. ALL sludge, dirt, sand, rocks, grease, and other solid or semi-solid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into the streets, ditches, storm drains or other sanitary sewers. The CONTRACTOR shall remove from the site and properly dispose of all solids or semi-solids recovered during the cleaning operation. The CONTRACTOR shall obtain permits and make arrangements as required to properly dispose of solids. The CONTRACTOR is advised that he shall not dispose of this material by legal or illegal dumping on private or public property, by sale to others, or any means other than those given above. 47 The CONTRACTOR shall keep his haul route and work area(s) neat and clean and reasonably free of odor, and shall bear all responsibility for the cleanup of any spill which occurs during the transport of cleaning/surface preparation by-products and the cleanup of any such material which is authorized by or pursuant to this contract and in accord with applicable law and regulations. The CONTRACTOR shall immediately cleanup any such spill, or waste. If the CONTRACTOR fails to cleanup such spill or waste immediately, the OWNER shall have the right to cleanup or arrange for its cleanup and may charge to the CONTRACTOR all costs, including administrative costs and overhead, incurred by the OWNER in connection with such cleanup. The OWNER may also charge to the CONTRACTOR any costs incurred or penalties imposed on the OWNER as a result of any spill, dump or discard. Under no circumstances is this material to be discharged into the waterways or any place other than where authorized to do so by the appropriate authority. The term"CONTRACTOR"as used in this section shall include the CONTRACTOR'S subcontractors and other Contractors. The general requirements for vehicles hauling such waste materials are as follows: Transport vehicles must be of type(s) approved for this application by the political jurisdictions involved. General requirements are that the vehicles have watertight bodies, that they be properly equipped and fitted with seals and covers to prohibit material spillage of drainage, and that they be cleaned as often as is necessary to prevent deposit of material on roadways. Vehicles must be loaded within legal weight limits and operated safely within all traffic and speed regulations. The routes used by the CONTRACTOR for the conveyance of this material on a regular basis shall be subject to approval by the governing authority having jurisdiction over such routes. 3.02 ROOT REMOVAL A. Roots shall be removed by the CONTRACTOR from sections designated to be relined. Special attention shall be used during the cleaning operation to ensure complete removal of roots from the joints. Any roots which could prevent the traveling of the packer or could prevent the proper application of chemical sealants, or could prevent the proper seating and application of cured-in-place, fold-and-formed or sectional cured-in- place liners, shall be removed. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high- velocity jet cleaner. When specifically directed, chemical root treatment shall be used before the root removal operation, and grouting will take place after root removal in accordance with Section 02763 — Chemical Grouting. CONTRACTOR shall capture and remove all roots form the line. 3.03 DISPOSAL OF MATERIALS A. All solids or semi-solids resulting from the cleaning operations shall be removed from the site and disposed of in accordance with applicable regulations. All materials shall be removed from the site no less often than at the end of each workday. Under no circumstances shall the CONTRACTOR be allowed to accumulate, debris etc., on the site beyond the stated time, except in totally enclosed containers and as approved by the OWNER. The CONTRACTOR shall submit a plan for disposal of solids to the OWNER. 3.04 TELEVISION INSPECTION A. Television inspection shall be performed by the CONTRACTOR in accordance with requirements of Section 02752-Television Survey. 3.05 FINAL ACCEPTANCE Acceptance of sewer line cleaning shall be made upon the successful completion of the television inspection by the CONTRACTOR and shall be to the satisfaction of the ENGINEER. If a TV inspection shows the cleaning to be unsatisfactory, the CONTRACTOR shall be required to reclean and re-inspect the sewer line until the cleaning is shown to be satisfactory. In areas where television inspection is not performed, the OWNER may require the CONTRACTOR to pull a double squeegee (with each squeegee the same diameter as the sewer) through each manhole section as evidence of adequate cleaning. If lining is to follow the television inspection, particular attention shall be given to the adequacy of the cleaning to ensure that proper seating of the liner can be achieved. It is the CONTRACTOR's responsibility to assure that the lines are properly cleaned to accept the liner. In addition, on all those lines which have sags or dips, to an extent that the television camera lens becomes submerged for three (3) or more feet during the television inspection, the CONTRACTOR shall pull double squeegee and/or sponges through the line in order to remove the water from those dips or sags, or draft the 48 water by means of high-velocity jet cleaners. Water removal shall be performed until the television camera lens will no longer be submerged. This requirement may be waived by the OWNER if the water in which the camera lens is submerged is clear enough to allow the identification of pipe defects, cracks, holes and location of service taps. END OF SECTION 49 SECTION 02752 TELEVISION SURVEY PART 1 - GENERAL 1.01 WORK INCLUDED The work consists of furnishing all labor, materials, accessories, equipment, tools, transportation, services and technical competence for performing all operations required to execute the internal closed circuit television survey to inspect the entire barrel of sewers up to 36 inches in diameter and sewer service laterals. The survey shall show all defects and determine amount of infiltration entering the sewer system. Prior to any testing, all lines and laterals shall be cleaned of debris, cleaned of tuberculations through mechanical removal and flushed clean. Debris shall be caught and removed from the lines and laterals and shall not be flushed into existing live sanitary sewers. 1.02 GENERAL After cleaning as specified in Section 02730 — Preparatory Cleaning and Root Removal, and before and after rehabilitation operation/replacement work, the pipe sections and laterals shall be visually surveyed by means of closed-circuit television in the presence of the OWNER. The survey shall be performed one manhole-to-manhole section or one lateral at a time and the flow in the section being surveyed shall be suitably controlled as described in Section 02750—Wastewater Flow Control. Pre and post-construction survey video on CD-ROM shall be delivered to the OWNER on a"one line per CD-ROM" basis with the pre-construction video immediately preceding the post-construction video, accompanied with the corresponding work orders, and pre- and post-TV logs, for each sewer line and lateral surveyed. The video on CD-ROM shall be direct from a live video source into video file, format MPEG1. 1.03 EQUIPMENT A. Sewer Main The television camera used for the survey shall be one specifically designed and constructed for such survey and shall be of the pan and tilt type. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. Then camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing a minimum 700 line resolution color video picture. The CONTRACTOR shall maintain camera in clear focus at all times. Picture quality and definition shall be to the satisfaction of the OWNER; and if unsatisfactory, equipment shall be removed and replaced with adequate equipment at no additional cost to the OWNER. The video camera shall include a titler feature capable of showing on the tape the following information: City and State Date/Time CONTRACTOR's Name Line Size, Material, and Depth Manhole Identification (both manholes)and direction of video Lateral identification. On-going Footage Counter B. Service Lateral The television camera used for the lateral survey shall be one specifically designed and constructed for such survey. A Sonde locating device shall be attached to the camera. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe.The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing a minimum 700 line resolution color video picture. The CONTRACTOR shall maintain camera in clear focus at all times. Picture quality and definition shall be to the satisfaction of the OWNER; and if unsatisfactory, equipment shall be removed and replaced with adequate equipment at no additional cost to the OWNER. The camera system shall be able to inspect 3-, 4-, and 6- inch lateral connections up to 70 feet from the sewer mainline. The launcher shall be mounted on a tread tractor that moves through main sewers and positions the inspection camera launcher opposite the lateral line connection. The camera system shall have mini black and white or color, fixed position, "positioning" camera to observe and place the mini color, push, "inspection"camera at the lateral. The inspection camera shall be attached to an 50 80-foot long push cable with a fiberglass rod core for cable rigidity. The camera head shall point forward while traveling through the sewer mainline. The camera used from a cleanout shall be able to be launched from the cleanout and travel down to the sewer mainline, up to 100 feet. The camera system shall be able to inspect 3-, 4-, and 6-inch lateral connections. The video camera shall include a titler feature capable of showing on the tape the following information: City and State Date/Time CONTRACTOR's Name Pipe size and material Upstream Manhole Number& Distance to Lateral On-going Footage Counter 6. A Sonde shall be provided for locating unmarked sewer laterals. A sonde is a transmitter tied on a line and moved through a sewer or duct.A receiver on the surface follows its movement, documenting the line location. The pipe position is then marked on the ground. The sonde is pushed farther into the pipe, the receiver relocates the sonde and the pipe position is marked again. This process is repeated until the desired section of pipe is traced. It is pulled out on completion of the locate. 1.04 SUBMITTALS A. The CONTRACTOR shall submit shop drawings and other information in accordance with Section 01300 - Submittals. The CONTRACTOR's submittals shall include description of the software to be used and a sample of the video titles to be used, along with a sample of the television survey log to be used. PART 2 - PRODUCTS Not Applicable PART 3 - EXECUTION 3.01 PRE-CONSTRUCTION SURVEY A. Procedure for Sewer Main Prior to any repair work, the entire sewer line (from manhole to manhole) shall be televised. The camera shall be placed at the center of the manholes and videotaping shall commence prior to entering the pipe. The CONTRACTOR shall show the inside of the manhole walls and the pipe connection to the wall at both the upstream and downstream manhole. The camera shall be moved through the lines in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. In no case shall the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, powered rewinds and tractors or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If the camera is being pulled through the sewer line by a hydraulic cleaning unit hose, the cleaning nozzle shall be located a minimum of eight(8)feet away from the camera to allow a clear, unobstructed view. Jet nozzle shall be used in front of camera while televising through a dip to draft out water. If, during the survey operation, the television camera will not pass through the entire manhole section, the CONTRACTOR shall set up his equipment so that the survey can be performed from the opposite manhole. In addition the CONTRACTOR shall stop camera at all point repairs, sectional repairs, and reinstated laterals, and inspect entire repaired pipe section. Whenever non-remote powered and controlled winches are used to pull the television camera through the line, telephones or other suitable means of communication shall be set up between the two manholes of the section being surveyed to insure good communications between each member of the crew. Measurement for location of defects shall be above ground by means of a meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Measurement meters shall be accurate to tenths of a foot over the length of the section being surveyed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, electronic distance meter or other suitable device. Manhole numbers and linear footage shall be shown on screen during taping. Movement of the television camera shall be temporarily halted for a minimum of ten seconds at each visible point source of infiltration and/or inflow until the leakage rate from that source is quantified. The camera shall be stopped at all service connections and the service lateral shall be inspected with the pan and tilt camera. The camera shall also be stopped at active service connections where flow is discharging. If the discharge 51 persists, the property involved shall be checked to determine whether or not the discharge is sewage. If no flows are being discharged from the building, it shall be considered that the observed flow is infiltration/inflow. Procedure for Service Lateral Prior to any repair work,the entire service lateral (from mainline to property line/cleanout, whichever is farther from the mainline) shall be televised. Measurement for location of defects shall be above ground by means of a meter device. Measurement meters shall be accurate to tenths of a foot over the length of the section being surveyed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device. Linear footage shall be shown on screen during recording. Movement of the television camera shall be temporarily halted for a minimum of ten seconds at each visible point source of infiltration and/or inflow until the source and flow rate from that point are determined. The inspection shall be performed from either the main sewer or the cleanout with proper equipment specified. If the CONTRACTOR chooses to perform the inspection from the cleanout