Loading...
Contract 2021-049ADocuSign Envelope ID: D89CA131-4347-4FE9-83FO-B29681A3E96B 2021 -049A AGREEMENT NO. 2021-049 FOR PIPELINE REHABILITATION THIS AGREEMENT, is made and entered into this 4th day of August 2021, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and ADVANCED PLUMBING TECHNOLOGIES, whose address is: 638 E Highway 50 Suite 4, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Milton through the public procurement process awarded an Agreement for