and the cleanout is either inaccessible or does not exist, he shall install a cleanout to facilitate the inspection. All costs of material equipment, labor, and other costs due to unspecified field conditions shall be borne by the CONTRACTOR. Payment for cleanout installation shall be made by the OWNER as indicated in Section 01025, Measurement and Payment. Above ground horizontal location of lateral shall be marked every(5)feet utilizing surveyor's paint on an asphalt or concrete surface and surveyor's flags in grass. Approximate depth of laterals at these locations shall be recorded on the TV logs. Field Documentation 1. Television Inspection Forms (Survey Logs). Sewer Main: Printed and electronically stored location records shall be kept by the CONTRACTOR and will clearly show the location in relation to an adjacent manhole of each infiltration point observed during survey. Upstream footage at face of manhole (0) and downstream footage at face of manhole (e.g. 250 shall be shown on the log. The television inspection forms to be utilized by the CONTRACTOR shall be those mandated by NASSCO's(National Association of Sewer Survey Companies) PACP(Pipe Line Assessment and Certification Program). Both the "Header" and "Details" information of the form shall be entered as indicated in the PACP standards. The survey logs shall include, but not be limited to the following information: Correct pipe segment/manhole numbers/lateral identification Correct address of manhole/lateral location Pipe/Lateral size, length and material Manhole depth (up and downstream) Lift station service area number CD number and index Footage locations, descriptions and estimated leak rates for visible point sources of infiltration inflow. Footage locations and descriptions of structural defects such as obstructions, any remaining root intrusion, offset joints, cracked pipe,fractured pipe, holes, collapses, sags, protruding service connections and/or blockages in the pipe. The terminology to be used shall follow NASSCO's PACP standards. All information will be recorded and a copy of such electronic records and a hard copy will be supplied to the OWNER. Service Laterals: Location of the lateral by indicating the upstream manhole number, distance from the upstream manhole, lateral connection to the main line {left, center or right), and address of the customer serviced by the lateral, shall be noted on the television survey log. Printed and electrically stored location records shall be kept by the CONTRACTOR and will clearly show the location, in relation to the cleanout or the mainline of each infiltration point observed during survey. Footage shall be shown on the log. In addition, other points of significance such as unusual conditions, roots, broken pipe, presence of scale and corrosion, and other discernible features will be recorded and a copy of such records will be supplied to the OWNER. Photographs. Digital photographs of the television picture of problems shall be taken by the CONTRACTOR upon request of the OWNER. Video Recordings. The purpose of video (CD-ROM) recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. CD-ROM recording playback shall be at the same speed that it was recorded. Slow motion or stop motion playback features shall be supplied by the CONTRACTOR. 52 Once recorded, the CD-ROM becomes property of the OWNER. The CONTRACTOR shall have all CD- ROM and necessary playback equipment readily accessible for review by the OWNER during the Project. Audio. All CD-ROM shall have audio record. State date, time, operator's name, area, upstream manhole number to downstream manhole number, pipe size and material, upstream manhole depth, and TV survey will be from up- to downstream, or down- to upstream. The CONTRACTOR shall verbally state station and position of ail laterals and defects. 3.02 POST-CONSTRUCTION SURVEY A. Procedure The same procedures shall be used as indicated in Section 3.01 PRE- CONSTRUCTION SURVEY. In addition, the CONTRACTOR shall stop camera at all point repairs, sectional repairs, and reinstated laterals, and inspect entire repaired pipe section. The CONTRACTOR shall invert white foreground to black as needed in the line section with light background. B. Documentation 1. The same documentation shall be provided as indicated in Section 3.01 PRECONSTRUCTION SURVEY 3.03 LOCATION OF A LATERAL FROM RESIDENCE A. Procedure 1. Run a sonde through a roof vent to locate cleanout as well as unmarked sewer lateral. A sonde is a transmitter tied on a line and moved through a sewer or duct. A receiver on the surface follows its movement, documenting the line location. The pipe position is then marked on the ground. The sonde is pushed farther into the pipe, the receiver relocates the sonde and the pipe position is marked again. This process is repeated until the desired section of pipe is traced. It is pulled out on completion of the locate. B. Documentation 1. Above ground horizontal location of lateral shall be marked every (5)feet utilizing surveyor's paint on an asphalt or concrete surface and surveyor's flags in grass. Approximate depth of laterals at these locations shall be recorded on the TV logs. Location of buried cleanouts, or location for the purposes of installing a new cleanout shall be marked by two measured distances to permanent recoverable objects. CONTRACTOR shall furnish a schematic of these locations with sufficient detail to be able to relocate from above ground, at a later date. END OF SECTION 53 SECTION 02760, PREPARATORY CLEANING AND ROOT REMOVAL PART 1 GENERAL 1.01 Scope This Section covers the preparatory cleaning and root removal from sanitary sewer mains prior to the internal inspection of the sewer lines by closed-circuit television and rehabilitation. This section also addresses the cleaning of the receiving lift station wet well prior to the start of cleaning operations and again after all liner installations served by that lift station have been installed and trimmed out. The Contractor shall furnish all necessary materials, labor, equipment, and services required for cleaning the sanitary mains and lift stations, including the removal of roots and debris. 1.02 General Sewer Line Cleaning —The intent of sewer line cleaning is to remove dirt, grease, rocks, tuberculation, sand, and other foreign materials from the lines and restore the sewer to a minimum of 95% of the original carrying capacity. Since the success of other phases of work depends on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Contractor will not be required to clean those specific segments of the sewer line. If, in the course of normal cleaning operations, damage does result from preexisting and unforeseen conditions such as broken pipe, the Contractor will not be held responsible. However, the Contractor is required to provide flow transfer and may be directed to assist the County in the repair. Lift Station Cleaning—The purpose of cleaning the lift station wet well(s) prior to the start of line cleaning operations is to ensure the wet well is free of debris and other objects which may be dislodged by the additional flows entering the wet well(s) as a result of the cleaning and lining operations. The lift station wet wells shall be cleaned as work in the area served by the lift station is finished and prior to starting work in another area. 1.03 Hydraulic Cleaning Equipment Hydraulically Propelled Equipment—The equipment used shall be of a removable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding in the sewer. The moveable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of the grease. If sewer cleaning balls or other equipment, which cannot be collapsed, are used, special precautions to prevent flooding of the sewers and public or private property shall be taken. High-Velocity Jet (Hydro-Cleaning) Equipment — All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all line sizes designated to be cleaned. The equipment shall carry its own water tank, auxiliary engines, pumps and hydraulically driven hose reel. The wet well shall be pumped down by County personnel. The equipment used for cleaning lift station wet wells shall not damage the wet well and shall carry its own water tank, auxiliary engines, pumps, hoses, and nozzles. The vac-truck shall be used to remove any materials and debris from the wet wells. County personnel shall be present during all phases of the wet well cleaning to manage/operate the lift station pumps. All wet well cleaning operations shall be completed and the lift station returned to normal operation prior to 3:30 PM. The Contractor shall coordinate the cleaning operations with the County five (5) business days in advance. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 3.01 General The cleaning equipment shall be capable of removing dirt, grease, rocks, tuberculation, sand, and other materials and obstructions from the sewer lines and lift stations. 54 When cleaning the sanitary mains, if an entire segment of the main cannot be successfully performed from one manhole, the equipment shall be set up in the opposing manhole and cleaning attempted again. If after reversing the setup, successful cleaning cannot be performed or the equipment fails to traverse the entire length of the main segment, it will be assumed that a major blockage exists and the cleaning effort shall be abandoned. The Contractor shall document the cause of the blockage if possible. 3.02 Cleaning Precautions During the cleaning and preparation operations all necessary precautions shall be taken to protect the sanitary system from damage. During these operations, precautions shall also be taken to insure that no damage is caused to the lift station or to public or private property adjacent to, or served by, the sewer or its branches. Satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (which depend upon water pressure to provide their cleaning force) or tools which retard the flow of the sewer line are used, precautions shall be taken to insure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible, the flow of sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. If a source of water is needed, the Contractor shall obtain one or more hydrant water meter(s)from the County. A refundable deposit and service charge is required for each meter. The most current information and fee schedule may be obtained by contacting the Customer Service Department at(813)272-5977. 3.03 Material Removal All sludge, dirt, sand, rocks, grease, roots and other solid or semisolid material shall be removed trom the wet wells prior to and after the cleaning and lining operations. Additionally, all sludge, dirt, sand, rocks, grease, roots and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the segment being cleaned. Passing material from segment to segment (or into the wet wells) which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into the streets, ditches, storm drains or other sanitary sewers. 3.04 Disposal of Materials All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of by the Contractor in a legal and sanitary manner as approved by appropriate authorities, at the Contractor's cost. At the pre-construction conference, the Contractor shall identify the facility which will be accepting the materials removed from the sanitary system. The Contractor shall submit a letter to the Project Manager identifying the facility, the cost per unit, and the method for quantifying the amount disposed of(e.g.cost/ton, cost/cubic yard, etc.). The Contractor's letter shall be accompanied by a letter from the facility which will accept the materials removed from the sanitary sewers, acknowledging the material will be originating in Hillsborough County and will be removed by the Contractor under contract with the County. The facility letter shall be on company letterhead and bear the signature and title of an authorized facility representative. 3.05 Root Removal Special attention should be used during the cleaning operation to assure complete removal of roots from the joints. Any roots which could prevent the proper application of chemical sealant, or could prevent the proper seating and application of the liners shall be removed. All roots shall be captured and removed from the line segments. 3.06 Protruding Service Taps Protruding taps shall be trimmed to allow the insertion of the liner and the restoration of the full capacity of the line segment. 55 3.07 Acceptance of Cleaning Operations Acceptance of sewer line cleaning shall be made upon the successful completion of the CCTV inspection. If the CCTV inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to re-clean and re-inspect the sewer line until the cleaning is shown to be satisfactory. If the Contractor proceeds with lining a segment which is determined to be unsatisfactorily cleaned,the liner shall be removed and replaced at no additional cost to the County. In addition, for those lines which have sags or dips, to an extent that the television camera lens becomes submerged for three (3) or more feet during the television inspection, the Contractor shall pull a double squeegee and/or sponge through the line in order to remove the water from the dips or sags. Water removal through squeegees and/or sponges shall be performed until the television camera lens is no longer submerged. This requirement may be waived by the Project Manager/Inspector if the water in which the camera lens is submerged, is clear enough to allow the identification of pipe defects, cracks, holes and location of service taps. - END OF SECTION - 56 SECTION 02763 CHEMICAL GROUTING PART 1- GENERAL 1.01 SCOPE A. The work specified in the Section includes all labor, materials, accessories, equipment and tools necessary for chemical grouting, sealing, and air testing sanitary sewer pipe joints, pursuant to ASTM F2304-03. 1.02 GENERAL Chemical Root Treatment When so directed by the ENGINEER, the CONTRACTOR shall perform chemical root treatment. The CONTRACTOR shall schedule his work to perform chemical root treatment a minimum of 8 weeks prior to performing the work specified under this Section. When so directed by the ENGINEER, prior to performing chemical grouting, the CONTRACTOR shall remove roots and clean the sewer in accordance with Section 02730— Preparatory Cleaning and Root Removal. Leak Testing Sewer line joint testing shall be accomplished by applying air pressure to each sewer joint, and monitoring the pressure in the void over a one-minute period. The intent of joint testing is to identify defective joint prior to the joint sealing process and check the effectiveness of the seal. Testing cannot be performed and shall not be required on cracked, structurally unsound, or broken pipe, severely corroded or out-ofround pipe, or on visibly leaking joints. Leak Sealing Sources, or possible sources, of infiltration within the sewer system, are to be sealed to eliminate infiltration. The application of the sealing grout within the pipe shall be by means of remote-controlled equipment designed to be positioned at the specific joint or crack to be sealed and to apply the grout under sufficient pressure for the grout to pass through the opening and fill voids outside the pipe as well as the opening in the pipe wall. Control of the device and review of the results shall be by operating the closed-circuit television camera and van-mounted monitor conforming to the requirements of Section 02752 — Television Survey. The method of sealing used shall not damage the pipe or change pipe alignment, and the original cross sectional area shall not be permanently reduced or changed. 1.03 QUALIFICATIONS A. The qualifications of the Grouting CONTRACTOR shall be submitted. These Qualifications shall include detailed descriptions of the following: Name, business address and telephone number of the CONTRACTOR. Name(s)of all supervisory personnel to be directly involved with Grouting for this project. The CONTRACTOR shall sign and date the information provided and certify that to the extent of his knowledge, the information is true and accurate, and that the supervisory personnel will be directly involved with and used on this project. Substitutions of personnel and/or methods will not be allowed without written authorization of the ENGINEER. Specialty technicians shall be certified by the equipment manufacturer and/or its authorized representative. Certifications shall be submitted to the ENGINEER. The CONTRACTOR shall provide his references of previous project lists going back three (3) years including his customers' names, addresses, and telephone numbers. To be qualified, the CONTRACTOR shall have a minimum of three (3)years previous experience in grouting. PART 2- PRODUCTS 2.01 CHEMICAL JOINT SEALING MATERIALS A. Chemical joint sealing materials used on this project shall be AV-118 Duriflex, or AV-100 plus activators, initiators and inhibitors recommended by the manufacturer, Avanti International, or an approved equal. In those lines which had root removal performed, a chemical root inhibitor shall be added to the grout prior to sealing the joints. CONTRACTOR shall submit the chemical to be used for ENGINEER's approval prior to utilization. 57 PART 3- EXECUTION 3.01 LEAK TESTING EQUIPMENT The basic equipment used shall consist of a television camera, joint testing device such as a packer, and test monitoring equipment. In combinations, the equipment shall be constructed in such a way as to provide means for introducing a test medium under pressure, into the Void area created by the expanding ends of the joint testing device. The testing equipment shall also have the means for regulating the flow rate of the test medium Void area in conjunction with the means for continuously measuring the actual static pressure of the test medium at and within the Void area only. The packer device shall be constructed in such a manner as to allow some flow to pass through its center annulus. Void pressure data shall be transmitted electrically and without the use of the test medium or hoses. All test monitoring shall be above ground and in a location to allow for simultaneous continued observation of the television monitor and test monitoring equipment by the CONTRACTOR. The ENGINEER shall witness the testing operation. Sewer line joint testing shall be accomplished before and after the grouting operation by applying a positive pressure to each sewer joint and monitoring the pressure in the Void. The intent of joint testing is to identify defective joints prior to the joint sealing process and determine the effectiveness of the seal repaired. 3.02 CONTROL TEST PROCEDURES A. Prior to and during the joint testing phases of the work, the CONTRACTOR shall perform Control, Intermediate, and Final testing in accordance with the latest edition of ASTM F2304. 3.03 JOINT TESTING PROCEDURE A. Sewer line joints shall be individually tested at a test pressure equal to 1/2 psi per vertical foot of pipe depth, but in no case exceeding a pressure of 10 psi and in accordance with the following procedures: The packer or testing device shall be positioned within the line in such a manner as to straddle the joint to be tested. The packer ends or testing device ends shall be expanded so as to isolate the joint from the remainder of the line and create a Void area between the packer or testing device and the pipe joint. The ends of the testing device shall be expanded against the pipe with sufficient inflation pressure to contain the test medium within the Void without leakage past the expanded end. The test medium shall be introduced into the Void area until a pressure or flow rate equal or greater that the required test pressure is observed with the Void pressure monitoring equipment. Air Test—After the void pressure is observed to be equal to or greater than the required test pressure, the airflow shall be stopped and the air test supply line vented. The operator will observe this void pressure for a period of 15 s, if the pressure is maintained, with a pressure drop of less than 1 psi (7 kPa), then the joint will be considered as having passed the test. If the pressure shows additional decay during the time period, it will be considered as having failed and shall be sealed. Upon completion of the sealing, the joint will be retested at the established test criteria (posttest). Water Test — A liquid (water) shall be introduced into the void area until a pressure equal to or greater than the required test pressure is observed with the void pressure monitoring equipment. If the required test pressure cannot be developed (due to joint leakage),the joint will have failed the test and shall be sealed as specified. The flow rate of the test liquid shall then be regulated to a rate at which the void pressure is observed to be the required test pressure for a period of 30 seconds. A reading of the test liquid flow meter shall then be taken. If the flow rate exceeds '/ gallon per minute (due to joint leakage), the joint will have failed the test and shall be sealed as specified. 4. The test medium shall be air or liquid. 3.04 TEST RECORDS A. During the joint testing procedure, complete records shall be kept, to include the following data: Identification of the manhole section tested. Type of pipe. Diameter of pipe. Length of pipe sections between joints. Depth of pipe to surface. Test pressure used and duration of test. Statement indicating the pass/fail test results for each joint tested, Location (stationing) of each joint tested and location of any joints not tested with an explanation for not testing. B. In the case of"passing"joint, a single 58 pressure reading may be recorded. In the case of a "failing"joint requiring grout, three pressures shall be recorded: the initial "failing" pressure; the zero pressure after grout has been injected and the packer deflated; and the final pressure after the grout has been injected and the packer reinflated. 3.05 JOINT SEALING EQUIPMENT The basic equipment shall consist of a closed circuit television system, necessary chemical sealant containers, pumps, regulators, valves, hoses, etc., and joint sealing packers for the various sizes of sewer pipe. The packer shall be a cylindrical case of a size less than pipe size, with the cables at either end used to pull it through the line. The packer device shall be constructed in such a manner as to allow a restricted amount of sewage to flow at all times. Generally, the equipment shall be capable of performing the specified operations in lines where flows do not exceed the maximum line flows as specified in Section 02750- Wastewater Flow Control. When the packer is inflated,two widely spaced annular bladders shall be formed, each having an elongated shape and producing an annular void around the center portion of the packer. Before starting the work, a performance test demonstration verifying the accuracy and repeatability of the void pressure meter and fluid pumping equipment should be performed. If these test demonstrations fail to show that the readings are accurate, ± 0.5 psi (3 kPa) for void pressure repeatability, and ± 0.1 gal (0.4 L) of chemical pumped into a measured container, the CONTRACTOR shall be required to make the required repair or adjustments to the equipment and gages and retest until the results are satisfactory to the OWNER's representative. The test demonstration may be required at each work shift during the sealing operation. 3.06 JOINT SEALING PROCEDURE In the preparation and application of the sealing grout, the recommendations of the manufacturer of the grout materials shall be followed. Before joint sealing, chemical grout gel times should be measured and recorded. Gel times should also be measured and recorded. Gel times should also be measured and recorded whenever a new batch is made and at the end of the shift these gel times' measurements are a very effective and meaningful quality assurance procedure. Joint sealing shall be accomplished by forcing chemical sealing materials into or through infiltration points be a system of pumps, hoses, and sealing packers. Jetting or driving pipes from the surface that could damage or cause undermining of the pipe lines, will not be allowed. Excavating the pipe, which would disrupt traffic, undermine adjacent utilities and structures, will not be allowed. The packer shall be positioned over the area of infiltration by means of a metering device and the closed circuit television in the line. It is important that the procedure used by the CONTRACTOR for positioning the packer be accurate to avoid over- pulling the packer and thus not effectively sealing the point of infiltration. The packer sleeves shall then be expanded using precisely controlled pressures. The pneumatically expanded sleeve or elements shall seal against the inside periphery of the pipe to form a void area at eh point of infiltration, now completely isolated from the remainder of the pipe line. Into this isolated area, sealant materials shall be pumped through the hose system at controlled pressures, which are in excess of groundwater pressures. The pumping, metering, and packer device shall be integrated so that the proportions and quantities of materials can be regulated in accordance with the type and size of the leak being sealed. The grout must be injected beyond the joint interface into the soil surrounding the pipe joint. A color additive (dye) should be added to the grout so that a visual residual layer of grout rings the joint providing confirmation the packer was located over the joint and the void was filled during the sealing operation. No joint shall be considered sealed unless, while under continual pressure, an attempt is made to pump grout to "refusal" (up to '/2 gallon per inch diameter pipe size). This is to insure that sufficient chemical has been dispersed into the soil surrounding the joint and that a temporary seal has not been made by applying a minimum amount of chemical grout to the void and the joint area inside the pipe. When chemical grout cannot be pumped to "refusal" within a volume less than or equal to 1/2 gallon per inch diameter pipe size due to latent physical conditions, no additional work shall be undertaken until authorization to proceed has been given by the OWNER/OWNER's representative. Upon completing the sealing of each individual joint, the packer shall be deflated; moved at least one packer length in either direction, and then repositioned over the joint; with the void pressure meter reading zero pressure, then reinflated and tested as specified in subsection 3.03—Joint Test Procedure. Should the void pressure meter not read zero, the CONTRACTOR shall clean his equipment of residual grout material or make the necessary equipment repairs to provide for an accurate void pressure 59 reading. Joints that fail to meet the specified test criteria shall be resealed and retested until the test criteria can be met in order to receive payment. All testing shall be performed by the CONTRACTOR in the presence of the ENGINEER. It shall be the responsibility of the CONTRACTOR to completely seal every leak authorized for sealing to the extent determined by the ENGINEER. If, in the ENGINEER's opinion, it is not necessary to continue with a particular leak, the crew shall move to the next joint or leak. The CONTRACTOR shall remove any small excess sealing grout inside the sewer line. CONTRACTOR shall operate his equipment with care and shall be responsible for any damage to the sewer system or other facilities caused by his operations, and shall repair such damage at his expense and without delay as instructed by the ENGINEER. 3.07 JOINT SEALING RECORDS A. Included in the records for joint sealing shall be: The test pressure before and after sealing and the duration of the test. The volume of grout material used to seal each joint. The volume of grout placed per section. The gel set time used. The barrel test results. The grouting material used including additives and their respective quantities. 3.08 LATERAL SEALING PROCEDURE A. The following shall apply to the sealing of all reinstalled laterals after the main has been lines. The total batch shall be no more than 50 gallons. That means reducing the water in each tank by 5 gallons. This will increase the strength of the "gel" by increasing the solids to 12 percent. The"gel" time shall be 10 seconds longer than the time required by the pumps to fill the inside packer void at no time shall the "gel"time be less than 20 seconds. 3.09 TELEVISION SURVEY A. Television survey, including Preconstruction Survey, Post Construction Survey, and Warranty Survey, as indicated in Section 02752—Television Survey, is required for all grouted lines. 3.10 WARRANTY A.All chemical grouting work described herein shall be guaranteed against faulty workmanship and/or materials for a period of 3 years after the completion of the work. END OF SECTION 60 SECTION 02765 CURED-IN-PLACE PIPE LINER PART 1 - GENERAL 1.01 WORK INCLUDED It is the intent of this specification to provide for the reconstruction of pipelines and conduits by the installation of a resin-impregnated flexible tube which is formed to the original conduit by use of a hydrostatic head. The resin is cured using hot water under hydrostatic pressure within the tube. The Cured-In-Place Pipe (CIPP) will be continuous and tight fitting. The work specified in this Section includes all labor, materials, accessories,equipment and tools necessary to install and test cured-inplace pipe lining in main lines and in service laterals. 1.02 GENERAL The finished pipe in place shall be fabricated from materials which when cured will be chemically resistant to withstand internal exposure to domestic sewage. This specification references ASTM F1216 (Rehabilitation of pipelines by the inversion and curing of a resin- impregnated tube). ASTM F1743 (Rehabilitation of pipelines by pulled-in-place installation of a cured-in- place thermosetting resin pipe) and ASTM D790 (Test methods for flexural properties of unreinforced plastics)which are made a part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and these referenced documents, this specification will govern. 1.03 SUBMITTALS The CONTRACTOR shall submit manufacturer's Certificate of Compliance certifying compliance with the The CONTRACTOR shall submit certified copies of test reports of factory tests required by the applicable standards and this Section. The CONTRACTOR shall submit Manufacturer's installation instructions and procedures and insertion runs. The CONTRACTOR shall submit procedures and materials for service reinstatement including time and duration of sewer service unavailability. The CONTRACTOR shall submit liner sizing and wall thickness calculation data. 1.04 DELIVERY, STORAGE, AND HANDLING The CONTRACTOR shall be responsible for delivery, storage, and handling of products. Products shall be kept safe from damage. Damaged products shall be removed from the job site promptly. Damaged products shall be replaced with undamaged products. 1.05 PRODUCT AND INSTALLER ACCEPTABILITY Since sewer products are intended to have a 50 year design life, and in order to minimize the OWNER's risk, only proven products with substantial successful long term track records will be approved. Products seeking approval must meet all of the following criteria to be deemed commercially acceptable: For a product to be considered commercially proven, a minimum of 1,000,000 linear feet or 4,000 manhole-to- manhole line sections of successful wastewater collection system installations in the U.S must be documented to the satisfaction of the OWNER to assure commercial viability. In addition, at least 250,000 linear feet of the product shall have been in successful service within the State of Florida for a minimum of five years. For an installer to be considered as commercially proven, the installer must satisfy all insurance, financial, and bonding requirements of the OWNER, and must have had at least three (3) years active experience in the commercial installation of the product. In addition, the installer must have successfully installed at least 150,000 feet of the product in wastewater collection systems in Florida. Acceptable documentation of these minimum installations must be submitted to the OWNER. Sewer rehabilitation products submitted for approval must provide third party test results supporting the long term performance and structural strength of the product and such data shall be satisfactory to the OWNER. Test 61 samples shall be prepared so as to simulate installation methods and trauma of the product. No product will be approved without independent third party testing verification. Documentation for products and installers must be satisfactory to the OWNER and must be submitted with the bid. PART 2 - PRODUCTS 2.01 MATERIALS FOR MAIN LINES The sewn tube shall consist of one or more layers of absorbent nonwoven felt fabric and meet the requirements of ASTM F1216 or ASTM F1743, Section 5. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. The wetout tube shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. The tube shall be sewn to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. Overlapped layers of felt in longitudinal seams that cause lumps in the final product shall not be utilized. The outside layer of the tube (before wetout) shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate monitoring of resin saturation during the resin impregnation (wetout) procedure. The tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. Seams in the tube shall be stronger than the unseamed felt. The outside of the tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA. The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM F1216 and ASTM F1743, the physical properties herein, and those which are to be utilized in the Design of the CIPP for this project. The resin shall produce CIPP which will comply with the structural and chemical resistance requirements of this specification. The finished pipe liner in place shall be chemically resistant to and shall withstand internal exposure to domestic wastewater having a pH range of 5 to 11 and temperature of 1501 IF. 2.02 STRUCTURAL REQUIREMNTS The CIPP shall be designed as per ASTM F1216, Appendix X1. The CIPP design shall assume no bonding to the original pipe wall. The CONTRACTOR must have performed long-term testing for flexural creep of the CIPP pipe material installed by his company. Such testing results are to be used to determine the Long-term, time dependent flexural modulus to be utilized in the product design.This is a performance test of the materials(tube and resin)and general workmanship of the installation and curing. A percentage of the instantaneous flexural modulus value (as measured by ASTM D-790 testing) will be used in design calculations for external buckling. The percentage, or the long-term creep retention value utilized, will be verified by this testing. Values in excess of 50% will not be applied unless substantiated by qualified third party test data. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test with respect to the initial flexural modulus used in design. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occur during testing of field samples, new samples will be cut from the work. Any reoccurrence may cause rejection of the work. Cured pipe shall conform to the following initial minimum structural properties: PROPERTY TEST METHOD RESULTS 62 Flexural Stress ASTM D-790 (short 4,500 psi term) Modulus of Elasticity ASTM D-790 250,000 psi The required structural CIPP wall thickness shall be based at a minimum, on the physical properties described above and in accordance with the design equations in the appendix of ASTM F1216, and the following design parameters: Design Safety Factor 2.0 Retention Factor for Long-Term Flexural Modulus to be used in Design (as determined by Long-Term tests 50% described in paragraph 2.02 B) *Ovality 5% Groundwater Depth = Pipe Depth (above ft invert)* Soil Depth (above crown) ft. Soil Modulus 700 psi Soil Density 120 pcf Live Load Two H-20 passing trucks Design Condition Fully deteriorated *Denotes information which can be provided here or in inspection video tapes or project construction plans. Multiple line segments may require a table of values. The lining manufacturer shall submit to the OWNER for review complete design calculations for the liner, signed and sealed by a Professional ENGINEER registered in the State of Florida and certified by the manufacturer as to the compliance of his material to the values used in the calculations. A safety factor of 2 shall be applied in the design calculation. The host pipe shall be considered fully deteriorated. The liner shall be designed to withstand a live load equivalent to two H-20 passing trucks plus all pertinent dead loads, hydrostatic pressure and grout pressure (if any). For design purposes, the water table shall b considered at grade elevation. The liner shall be designed in accordance with ASTM F1216. The buckling analysis shall account for the combination of dead load, live load, hydrostatic pressure and grout pressure (if any). The liner side support shall be considered as if provided by soil pressure against the liner. The existing pipe shall not be considered as providing any structural support. Modulus of soil reaction shall be 700, corresponding to a moderate degree of compaction bedding and a fine-grained sole as shown in AWWA Manual M45, Fiberglass Pipe Design. Because of the nature of the calculations and constants utilized, the minimum liner thicknesses shall be 5 percent greater than the amount specified. As part of the design calculation submittal, the liner manufacturer shall submit a tabulation of time versus temperature. This tabulation shall show the lengths of time that exposed portions of the liner will endure without self-initiated cure or other deterioration beginning. This tabulation shall be a five degree Fahrenheit increments ranging from 70 degrees F to 100 degrees F. This manufacturer shall also submit his analysis of the progressive effects of such "pre-cure" on the insertion and cured properties of the liner. This information shall be submitted in a timely fashion prior to the preconstruction conference so that the OWNER may set procedures for dealing with such an instance caused by construction delays. The minimum liner thickness is for material with characteristics as shown. Liner shall neither be accepted nor installed until design calculations are acceptable to the OWNER. Liner shall be as manufactured by Insituform Technologies, Inc., 702 Spirit 40 Avenue, Chesterfield, MO 63005, Phone No. 800-325-1159, or approved equal. 2.03 MATERIALS FOR SERVICE LATERALS 63 I Chemical Resistance—The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. Hydraulic Capacity—Overall, the hydraulic profile shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. CIPP Field Samples—When requested by the OWNER, the CONTRACTOR shall submit test results from field installations in the USA of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 2.02 D have been achieved in previous field applications. 2.04 MATERIALS FOR SERVICE LATERALS Intent: It is the intent of this portion of this specification to provide for the reconstruction of lateral sanitary sewer pipelines with the installation of resin impregnated,flexible felt tubes. They shall be installed into the existing service using a pull rope or a push rod. Curing shall be accomplished with hot water or other methods approved by the OWNER, the curing method shall be suitable for the selected resin, such that the resin produces a hard, impermeable pipe wall. The cured-in-place pipe (CIPP) should extend throughout the service lateral in a jointless, continuous, tight-fitting, watertight pipe-within-a-pipe. Structural Requirements: The structural performance of the finished pipe must be adequate to accommodate all anticipated loads throughout its design life. No CIPP reconstruction technology will be allowed that requires bonding to the existing pipe for any part of its structural strength. Since the pipe strength is related to the uniformity and density of the pipe wall, only resin vacuum impregnation will be allowed. Resin impregnation without vacuum entraps air and creates voids which weaken the pipe wall. If reinforcing materials(fiberglass, etc.) are used, the reinforcing material must be fully encapsulated within the resin to assure that the reinforcement is not exposed, either to the inside of the pipe or at the interface of the CIPP and the existing pipe. Structural Design Methods: design methods are to be derived from traditionally accepted pipe formulae for various loading parameters and modes of failure. All equations will be modified to include ovality as a design parameter. The design method shall be submitted to the OWNER for review. Design calculations shall be signed and sealed by a Professional ENGINEER registered in the State of Florida. Continuous Structure: The lateral CIPP must bridge breaks and missing sections of the existing pipe, substantially reducing or eliminating infiltration or exfiltration. The new joint less pipe-within-a-pipe must fit tightly against the old pipe wall and consolidate all disconnected sections into a single continuous conduit. Useful Life: The lateral CIPP must have a minimum design life of fifty(50)years. The minimum design life may be documented by submitting life estimates by national and/or international authorities or specifying agencies. Otherwise, long-term testing and long-term in-service results (minimum ten (10) years) may be used, with the results extrapolated to fifty(50)years. Materials: All constituent materials will be suitable for service in the environment intended. The final product will not deteriorate, corrode or lose structural strength that will reduce the projected product life. Physical Strength: The design for the lateral CIPP wall thickness will be based on the following strengths as shown herein, unless otherwise submitted and approved by the OWNER. PROPERTY TEST METHOD RESULTS Flexural Stress Modified ASTM D-790 4,500 psi Modulus of Elasticity Modified ASTM D-790 250,000—500,000 psi H. Service lateral liner shall be neither accepted nor installed until design calculations are acceptable to the OWNER. Liner shall be as manufactured by Insituform of North America, Inc., or approved equal. PART 3- EXECUTION 3.01 GENERAL 64 All activities shall be performed in accordance with the manufacturer's recommendations and regulations established by OSHA. Particular attention shall be drawn to those safety requirements involving working with scaffolding and entering confined spaces. The Contractor shall provide traffic control in accordance with the requirements of Section 01570 - Traffic Regulations and Maintenance of Traffic It is the Contractors responsibility to notify in writing any property OWNER having a sewer service connection on the sewer being relined that such work is being performed. Notification shall be done 48 hours prior to performing relining work. The Contractor shall be solely responsible for any damage to private service lines or backups caused by relining operations. The Contractor shall defend, indemnify, and hold harmless the OWNER and employees, the Engineer, and the OWNERs consultants from and against any and all claims, suits, actions, damaged loss, liability, or costs of any nature or description (including, without limitation, reasonable attorney's fees) arising from, or in any way attributable to or connected with the Work performed by the Contractor. 3.02 PREPARATION The Contractor shall clean and inspect the existing sewer in conformance with Section 02751 - Preparatory Cleaning and Root Removal. The Contractor shall perform point repairs as directed by the OWNER,for the sewer section scheduled for relining. If during pre-television inspection, the Contractor identifies sections requiring point repairs but not identified on the Plans, he shall request OWNER's approval prior to performing those point repairs. The Contractor shall provide for the diversion of wastewater entering or passing through the pipe in conformance with Section 02600-Wastewater Flow Control. Conditions that may prevent proper installation shall be noted and brought to the attention of the OWNER, and as directed by the OWNER corrected by the Contractor. All service connections shall be noted and brought to the attention of the OWNER. The Contractor shall notify the local fire department and utility company to obtain approval and a water meter, if required, before using fire hydrants. The Contractor shall designate a location where the reconstruction tube shall be vacuum impregnated prior to installation. The Contractor shall allow the OWNER to inspect the materials and "wet out" procedure. A catalyst system compatible with the resin and reconstruction tube shall be used. Sufficient excess resin will be provided to ensure a mechanical bond with the host pipe after curing. 3.03 LINER INSTALLLATION FOR MAIN LINES The Contractor shall install the pipe line in accordance with the manufacturer's specifications and as approved by the OWNER. The wet out reconstruction tube shall be inserted through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend it to the next designated manhole or termination point. The reconstruction tube shall be inserted into the vertical inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the reconstruction tube shall be turned inside out and attached to the standpipe so that a leak-proof seal is created. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall, produce dimples at service lateral connections, and flared ends at the manholes. The use of a lubricant is recommended. Care shall be taken during the elevated curing temperature so as not to overstress the felt fiber. Care shall be taken to facilitate any resin spillage cleanup in the work area. After inversion is completed, the Contractor shall supply suitable heat and water recirculation equipment. The equipment shall be capable of delivering hot water throughout the section by means of pre-strung hose to uniformly raise the water temperature above the temperature required to affect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed, as required by the manufacturer. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated reconstruction tube and the pipe invert at the remote manhole to determine the temperatures during the cure period as recommended by the resin manufacturer. 65 Initial cure shall be deemed to be completed when inspection of the exposed portions of cured pipe appears to be hard and competent and the remote temperature sensor indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the cured-inplace inversion process, during which time the recirculation of water and cycling of the heat exchange to maintain the temperature continues. The Contractor shall cool the hardened pipe to a temperature below 1001 IF before relieving the static head in the inversion standpipe. Cool-down may be accomplished by the introduction of cold water into the inversion standpipe to replace water being drained from a small hole made in the downstream end. Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed pipe. The discharge water temperature shall not exceed the level allowed by state or local standards. The finished pipe shall be continuous over the entire length of an inversion run and be as free as commercially practical from visual defects, such as foreign inclusions, dry spots, pinholes, and delamination. It shall also meet the leakage requirements or pressure test specified below. If the liner fails to make a tight seal due to a broken or misaligned pipe, at the manhole wall, or any other reason the Contractor shall apply a seal at that point. The seal shall be of a resin mixture compatible with the pipe. 3.04 SEALING PIPE IN MANHOLE A. If the installed pipe fails to make a tight seal in the manhole, the Contractor shall apply a sealant at that point by pressure injection or other means to ensure a watertight seal. The sealant shall be of a resin mixture compatible with that used in the inversion process. The repair shall be rechecked after 48 hours to ensure that the seal is holding. If the seal does not hold, the Contractor shall continue to work until a seal is made and there are no leaks. The Contractor shall seal the pipe in the manhole at no additional cost to the OWNER. 3.05 REINSTATEMENT OF SERVICE LATERALS After the pipe has been cured-in-place, the Contractor snail reinstate the existing service connections. This shall be done from the interior of the pipe without excavation of the pavement areas and in the case of no manentry pipes, from the interior of the pipe by means of a 360. 1 television camera and cutting device that reestablishes at least 95 and no more than 100% of the flow capacity of the service connection. The Contractor shall brush smooth all internal cuts to facilitate service lateral rehabilitation. Only personnel experienced in the operation of cutting devices used for reinstatement of service laterals shall be allowed to operate such equipment. The OWNER reserves the right to require reinstatement of service connections by excavation when a remote cut damages the pipe. 3.06 LINER INSTALLATION FOR SERVICE LATERALS Site Disruption:The lateral CIPP usually require an access point to be established at the reconstruction termination point remote form the mainline pipe. The authorization for the access point a required location and excavation shall be obtained and performed by the OWNER of the system.The OWNER may install a clean- out, if required. The clean-out will be constructed of a polyvinyl chloride fitting or its equivalent with a riser pipe of equal diameter to the service pipe. The riser will be extended to the existing grade elevation and capped. Internal Mainline Connection: The lateral CIPP shall be installed to affect a bond with the mainline invert-and-cure pipe to substantially reduce or eliminate the infiltration into the mainline pipe. The mainline pipe opening shall be prepared to accept the lateral CIPP. The lateral CIPP will protrude into the mainline pipe and form a seal with inside surface of the mainline invert-and-cure pipe surface. The bonding area of the lateral CIPP and the mainline invert-and-cure pipe shall be maximized to obtain the best possible bond. The protrusion shall not inhibit the closed circuit television post video inspection of the mainline or service lateral pipes. Flow requirements: The lateral CIPP will provide at least 100 percent of the flow capacity of the host pipe before reconstruction. In lieu of actual measurements, calculated capacities may be derived using commonly accepted equations and values of the Manning flow coefficients (designated "n" coefficients). The original pipe material and condition at the time of reconstruction will determine the Manning coefficient used in the host pipe. A Manning coefficient of 0.009 for a jointless, relatively smooth-wall cured-in-place pipe will be used for the lateral CIPP flow calculation. 66 Inspection: The materials and processes must be reasonably available for pre-installation, installation ano post- installation inspections. Areas which require inspection include, but are not limited to, the following: Product materials should exhibit sufficient transparency to visually verify the quality of resin impregnation. Temperature sensing devices, such as thermocouples, shall be located between the existing pipe and the lateral CIPP to ensure the quality of the cure of the wall laminate. Time of construction: Construction schedules will be submitted and approved by OWNER. At no time shall any service lateral remain inoperative for more than an eight hour period. Any service that will be out of service for more than eight hours will be temporarily by-passed into a mainline sanitary sewer. This will be done at the CONTRACTOR's expense. 3.07 INSPECTION A. After the completion of the lining process and reinstatement of appropriate service connections, the installation shall be television inspected in accordance with Section 02752 —Television Survey. All service entrances shall be accounted for. No infiltration shall be apparent. The finished pipe shall be continuous over the length of the installation and be free of dry spots, lifts, and delaminations. If the pipe is not acceptable to the OWNER, remedies shall be accomplished at the Contractor's expense and to the OWNER's satisfaction. 3.08 TESTING After the installation procedures have been performed and prior to reinstatement of service connections, the Contractor shall perform a hydrostatic test on the sewer line to determine if it is watertight. The test shall be performed using the existing hydrostatic head provided by the inversion standpipe. The test time shall be 5 minutes during which time no makeup water shall be added to the standpipe. If at the end of the test period no significant water loss is observed in the standpipe, the water tightness of the cured-in-place pipe shall be considered satisfactory. For installation, two liner samples shall be required: A section of cured pipe cut from the installation at an intermediate or terminal manhole and which has been inserted through a like diameter pipe held in place by a suitable heat sink(such as sandbags); and a sample fabricated from material taken from the tube and the resin/catalyst system used and cured in a clamped `plate' mold placed in the downtube. Each sample shall be large enough to provide a minimum of three specimens. The initial tangent flexural modulus of elasticity and flexural stress shall be measured in accordance with ASTM D- 790 and shall meet the requirements of this section. Pipe failing to meet these requirements is subject to rejection and replacement at the Contractor's expense. Upon acceptance of the installation work and testing, the Contractor shall reinstate service laterals in the project area affected by his operations. After the work is complete, the Contractor shall provide the OWNER with a videotape showing the after installation, including a full circumferential view of the reinstated service lateral connections. 3.09 CLEANUP A.After the installation work has been completed and all testing acceptable, the Contractor shall clean up the entire Project area. All excess material and debris not incorporated into the permanent installation shall be disposed of by the Contractor. The work area shall be left in a condition equal to or better than prior condition. Disturbed grassed areas shall be seeded or sod placed as directed by the OWNER at no additional cost to the OWNER. Refer to Section 02924 —Site Restoration. 3.10 WARRANTY A. All liner installation will be warranted to be free from defects in materials and workmanship for a period of five (5) years from the date of rehabilitation. Should a defect occur during this five (5) year period that is attributable to the liner installation or materials, then this defect shall be repaired at no additional cost to the OWNER. END OF SECTION 67 tOk:-,:n B r e a k i n g May 20, 2009 N e w PRE-BID SUBMITTAL INFORMATION RE: ASTM F2561:Rehabilitation of a Sewer Service Lateral and Its Connection to the Main Using a One Piece Main and Lateral Cured-in-Place Liner G r o u n d To Whom It May Concern: Please accept this letter as the Manufacturer's Certification that the Manufacturing of, Design criteria and the Installation Practices of the 1- Liner® system by LMK Enterprises, Inc. produces a finished product that W i t tt o u t meets or exceeds the most current version of the ASTM F2561 standard. If you require any further information please contact me at the office. B r e d k i n g Certified by: 2 S-2o-09 Rick Gage Date National Sales Director LMK Enterprises, Inc. Any Ground . LMK ENTERPRISES, INC. 1779 Chessie lane • Ottawa,It 61350 • (815)433.1275 • 1$1181 433-1275 • Fax:(8151433-0107 • e-mail:IINERbyLMK@AOLcom wtrw.pertornaacelineceam ``s P " +> aask t / . •F� �• � R .�?.? s. ...�.Ir6a ')R .:�J.RxSy II TECHNOLOGIES January 4,2014 Manatee County Government Purchasing Department 1112 Manatee Avenue West Bradeuton,FL 34205 RE: Bidders Certification Requirement For LMK Pipe Renewal LLC Located at 1131 NW 55o,Street,Fort Lauderdale,FL 33309 Gentlemen: Please accept this letter as the Manufacturers Certification that LMK Pipe Renewal in an approved applicator of the lateral lining materials for T-Liner meeting the ASTM F 2561-11 standard. LMK Pipe Renewal has been licensed for over seven years. Additionally the company has installed over 4,000 T-Liners® with Insignia" Seals in the south Florida area. They have the equipment,expertise and manpower required for these types of repairs. The T-Liner product is compliant with ASTM F2561.There are two Licensees located in the state of Florida; LMK Pipe Renewal located in Fort Lauderdale, they service the central Florida area south to the Florida Keys. The other installer located in Florida is SBP Plumbing working in the Pensacola area. If I can be of any further assistance please do not hesitate to contact me directly at 815.482.2227 Sincerely, r/c - Larry Kiest,Jr. President/Founder LMK Technologies,LLC PHONE: 815.933.1275 FAX: 815/133.0107 WEB: LMKTECJ-INOLOGIES.COM I.MK TECI INOLOGI FS, LLC, 1779 CHESSIE LANE, OTTAWA. IL 61350-9687 I 1.4..::,.. I'l -?. K TECHNOLOGIES N E 1N December 20,2012 Mr.John Rinehart G Ro u N D LMK Pipe Renewal 1131 NW 55th St. Ft. Lauderdale, FL 33309 Dear John, 4. ,4:h.,; LMK Technologies is the direct manufacturer of the ASTM F2561 compliant l'' 1;":''1 _ technology. LMK has many licensed installers of this technology and with their help ' ' • . there are over 40,000 successful installations in the ground from 1997 to present. If tr: you need any further assistance,please do not hesitate to contact me. Respectfully, Rick Gage Vice President ? 'HHOUi ii RI :\ I\ I .\( ; AN). (_, ROI. i N! I). LMK TECHNOLOGIES 1779 CHLSSIIl LANE 01TAWA. H. 61350 I'HON[: 815.433.1275 FAX: 815.433.0107 I.M K1 I:C 11 NQ I.OG I t:S.COM HOME OF THE PERFORMANCE LINER® 1 I t.• •4•4; � ;....•• • 4,, TECHNOLOGIES SUPER KNIT' SKV2 CI PP LINER This material is excellent for small diameter lines. Super Knit requires extremely low inversion pressure required to negotiate bends and pipe diameter transitions. Liner is ideal for lining through a cleanout. MATERIAL: High-Pile Polyester Knit coated on one side with a 2 mil coating. CONSTRUCTION: Tube is butt stitched and has a taped seam. PIPE SIZES AND MINIMUM AVERAGE WALL THICKNESS" 3 INCII/4 OMM 4 INCIIi 4 SMM 5 INC11/4.5 MM 6 INCII/-I.SMM 8 INCII/$MM 'USING A MANUAL SWT-OUT ROII.FR WITH 8MM CALIBRATION SI'ACFR RINGS I + CIRCUMFERENCE STRETCH: Up to 15% LONGITUDINAL STRETCH:Typically 2%when using a liner/bladder assembly COMPATIBLE RESIN AND CATALYST SYSTEMS: -LMK 656MV or 656EN ISO Polyester Ambient or Steam Cure Systems - LMK VOC Free Vinyl-Ester Ambient or Steam Cure System -LMK 8190 VE (Vinyl Ester)Ambient or Steam Cure System -LMK 100%Steam Cure Epoxy System TYPICAL RESIN CONSUMPTION BASED ON POLYESTER(MAY VARY BASED ON RESIN TYPE) DIAMETER POUNDS/FOOT 3-INCH .91 LBS/FT 4-INCH 1.24 LBS/FT 5-INCH 1.57 LB5/FT 6-INCH 1.90 LB$/FT 8-INCH 2.55 LBS/FT LMK TFCHNOLOGIFS, LLC i779 C1USSIT LAN'.OTTAWA. it 61350 P:815.433.1275 fnx:815.433.0107 SV1h'SV.LMKTFCHNOLOGIFS COM gins\'333:11,14 114 4-287) • An Amencan ih&*at Stan da,d ARD0) Designation: F2561 —11 •LIII Willi Standard Practice for Rehabilitation of a Sewer Service Lateral and Its Connection to the Main Using a One Piece Main and Lateral Cured-in- Place Liner'' 2 This standard is issued under the fixed desigmilon F2561:the number immediately fulknving the designation indicates the year of original adoption tr,in the case of revision,d+:year of lar revision.A numher in pnenUuses indicates do year of last reapproval.A superxript epsilon(e)indicates an editorial change since the Ian revision of tcapprtual. 1. Scope 2. Referenced Documents 1.1 This practice covers requirements and test methods for 2.1 ASTM Standards:3 the icconshuctiou of a scwcr service lateral pipe having an D61S Practice for Conditioning Plastics for Testing inner diameter of 3 to 12 in.and its connection to the main pipe D790 Test Methods for Flexural Properties of Uureinlinced having an inner diameter of 6 to 24 in.without excavation.The and Reinforced Plastics and Electrical insulating Materials lateral pipe is accessed remotely from the main pipe and from D1600 Terminology for Abbreviated Terms Relating to • a lateral cicauout.This will be accomplished by the installation Plastics of a resin impregnated one-piece main and lateral cured 1)368I Test hlethnsd for Chemical Resistance of "Fiber- in-place lining (MLCiPL) by means of air or water inflation glass' (Glass-Fiber-Reinforced Thermosetting-Resin) and inversion.The MLCIPL is pressed against the host pipe by Pipe in a Deflected Condition pressurizing a bladder and is held in place until the thermoset U5Sl3 Specification for Cured-In-Place Thermosetting resins have cured. When cured, the MLCIPi, shall be a Resin Sewer Piping Systems continuous, one piece, tight fitting, corrosion resistant lining F41? Terminology Relating to Plastic Piping Systems extending over a predetermined length of the lateral pipe and F1216 Practice for Rehabilitation of Existing Pipelines and the adjacent section of the main pipe providing a verifiable Conduits by the inversion and Curing of a Resin- non-leaking structural connection and seal. Impregnated Tube L2 The values stated in inch-pound units arc to be regarded 2.2 NASSCO Guidelines:1 us standard.The values given in parentheses are mathematical Recommended Specifications nut Sewer Collection System conversions to SI units that arc provided for information only Rehabilitation and arc not considered standard. 1.3 There is no similar or equivalent ISO Standard. 3. Terminology 1.4 This standard does not purport to address all of the 3.1 Definitions—Unless otherwise indicated,definitions are safety concerns, if any. associated with its ase. It is the in accordance with Terminology F412,and abbreviations are in responsibility of the user of this standard to establish appro- accordance with Terminology I)1600. prime safety and health practices and determine the applied- 3.2 Definitions of Trims Specific to This Standard: hiluy of regulatory limitations prior to use.Particular attention 3.2.1 access point—an existing manhole at either the tip- is drmrn to those safety regulations and requirements involving stream or downstream end of a sewer main or a cleanout entering into and working in confined spaces. located on the lateral pipe. 3.2.2 bladder—a transparent flexible plastic hose that when pressurized, causes the main sheet to be pressed against the 'This practice is under the juthdiction of ASTM Committee F17 on Plastic main pipe walls and the lateral tube to invert up into the sewer Piping Syswuns and is Mc direct rsponsiMity of Subcommittee rI7 ft7 nn service lateral. The bladder joined with the textile lining Trenetdess Plastic Pipeline Technology. Cmre+n edition approved Dee. I.2011.Published December 2011.Originally creates a liner/bladder assembly. approved in 2006.last precious edition approved in 02S61-O6.DOI: to IS20/ 3.2.3 inversion—the process of turning rl resin-impregnated F2561.11. tube inside out by the use of air or water pressure. a The rehabilitation of a seer,unite lateral and it.connalinn to She main using a one-piae malts and lateral ewed•tn-place liner is covered by patents (1.1s1K Enterprises.Inc. 1779 Chcssie Lane,Otuwa,11.61350).Interested ponies we a Trot referenced ASTM standards,visit the ASTM website,ewv.assm erg,or invited to abmit information stgarding the Identification of acceptable alternatives contact ASTM Customer Service at scniee@aum.org.For Annual Boot of ASTM In di:patented item in Isle Committee on Starndards,ASTAI Itradquarten,100 mart Sandnntr wlm+te inlnmution,refer to the standard's i).xurntm Summary pap on Harbor Drive.Nest Conshohocken,PA 19125.2959.Your esnumcnls will rcccise the ASTM website. catcfultonsidcrationalametingofth;responsiblere:hnlealconmtitteewhichnay a NASSCO,Inc. 11521 Ctanridge Drive,Suite I,Onings Mills,AID 21117. 1 attend. w,w nasno.srg Ccp/rla'a 0 AST/.I Internalb,al.100 aa,,Matt.Dive,PO Ito,C700,west Cor.ssd,xk.n.PA 1908?959.Ues.;d Slates ' I 4 1 i F2561 —11 3.2.4 !n►urcher—combination of a rigid elongated tube and membrane(translucent bladder)that will contain the resin and lay-flat hose apparatus where the main bladder is attached and facilitate vacuum impregnation and monitoring of the resin the main sheet is wrapped around the exterior of the rigid saturation during the resin impregnation(wet-out)procedute. portion.The lateral bladder and lateral liner is drawn inside the 5.1.3 The main sheet and lateral tube shall be a one-piece hose. The launcher is positioned within the main pipe; air assembly formed as a TEE or WYE shaped fitting. Nu pressure is introduced into the hose causing inflation of the intermediate or encapsulated clastomeric layers shall be in the main bladder/sheet and inversion of the lateral bladder tube. textile that may cause delamination in the cured in place pipe. 3.2.5 lift—a portion of the MLCIPL that has cured in a The main sheet will be flat with one end overlapping the position such that it has pulled away from the existing pipe second end and sized accordingly to create a circular lining wall. equal to the inner diameter of the main pipe.The lateral tube 3.2.6 main and lateral cured in place lining(11MLC1PL)—a will be continuous in length and the wall thickness shall be textile including plastic coating impregnated by a thermoset- uniform. The lateral lube shall include a hydrophilic O-ring ting resin.This pipe is formed within n portion of the existing attached to the interior surface at the tail cud of the rube.The main pipe and the lateral pipe.Therefore,it takes the shape of lateral tube will be capable of conforming to offset joints,bells, an existing TEE or WYE lining and fits tightly to the existing and disfigured pipe sections. pipes. 5.2 Resin: 3.2.7 resin—polyester, vinyl ester, epoxy or silicate resin 5.2.1 The resin/liner system shall confomt to Test Method systems being ambient,steam,or hot water cured. 03681, 10 000-h test. 3.2.8 resin sl►rg---excess resin at the upper most end of a 5.2.2 The resin shall be a corrosion resistant polyester,vinyl lateral lining. ester, epoxy or silicate resin and catalyst system that when 3.2.9 sewer service late al—a pipe servicing a building or a properly cured within the composite pipe assembly,Meets the side service. requirements of Practice 1'1216,the physical properties herein, 3.2.10 sheet—a flat textile sheet that is formed into a 16 and those,which arc to be utilized in the design of the MLCIPL inches long tube within the main pipe.The sheet is connected for this project. to the lateral tube forming a one-piece TEE or WYE shaped 5.2.3 The resin shall produce a MLCIPL,which will comply • fitting. with the structural and chemical resistance requirements of 3.2.11 transition—the change in pipe diameter commonly Practice P1216. found in lateral pipes. 6. Design Considerations 4. Significance and Use 6.1 The MLCIPL shall be designed in accordance with 4.1 This practice is for use by designers and specifiers, Practice F1216,Appendix X 1 in respect to the lateral and main regulatory agencies,owners,and inspection organizations who line tubes. It' the mainline pipe has been renewed with a arc involved in the rehabilitation of sewer service laterals and structural lining from manhole to manhole, then the mainline its connection to the main through the use of a resin• portion of the MLCIPL is designed only for hydrostatic impregnated tube installed within nn existing sewer lateral.As buckling. for any practice,modifications may be required for specific job 6.1.1 The design for the main and lateral tube shall assume conditions. no bonding to the original pipe. 5. Materials 7. Installation Recommendations 5.1 Trtbe and Sheet 7.1 Access Safely—Prior to entering access areas such as 5.1.1 The main sheet and tube shall consist of one or more manholes or an excavation pit, performing inspection or layers of absorbent textile i.e. needle punched felt or circular cleaning operations,an evaluation of the atmosphere to deter- knit that meet the requirements of Practice Fh216 and Sped- mine the presence of toxic or flammable vapors or lack of fication U5813,Sections 6 and 8.The train sheet and tube shall oxygen shall he undertaken in accordance with local,state,or be constructed to withstand installation pressures, have sufli- federal safely regulations. dent strength to bridge missing pipe segments,mind flexibility 7.1.1 Cleaning and Pre-inspection and Post Inspection.its to tit irregular pipe sections.The volume of resin used should per NASSCO(National Association of Sewer Service Compa- be sufficient to fill all voids in the tube material at nominal hies)Guidelines. thickness and diameter.The wet-out main sheet and tube shall 7.1.2 Accessing the Lateral—A clean-out must be located have a uniform thickness and excess resin distribution that outside of the building and upstream at the upper end of the when compressed at installation pressures will meet or exceed finished lateral lining.in order to access both the upstream and the design thickness atter cure. downstream sides of the lateral pipe, it is recommended that 5.1.2 The outside layer of the tube (before inversion) and the cleanout is TEE shaped where the lateral and riser pipe join. the interior of the main sheet(before inflation)shall be coated 7.1.3 Plugging—The upstream side of the cleanout shall he with an impermeable,translucent flexible membrane.The main plugged during insertion and curing of the MLCIPL,assembly sheet before insertion shall be permanently marked as a intend ensuring no flows enter the pipe and no air,steam or odors will identification correlating to the address of the building the enter the building.When required,the main pipe flows will be lateral pipe services. The main sheet and tube shall be by-passed. The pumping system will be sufficiently sized for surrounded by a second impermeable, flexible translucent normal to peak flow conditions. The upstream manhole is `igite F2561 —11 monitored at all times and an emergency deflate system will be or hot water throughout the MI.CIPi.to uniformly raise the incorporated so that the plugs may be removed at any time temperature above the temperature required to cure the resin. without requiring confined space entry. The curing of the MLCIPL,must take into account the existing 7.1.4 Lrspeclion of Pipelines—The interior of the pipeline pipe material, enc resin system. and ground conditions (tem- shall be carefully inspected to determine the location of any peraunrc,moisture level,and themnal conductivity of the soil). condition that shall prevent proper installation,such as roots, When using a heal source,temperatures shall be monitored and and collapsed or crushed pipe.These conditions shall be noted logged at the upstream,end of the lateral lining during the cure so that they can be corrected before installation of the and cool down cycles.The manufacturer's recommended cure MLC1PL. Experienced personnel trained in locating breaks, schedule shall he submitted. obstacles,and service connections by closed circuit television 7.6 MLCIPL Processing--Curing shall be done without shall perform inspection of pipelines. pressure interruption with air or a mixture of air and steam for 7.1.5 Line Obsiracrions--The existing service lateral shall the proper duration of time per the resin manufacturer's be clear of obstructions that prevent the proper insertion and recommendations. When the heat source is removed and the expansion of the lining system. Changes in pipe size shall be temperature on both ends of the MLCIPL. reaches 100'F or b sizing the lateral tube according to the pipe less,the proecsing shall be finished. atcmwnodated, y g diameter and condition.Obstnhctions may include dropped or 8. Finish offset joints of no more than 20%of inside pipe diameter. 8.1 The finished MLCIPL shall he continuous over the 7.2 Resin lnrpregnarioa—The lateral tube and main sheet entire length of the rehabilitated sewer service lateral and 16 in. encapsulated within the translucent bladder(lincrlbladder as- of the main pipe (5 in.on either side of a 6-iii. lateral or 6 in. stmbly) shall be vacuum-impregnated with resin (wet out} on either side of a 4-in.lateral connection).The MLCIPL shall under controlled conditions.The volume of resin used shall be provide a smooth bore interior.Thc MLCIPL shall be free of sufficient to fill all voids in the textile lining material at dry spots, lifts,and delamination.Thc MLCIPL shall taper at nominal thickness and diameter.The volume shall be adjusted each end so as to accept video equipment and maintain a proper by adding 5 to IQ% excess resin for lime change in resin flaw.After the work is completed,the installer will provide the volume due to polymerization and to allow for any migration owner with video footage as per NASSCO guidelines docu• of resin into the cracks and joints in the original pipe.No dry rimming the overall integrity of the ML-C1Pt.and the visual or unsaturated arca in the main sheet or lateral tube shall he lateral identification address markings as completed work.The acceptable upon visual inspection. finished product must provide an ainightl water-light verifiable 7.3 MLCIPL Insertion—The lateral tube and inversion blad- non-leaking connection between the amain sewer and sewer der will be inserted into the carrying device.The main bladder service laterad. is connected to the launching device by an airtight clamping system.The main sheet is wrapped around the "T"launching 9. Recommended Inspection Practices device and held firmly by four (4) hydrophilic u-rings. A 9.1 Sampling—As designated by the purchaser in the pm- two-part 100% solid epoxy Shall be applied as a two-inch chase agreement, the preparation of a MLCIPL sample is (2-in.)wide band in a volume of 300 ml to the main sheet/ required.The sample shall be prepared by securing a flat plate lateral tube interface. Both die launching and calr in devicesystem g calving mold using the textile tube material and resin s us used arc pulled into the pipe using a cable winch. The pull is for the rehabilitated lateral and lateral to main line correction. complete when the main sheet/lateral tube interface is aligned 9.1.1 The pressure applied on the plate sample will be equal with the service connection within the main pipe.The lateral in the highest sustained pressure exerted on die textile lining tube is completely protected during the pull.The main sheet is during the cure process at any location. supported upon the rigid"T" launcher that is elevated above 9.1.2 The minimum length of the sample must be able to the pipe invert by means of a rotating skid system. The produce at least five specimens for testing in accordance with MLCIPL assembly shall not be contaminated or diluted by Test Method 1)790. exposure to dirt,debris,or water during the pull. 9.2 Conditioning—Condition the test specimens at 73.4 ± 7.4 The bladder is inflated causing the tubular main sheet to 3.6°F(23 ± 2°C)and 50 ±5%relative humidity for not less be unfolded and the hydrophilic o-rings expanded as both arc than 40 h prior to test in accordance with Pawnee 1)618, for pressed against the main pipe. The lateral tube is inverted those tests where conditioning is required. through the center of the tubular shaped main sheet up into the 9.3 Shori-Term Flexural Properties—Thc flexural strength existing lateral pipe by the action of the lateral bladder as die and flexural modulus of the MLCIPL shall be determined in tube is fully extended to the designated termination point.The accordance with Test Method D790.The values shall meet the main and lateral bladders shall extend past the termination minimus,requirements of Table I or the values used in design, points of the main sheet and the tube causing ends to remain open whereby no crating for reinstatement is required. TABLE 1 MLCIPL millet Physical Properties 7.5 Curing—After insertion is complete, pressure is main- Minimum Value rained pressing the MLCIPLfirnily against the inner pipe wall. PfOP°m' TSI psi pAPe) The MLCIPL is chemically cured at ambient temperatu+es or Flexural strength 0790 4500 (31) by a suitable heat source. The heating equipment shall he Flexuranuedutus 0790 250 000 (1724) capable of delivering and circulating a mixture of steam and air ' F2561 -11 whichever arc higher. test should take place atter the MLCIPL has cooled down to 9.4 A!!-CIP!, Wall Thickness—The average wall thickness ambient temperature. This lest is limited to pipe lengths with for the lateral section shall meet the thickness determined by no service connections.The test pressure shall be 4 psi for a the design or as otlienvise specified.The average wall thick- 3-min test time and during this time the pressure shall not drop • ness for the main line section shall meet the thickness below 3.5 psi. determined by the design or as otherwise specified. The average thickness shall he determined in nccordancc with 10. Keywords Specification 1)5813.The minimum wall thickness at any one point,as determined in accoulance with Specification 1)5813, 10.1 ambient cure;continuous;cured-in-place pipe;epoxy; • shall not be less than 87.5'k of the thickness required by felt;flange shaped gasket;hydrophilic neoprene rubber;hydro- design or otherwise specified. philic 0-rings; inflation; inversion;knit;lateral identification; 9.5 Gravity Pipe Leakage 7csiing—I1 required by the owner lateral pipe; lateral tube; launcher; liner/hladder assembly; in the contract documents or purchase order, gravity pipes main pipe; main sheet; main to lateral connection; MLCIPL; should be tested using an air test method where a test plug is one-piece; resin; sewer lateral lines; sheet;steam cure;TEE; placed adjacent to the upstream and downstream ends of the textile sheet;textile tube;transition;translucent bladder;tube; main sheet and at the upper most end of the lateral tube.This vacuum impregnate;WYE ASTIR International takes no position respecting the validity of any patent rights asserted In connection with any item mentioned in this standard.users of this standard are express y advised that determination of the valid y of any such patent rights,and the risk of infringement of such rights,am entireyTheir own responsibfiity This standard a subject to revision at any tine by the responsible technical commerce and must be reviewed every fna years and it not revised either reapproved or withdrawn.Your comments are;mined either for re vis ton of this standard or for addtionalstardards and should be addressed to ASTM!Narrational Headquarters.Your comments KO receive careful consideration at a meeting of the responsible technical committee,nhich you may attend.If you feel that your comments have not received a lair hearing you should make your views known to the ASTM Committee on Standards.at the address shown below This standard Is copyrighted by ASTM Info:nations r,100 Barr Harbor Drive,PO Box C700,West Conshohocken,PA 19428.2959, LiMed Stales.IndMdual reprints(single or multiple copies)of this standard nay be obtained by contacting ASTM at the above address or at 610.832.9585 (phone). 610-832-9555 (lax), or sensu0astm.crg (email); or through the ASTM websie (wsswastm.org) Permission rights to photocopy the standard may also be secured bran the ASTM website psvnvastm erg/ COPYR/OHT,) LINK Pipe Renewal LLC darn Pip.R...e. nrsbMdTi..rrrn+Jn.rn.•twat,:,all dra,w..awr.s. Installation History Customer Reference List i /4'; ///41.94?",- 1 i< I owrr lan * ni , ' Ni. nd.44rejCW « ono . !. 401 Conn. _ _ 1---_ L i I Cou+ywiM.n.year 4anaan far i R/ae 0740 ua.M on! 1 ' w M FL otet Panananoon N Saar~Sewer M.r4DNA Canty Nan 11.4444 051.174066 N 114i 1 1 44(46 54447 LNo4$ Ii 2 , w n FL 11444 6m kr Man..01Ra.C.0140011101 CO,.4Ik r Con. 95451/4026 i John Om j 44ai010 I 17«40 1 4roae 3 11 w'PO VA Mei 'Flank Jo70Mlm.) _Mriwr70N 0. NNW 10141041 t_ - 4 144 _ J.�N 1704(0 1 4 w .« FL I nm. w N1111 Moe N M.OW MN404 Canna 4144724129 Min Cannon 1444614194244 2 13 -_ 04An47 I '3 14 FL ': p1 ' Mysset 0a.raooe.M W.Min NW (/54)174 W Gla444 066 0an 4614442 - 2 W1 -_ 0444 1443.47 4 M 1131,FL Won ITrwry Sew Rpws 'NWA.1M1d(lead NOS 14.11 303733117 -LNM yONO /644114/21 1 144 --__-_.-4. __ )34407 I M rF07 7 w FS, al IM FL /MG Manors•Myn0d. Minns ICAO N Phan Ma , D104.4 954414.7315 6Wn Cannon OS954.561.0042Nov 2 46 1200 -47 10wN ..-. w4 111 ._ 9 w 414, FL 474m Corr*rip Can 4pM4. 71I_OFA Maw /644/64111 LWe ren OS4401.ON2 1 40 _ 00147~W.46 4 Pr 4V01 FL Wer 1401444 Lams UNy 04 Owen1.II J J4011ran_ 3034221101 Man Nae..P.E.J 14174066 16 -- o Pp47 1 Des.07 10 I w M FL We Wan Neal Repko NOINN*MN PalmM.1, 304733.117 JNINrons4411 3174174447 07- �. _.T �' 7 u .ea%1 FL 444 310497 t1.00.41 Ni41n board C. 4yR.3rwd. 44.W. (964)047416 Mid Cannan 91401447 a -`-i` ' 1 0047 1 F.401 12 w 44 FL m Lara R.n.LUMw 337 MIR 4414.4$004 FIN 14417•11 1 064473471 1 I 247 Pp-17 3 w 444 Fl W.. 44la164011011..4414 F .•164011011. - 0•..441.Pews Den P141s 454130451 Man 444.PE i 054417404$I i- -» - - --- --'JJ-07 0441 _ 14 w F11 FL r4ar / 4.0413.wap R4e Coy el 41144.1 I04..71Rm.r«rn /64471/713 JO PJane 4!4017.211 o 12 4447 144 IS P4 14•. w FL . Rmw ;(34nont 6.am ._ _ oM rM W al -_ Pad Neer 1621414170 _-----_ 2T --.- - - - -- 44 154444 1 144.441. FL Wan 'R4F104 M 6.41.1.41.01 Clay 111. Say Area 1104 Mona 0. 3/68048341 .-_-_ - 49 227 �.- - 04147 I 14444 -- 17 FMN 4 FL Oe w4.73444111944J 1 __ Ten$4M 17 ..WA 30$$$41410 114011441.41 .1 � 10112101 11 _-_- 4 0047 I141.01II Orr 641 R FL r440r.$..•4 144160 _ Qy.4144.1444n - 0w41404d194 4 9344714631 J.1JM r . 0544074104 AnN 12 r 144 144 19 44 1311 FL 1444 f.•Mov Uwe.142461641 '010.4 Ce -1 444466 _ W 4109444. 0164)147414$i 1144 Coign 14461412 4441 4.114/ 20I FIr FL 00. 09910141144 NE 2044 CO elDnAN0 leach _ _ FRO 11044 1)44404103 _I 115 _ Pp-06 1.440 21 I w 4�FL 44N OI$44$i N•114.40141 N - --'CIF N IMIpwed .Ma Mond 1664.121.3130 M Ra.la 144 414942 I I -- *4146i .1101 g w 4' FL en La.9a 64117 . 11ede' C1yof Wes NoWNN j 727424-0 1M 121 .Carron 114042 46 ___.._r 104411 10446 33«. 6,FL, M64.1 1617...-a - --Clte416.4 04444041.1041_ 04444041.1041x 161414Oben Mn1144.P.E. 014174 a .4 /14 144 6176 1 I64 24 w 411 fl 440 tn.(Rehdlusm - Man LINN 1041 --_-- P444 Mw 101.7131117 JM Nrowan41P 3174174147 3 14 00444!NON 1 lar j4 FL I sal -'124464414 14 it R4pi1 06 el M..L..M 14 Lamm 34244445 -_ _241 _...�--II 2 Plsv44Mosel;M41 24 w 24 Fl; 1411 'Berm RMslws.w, ;Cay 41 Ss P414,4414 Mal Linn 17274204131 41441140q 414473471 13 COO'05410 21 w sl i N+• $,.o.1.P.RN W.seo. MI. ICI41Gt•U4 L..i.6rMIS 01+214621 N I Jana I 40411 24 sr 3i FL oar L.14NRoses 1W4re,S,w.., Noarr. ra4-MP EnI14..P,E.I /44347409544441,1444 1 0.423462/ 17..1 ---.-__.._ .-1 Janet 21 wfilJ fL arm 11114941016 P044s 44.Pines MP 12411114014 i /4435411/ 11040.4. 134214/21 44. 237 4/ 2.4411 arm - N w FL 417444 L200111p424/Warr i.ay.y N44Lr144YN•Rry..olb J0•fsrf I 444.724.7170 174144114.14 14114142 -1111♦ 2 ..,^•104(017 )1 Pr FL 4141 SOON M4441.T4.44r.11C4444 Nag 64y Laren MINN MM On 3056224064 MI• 3014721706 F.001 1 Pp44. 70 F... FL 1400 Laird Repairs/wow arm __ I0454 M1nd1 _Ike dyCoil_ 306.444241 M�- _•- _ _-I j i 4c40 33 law. JII FL 044 LWNRpM.IL414411F..y DW04410.d FM tce1 419-111-1107 26 Mara Pp-04 34 Per, FL OM 411124414n tow Repass Cp 411.144444_ 0447(wdr.w4. /14473416 01471411 N 3 Pa41,Jr143 3$ 40 10 FL Mem Om Room.144 016N'N.RM9. JOM00paY 141.331731: p 100 20401 11417 41 Paw OP, a sem 11444.- ; 4 11140414 0»0.41.- N4J734421 MI__ an ._.._--. -_._1.01 YPO 37 4sse 09 FL los Copp.Cay CT/i(Comm 0e4 114244•44 AI 034)434414 -27 -- -_._ • a�40S N w .4 144 r9r O.eN..TN.Imp T.d alyNwnsPrl..1N (109)6704177 8 I am-00 4.041 34 non 46 FL.1 117. Mon Meson 04NMMNMaws DavOer4.li 11411.7316 2410794 /3441474® 11 $46 I6 1440 Janie 11 w -K FL o.a. .4:..e.d.v.,.:.Rn• tea 44P.naol.Pingo 144444414141.4 0...411.144 614764611 10 • _7_ " • M an10 41 w M FL N-0,I O.nee CwNy-TN.rp._ _0.4.441 C.N17 PN DMP 1154)13037 77 4 1 �p 144~10. 42 4111 R'it NNW •a1yN6a.rJ1-_ _.._--»Leman Nam. 26244441/ Ian U44.NaPE 352.1644651 10 5 214 24 Os141 46411 43 n FL: ow,. 140 14ar leech•MP ay INr4 lar. P.4N W1 715733.1117 JA War.nor 44114447 li 14 -'�- _ - 04440 44 -14-4;w p n� ow,. PPC•Prg11e•PIU Serous Italy at Mass *dr01te11 444)4/17/22 ww.r R4 , - - -_--- T _ - 0444 J.n•lo - - N Noe 10 FL 00400 I1M0✓,Sews ReubM000., Qh.45004 1 _.. ROr.nnbiM 124 164100 110.441140t Pt III 047.40% 0 0 I -C_ OW01 ON•11 N M 0•P Fl 1441 !FIG.eNrbl•O.u,ds.P '4.111610 CouptWD_ Mr GAO (611)4114133 • 0244. 01411600N 23. -_ _4)440 *Mr10 47 w w FL ram 1 Fen 144.0440.Ian'. Or,el reel Lsedad1l No Men R4 •- - -. _ _ - OwN Oer10 -4$ .i. R 1 •�� Ces afb.yroS4d �.m Meld 14.11,721 NWI P.L $6417401 N N 0M•N _P.P11 N w fP FL`I 1540 64.44 County-Lono bow d County Ns,A6 Rd...N �_- _.. -0.0-01 04110 N 494 p FL 01741 ►M lanlds.d.I.•I.sOW CM of Fen Lau0.N.M 644 Suppe 9645174104 Jaen 14.1.6 104-1022412 420 17 2.370- '0.411 Dab/' 31 law.M FL .004 4py N16y11M1L6n..r 01440 C..y N Cor 6P•1'1P 111.11s444 - /61446.2114 14 2 276 Jus-14 IW-It 12 w 4. FL .461 L14 c.v.",tny -__ Lee UMOes 04611241414s dNam eel N $4 41 - .1 J9.1o' p INN.91 Fl INN 0M-FM Tp.O.aJIV .M.ad.nrla.Card .00.41046441 0344441010 IMMO 04411 Si sir. 49 FL 24..1 •C.praty2010 - ;ore CwP..C454 .144 7064444 ass)044619 --- .. __... .-..- 40 Oq1 N M M FL m01 !11444.4•Pp1C4P.10410114 +ICays(IWpn vd Lem- • (154)171.111 ..� -10 PtpIl II w 15 FL s4444 ;Nl.la Part•RI IEly4PinMM P4$ n J044 (727)641471 ---- •10 4.411-,_- 57 w 49 FL +lar ;41.17 41.Pow•MP --'-7 04) Few FFJ0•. /1475411 J4141w.u110 tea.®7.7--,0 N 94. tM FL m+ 164444 tent -__, r.0mr Comet C4411C4411CAW11 -_- c 1411 )441a944446416L,F 10 1 44010 II 1111.49 FL *400 IDeadeM'..d -__- Wet D.444k/6a4 __ Fred k.. (01)4404443 �© - - - x14 0601040 P4.. NI FL 1.40 *04.44«11 . 1 Ci44...1e*4$ __-- MM 14PMwas 454421.351 11.10 41741.+. 464414411 ---- y_- 404404.10 a w 49 FL mon 1.914yo0Raa, $11•se al . Jap marnd.. (561)3347342 ' 16466 1414x•7317 242 *F1 *Ltd 42 INN i9 F> 41_ -1 'P.mien Ory.,wIl, Iu144144111046 Mot crwd.• 644)300.3129 - - J.R•11 0410 13 Per 40 FL lean Coulee Ulm 144 Carry Wes M1O -. 1401 Winn.P.E. .717214444 76 291 10.444.13 I{ -1)7424431 Ow P644 1614030113 104.10.0.►10 M 14 411 FL ,sail e•Y16•11Wel. 1.1(0~1 Peyldern[Wm .._ Teel 1464414 ___-._.--.-_- __ 41 24 111 FL! Mall Mgr‘1410 2414324 Se kyr.Po FL near Plrn1ma12010 -.._ la 0141131dmnl11-71-1 1 0440 644.1 { 171Nx 0404.4117 014)444/14 N - Oa.10 44411 N Par. 14 FL 417 11410 04L140-_-._- WWII Ciao PC (72714340137 1 40 000. 72742441211 3$ 3440440 04411 N 0•r FP FL N4s 1$4949N 9 i MMw$1415 tier Pd* ROW.NMNA ,13091311124 1 I _._.T_ I __ 000.10 _Oona $61300 FL 1.4* 0 P111a •MP L.. 044 91Pima MrMOW 1 772.3244074 t 3174174447 Des•14 0444 70 lar.Pa FL 11.61 4e4dsr.6 ohmeno C4144 54900 aro - Mrd C..Fuda }454)1643521 I 174.1 04611 21 w '9 FL Idem 134114104.4 44P CON., J.r16*4%61 230.114111 1.1461Nreme441P 13174174447 N_-. Jr.11 *.11 72 w FN FL 4414 Dade are-MP OFO City 74131chens 352.5334054 J4414444MP i 3174174147 45 1001 11p1 73 Far N4 FL 1149 Fl Lwo44d14 44/41.4144444 PI$w4.46./Ymw0$ -1_111_*54.9 CM 354424163 _.. _ __• - 11 Jr.•11 71 M Fa FL 1404'' aO MdCarty-1 s 16444 County re*11•061 PE 1644314M JMw4.r 14110!3174174347 120 .. __ *111 7S Pew Pe IL Imo Merkel L•14 MKILamm 131 14.03,4104 2417374/43 . 173 3 171 _ *411. 0041 74 1111. 39 FL Wes teen.Roans 1460 14644/1404 Leal War Sdrnw 7274054411 f0 124 _ *1.11 34411 17 w ro FL 444 Men Piel•M City N AM O Pad_ )110.14 027)114771 144 e.o.m.P.6.1904.30I p 14042 t S11 01411 74 w N FL woos Max.•P4n0Yl01p1M - �FIaMd 6m. a1 C4. . - - - INN 004 1),14 (4 62341 1_1 0.11 F4412 „ .173. M it 444 Cola Camel Cirt's1nM - JNn./i0±'b- 27111-0144 - I IM 44.+. 001 N Par PM FL 11411 Mee411 M.6Nd NNP MISS Dome _ 4 204 WM _ 306.7331117 I 1 w 1 _6 _- _ t1 _ ___ _h►12 ODM. F1 96444 COIN 5(00144•M►_ 04440.1414 -._ 60e 61.44~ _ 134.34341N hdd W1I4Mn•MP_317417-01 0 7 3_ 2 114)11 1411 14 lar. M FL 91454 N04.0.04..0____..-_. N 1114..140i0P5)1_ Louis Orrds 454457.124 __._ _ -. MI ---_ 3$ _ 11-11 Opo 1 .. M / Pa. FL 444 94rnb M1 _ of 011!,9Rtle4) urm i44' _30pJM e Jcems- deo smut 12 � 54 -.- - -,16-11 04.12 1 04er P. FL 441. C.es.15lsol.�.mp- - - V&11111241- - - $' - 41171 05 W M K 11744 -_. - _ -.. -._ _ .-.-.__ Io..�4yF41..-4AV �•a0•�.ri... - , J»1441.1(0+:,_ NI 43541511 - _ -�,----.- .rJ ._ 11 _ _ _ I 1244 0442 L®Renewal LLC UM Pc<R....c.. .n stand 1.1.ex,we,k,.,y-x S.ah in al 499 in4Ka40ns i Inslalation History Customer Reference List r : Ii ` I OvnwMenmron ANvanY _fentseq 4`� .• e d a'" 6 C N. I al Poo}M M.me i - Now I Centel Phew ' QOM r Mont ..f. • , 1 at a S a is am I Coo, N em X 11_1 n4e N.a+o,ewrvwnaa ------ I _ __ _ 7a st ".. g.:- --1 i a1.1t j 0«-11s7 nl.. w tt f.NM 4ua4e-wsiorl _c03 *LeM144 ` - _ -I-- !'Is-lt I"'*,: JP16 111FL1 ,..Y Ca-Ra TWWoI TVp•,I e• •N I aNrFIfa1.hMM 45.444.10% - 1 I*.l22i D+e-17 M Poo In Fl. n4e n 415 1 - J4*tt Oa•12 N Pa. PS FL 4HN CJ4a.1NS4eer _ICnrk1M Ceu d 'Chart.Rne NI•MM%{ ' 7 17 F4612 MapI2 II pro M FL 4440 Cool 5p"•a.Inc DOI. -_- Cosi WO.Imp Deed __. 104.. t,D• _ *64.7451614 _217 22 070 I Mr.12 104.17 1 w M a INe FossoLc /101t11_ _ JMrla Cant/ --- ) .__ ___ 7 .1_. _ - -_ 1 LWr•17 414.44N F4w 04470447 Fa•FL ren Mar.C.y.Jar pale.Md, Me Imo 11160.1W404122 1_ It I Mr42 M-12 44 F... PS FL OM S..4.•1..e. - Car N - M.Y. iCelmo pea %1.424477 . . Nr•12 MO J M A VA 4140 Op _.. wast r i MNMwCWAr. 712-t77.75a io � ts2' f__Man �,: N 4e. t.Fl 174 0 CSF•,�,7.4i _ N Cepa C44 Al R4411.ruon 164•434•3411 1 -_..---, M 3 120 -_ '$14142 Mara 47 ...r•M FL .2.44 O.N/re sort ___ _ • 41044.444116641. _ Fred SIM 4544404tH _ 70 2 WO _ 45,-17 1.44.6.1i N 6+ M FL 464.2 fir.0.d._m -Car elWM Mad, Fred Ma44ha 299.7502423 WL.M4rr 4134774007 INN_ 1111 14',•12 I Ops N M!p FL non Corn C4 •WA 1115 La • Oen MN Oand MOT 23/443-2012 JM Wxa4a4r 217417.0647 alt a0n/7 I oMn 100 4r N FL 1114.•1114.• w,...oae_l; _C6JNHM/awo0 1JeaSOON.MMM - PS4421.M10 --- -- II _.----• 0 _ __ 1 Mme..12.6411.1 101 Pm• Os FL i w.w 9oto.. ICM«NMI WM 'W444MnN.ear 3054444474 -_- - JO47 Osseo 100 46 N FL I nM�F.n Piro•LIP !CO One Pena_ 640 Nab 772444.1604 -11 I Ju.-12 OP.n 144 Y J,a FL 4Nn 1 �.€ y«yg ;yNr.Man Plea /AM CwgnM, 1 7064254400 116 --I _1 J14.12 41...13 __ ... 5515 J.._ 5511 --. -_. ` {} I {7 104 5.e. N FL INH Hobo DOM _Ilan X Nebo ONO. Rook Daniel 3064%4241 _..---- 1 11s 1115 1 17.! 2 -- - 1 -14047 412 1= 144 e+ FII FL man •CwY aaM. 1 01 el/4461 Oates __ Mee Omura 354614444 elm ►t. 434474444 1 » I »T -_ I (44.17 I MO to 44 4.11 FL uo.-I s w.v4 M.Ian[MPo'a 16wwd caret Miaow Roy Rsa4rN 6642!*-173 - re 1 dl_tt IM12 107 w..'PO FL no. M..N0.O.Cewar _ 1 1_aW P.I. 114%74000. - --•_.. 12 Mr12 106 em 4t FL wee bootee* Cry el Lem.ar INA!miiMq - 414514615 -• _- - - . I a t21 Opsa to w 4i FL nae p.rY_m 099«OMMMPak _-e.-a ane, 4644704437 en Lower 434274007 N _ _ 1 110 4+ PS R Its. 99•m _ C47N 114.ra0 NeM4 Canoed.-coma'aeMara - -� �---'- _ .1 _1 440-12_ JM.•14 __ S I a�1t o.aa• III w PS FL nae. eege_p .p q o.I S..wr -- s.ran 0.4._ _ 441ae444w 2 74 1- - - I 54.12 Open 112 ...-FR- FL $1411 {Voce«041-yy MO.I ------ [en Ppb %*7542415 0 i---1 .. 1 D.*I2'Mr•17 In t Ra. 004.Fl ,1400 �444aeroo4 Pores IN1.e44.i,re.s 1.041 - I - - -_.- - I 1 j__ j_.1_J Jen•n DK.t3 Ill e.. e.1 FL 44444 IA.w.k.n E+wu..ren coal ants M XXX Mrt Cwpow4 Ib11N0$24� 1 -..I JM.n 0w13 114 i 14 S FL Me IDM•po Tp.tler.I N ;Monist Grad p.iJni Ooo41100Ioyw 464444.1040 -- ®pat 114 4. A FL 124. I,lo 30...IAN MOS plena TV 6.56 - -}-- - - - .-- - --'-- -- --- Jan•13 po-I) 117 1111 4R FL OM �r_ :awe Cast 6014,0• ILO'Mww _ 464.)46.211 --- ' 11 - ---•- - ipn Open 117 Pe.. w(FL .eat __ _-.--- -- _ 4 Letom tti TMS�. Ilaa0.4w e�T..M. oon elm --- 6644404272 _- 450 661.17 0604. 1141 P... Fa FL I I.w4 -� - seen Reda IMO 7011 5555 leeen IUDs Mao. Ip-w.n- 727.6144151 -5151_. b �_ •n WU Its I er M FL Use_Fos M7.,._6.ba y.1.,-.-- 1011114 Fol News _-_ 14 • - 42 Jo.1) 400.-13 1211 Pm Pa FL 1 was i0ANer, O.MSdO Mao Faa4 foe 4444444403 44 I ( ..-1111_ -. -13 Ne.-1t lu1 44 0e. FL we, Menin499•LP Car Nle.waa4 Me 1044,P.E. 16443400/_--__ - _ - - 11--21 04113 COM* 1231 0e.. X FL OM 0014...,, «,Wase XII ems (164)717411 i _._ __ _ _ -__ 124 04.13 Ope4 pe..-N It s t o",87 ...__. --- L tDee MoeC 0461 - ._ . IMO __ _-- � ---- -- ..__.1..------- - -_ -- -- 11e..17 044 1»I w NI Fl elle Fel Ml.w_6K(Y...yo,__--_-- I _ 1 __ 0 400.4) 0444.426 w.. N FL WOO yl i.eMnem FLees jetinme 's.P ,-----_---- - ------ - 14 1__..'._-.'-Y------ _I Jane Opin 127 e.. R1 FL 199" IMWSWb,elee4,a on 1440 4044240044 _" - -j.16144O0e4 Ito M Fa FL Nat i d CMN'. ..- Mold 0M4inao *14444.141 -~ .14644 Open IN 4a 4e. FL "PA_�016-Fe To CooTV Coe aryeun�P, Iib C4anlwV roe_.. .__ ®0. . - __- . .- __. J10.44 AIM.-511 _--�- -- `- -- ---- 11 w 4.4 FL N.. Asn O4n0• - dW6Foe TV _-5515 1J.1Nw.. .*IS 2174174047 - ----- - 10-144en- 171 M..411 FL II soft M11ER C Neale- aft e_LIM 1-aON 54s. _ ION JY.14 plea 137 Wm 111' FL J .•afea 4 .deN .01yel Mrsaa LAWS -5 ._. ---- -�- __ �21929JOho 177 w 0a FL we. 151.Oro..d•*NI - - 114.6 LOPS RMrWMIW .05-rn ----_ JMW ..W 4. 3114174H47 155__._. _ •N 444 124 Ce..Dae Pm Pii FL I sob Colne.. ReOrn .. _ �wrM PW.40 066or MiensMcLaren 1 36241414174 . - ,_ .14 Op.n 176 win De Fl 1 1140 81031.111.1)l.M LW el,. .40101PICOOPIIM., Ji44^Ce. I 407.7602247 _ -[ll __ 10 7 14 awN IX nen. le FL 1 11444 La-e0IM Pa 72743/4/37 4 Wella 727.4244121 ---•-_ 016 el -_ _.. _ op 41or,n 6e,.o__,4.: --___ __. 00.44 404 137 Pm 7a FL Ian. FOX • -5555_ 43""..11-Ce+.a -.-.... 5151__-. -. _. . 5151.. 0 N 130 Pe.:16 FL 1101 lievkieMadwd Po.s*awp.n4 LM.y _ 2499 69.9 ___. _.5%104403 70 ___ T C� 44.11 11 so M FL Nee Carl Maes - __- LeLn..r Pp 1...,aMt r�i y Jell Nnaw.tl 3174174617 Jag*Acevedo I(16)450.6060 4.14 •. _._ 140 ft.. M Fl. ,o.. .1a,46rO.e1 __ LoopFe.t6.iw____ LW Cannon.PI. 63441614043 memo.. 454407.4754 -- - _ .144.14099. 141 pe.1a FL MMS a71,.to „WOO P611.441.11604 O�•±i___ 0s PPP" 1644042224aFar. FL .NM CM«*N41.n 00444.2000 _ 71111 M44 qa ti..lN511+5I.aRIY1p4pM R u! pO«OrW4bial LYYy - 064a01o445 N112c6665 7 - ! 4 44.1144 F.r. 66 FL 44444 LO.95-Ise - 0...,t..n.l M4Ei0.li.n I . .r.[ - $SI)747-67001 __ -------44.-li - _ DAN -Ow4 11455 Ma/121 FL ..9* a.a1. _ _ L14r41gM2anev.n Lu±ep lO.pwN DOW /16)400416 I OWIWPe.a (444)144441 _ A444 4a 111 ea M n Imo Pi Pero La'Y llr.le 6MCN-19%4 than 05- en)site IMO _ 147 _ -_ _ N►N Op.n 147 'a y FL Wes _16..141. IUMIAMlaMr1ai 910-49_4_._ _- ---� _ __ _ ___ - - -14 . IN F.r.M R Non - 60011 p11e�., _ .y NM OafW %1131127 ,_ - ._ _�-_ (-'',j 06.. 11 Y M Fl 4107 5511_ -_-_- ._ --.-.�__ c,of L6p0.r0rF ILar.Y R.I.e►a4a1e. Jo 441410.,±,/1 461872404 JM Ne...a-a 21fi17.46tl _...N.►t1 OPu. 1 -• _. - _ ._. _. -._ 11-- _ _-_ -___- II_ -_-.- -_ ---__--_ __ -1155 -.-- 5151_-. ___ _-,- ._--. _ _-_- _ -. - _ -.-_ - __--_f__ . _.---, .-_ - ' I o I 1 � .N LLC __ ! 1 I 1 1 I I I 1 UwMimi NpeYlllr•,.r -Y-. .. , EXHIBIT B _ - -- BID FORM-IFB#16-1327BLS SANITARY SEWER-LATERAL LINING REHABILITATION SERVICES I mat llait d Extended _ Description - --- - I Qty Maass Pricln: PN-., • I GIz9UP I . S t rv-SSiwer Rjbabilltation Servicgr LATERAL LAVING jtectio ieceloolntl Trends i . ' uL' y! ., - y14' Main or Lateral Reconstruction -- 1 (Mond dean out ladta lalIon sq to 4'deep,passed area -- 500 each l,02 5(r) Gz_''' J r 2 dditional dean out installation greater than 4'deep,grassed area 500 each CV.ta2r /0Q,000, - 3 ditional clean out installation 9 tow deep,paved area 300 each j /O}, ,5- O� 4 dditional dean out Installation ,. - ter than 4'deep,paved area 500 each 02.a2 / '4 004''+ 5 reaching lateral detain &reoonstraction •• u• to 30 Linear ft iso • .aa I. +' ,_ 0 ,a ' 6 reachlesss lateral - • •• , &reconstruction tem over 30 linear ft 100 ler each ¢p OaS ! .3 I ull wraUt main 436"into lateral up to 25' 50 \per each ) D.`= / 7d i 7A 'ne tura• at main+36"into lateral In excess of 25' 50 halos tt Q0 1�ryy� - 3 '•tandard Service Reconnection 100 war each / 41 -1 9 •••ervl«with .reasure on 100 each 3 e.•_, 10 I teral reinstatement cutting of defective lateral opeainJ i 100 per each 3Sr0, " ar mi 11 Buttner tap removal R Se . mace =, T, '•1 12 Lateral Gran.. 6" • sad• sewer . I 20 e, • . Irmo iii ' I 13 Lateral Grosttlit,6"din,saaitsry sewer(qty>20 I1.1111191Mir ao = sS ♦ " 14 Lateral Groutfag,$-12"dirs,sanitary sewer(qty<20) 20 tablet 5720• ' je p649 , 15 Lateral Growling,3-12"din,sanitary sewer(qty>20) 10 a 1* / ' ,&• 16 PACT -Level 1-Visual in .- •on and -.oil of observation: 500 Yaw A /' ' i 11 PAC? -Level 2-CCTV inspection and data capture computer reports- a, including measurements of manhole data Soo lima.,R t s . /11�j'QQ 13 Flagman(each) 2 ' .. den . F . if/� "-' 19 Arrowboart1each} OM �D, lam. 20 Barricades(each) °�' 21 Lane dividers each 22 Variable message board 5 23 Light towerIIIIN j .�`-'• D Qj • 24 Easement a• -• additional less than 12"diameter 100 firma'n IIIENEKIIIIIIMWri 25 yEascmeat access,additional greater than 12"diameter leo linear tt v- ¢io O, 26 Viellkointing I dewatering 1 la"*ma /D '040, 41 27 Mobilization/Demobilization (projects in moan of$100,0001,including A Performance and Palmist Bond l y _ ' 100006 % T 000 • Mobilization/Demobilization (projects las than$1010,000),without 5 Performance and Payment Bond NOTE:npt to exceed 51/4s 25000 % 4 / 00C2, GRAND TOTAL, GROUP 1 r769$S irevissed 4/11/2016 Bidder Name:- L-.11/( 6 ;e*— /CL4//x - 110111C IFS 1S-1327BLS Sanitary Sewer Lateral Lining Rehab Serv.xlsx I BID FORM - IFB #16-1327BLS 1 SANITARY SEWER - LATERAL LINING REHABILITATION SERVICES .1...____ – , _ ,. ---- — Est. i j Ansuri Unit of Extended 1 � Pricing Pricing Description o 3 Meatur, GROUP I Sanitary Sewer Rehabilitation Services LATERAL LINING jsection/piece/point)Trencbless Pipe Reconstruction- CIPP Main or Lateral Reconstruction 1 Additional clean out installation up to 4'deep,grassed area 500 each 2 Additional clean out installation greater than 4'deep,grassed area 500 each 3 Additional clean out installation up to 4'deep,paved area 500 each 4 Additional clean out installation greater than 4'deep,paved area 500 each 1 5 Trenchless lateral cleaning up to 30 linear ft 100 pee each 6 1Trenchtess lateral cleaning over 30 linear ft 100 ,per each 7 Full wrap at main 4 36"into lateral up to 25' 50 par tack 7A ,Full wrap at main 4 36"into lateral in excess of 25' 50 ,hour ft 8 Standard Service Reconnection 100 ,per each 9 Service with pressure grouting 100 _per each JO Lateral reinstatement cutting of defective lateral opening 100 per each 11 Hammer tap removal 50 per each 12 Lateral Grouting,6"dia,sanitary sewer(qty<20) 20 u joint i 13 Lateral Grouting,6"dia,sanitary sewer(qty>20) 20 ea joint 14 Lateral Grouting,8-12"dia,sanitary sewer(qty<20) 20 to jeiat 15 Lateral Grouting,8-12"dia,sanitary sewer(qty>20) 20 ea joint 16 PACP -Level 1 -Visual inspection and report of observations Soo linear ft 17 PACP -Level 2-CCTV inspection and data capture computer reports- i including measurements of manhole data 500 linear ft 18 Flagman(each) 2 per day 19 lArrowboard(each) 2 per day 1 20 Barricades(each) 2 per day 21 /Lane dividers(each) 4Iperday 22 Variable message board 4 !,par day 23 right tower 2 per day 24 Easement access,additional less than 12"diameter too ,boar ft 25 Easement access,additional greater than 12"diameter 100 linear ft • 26 Vellpointing/dewatering i lump earn 27 Mobilization/Demobilization (projects in excess of$100,000),including 'Performance and Payment Bond jc9TE:not to exceed 5% 100000 v. 28Mobilization/Demobilization (projects less than$100,000),without L Performance and Payment Bond NOTE:not to exceed 5% L 25000 _ v< _ i _ GRAND TOTAL,GROUP 1 5 i 1 revised description of tl7 and added 7A-4/11/2016 '--------Bidder Name: "� �� i /// )/- IFB 16-1327BL5 Sanitary Sewer Lateral Lining Rehab Serv.xlsx 7)/cs chc, rvyt i i.,‘ip ; c , ivy //.„ ,,, 0r, ci i ) 4d�m. /-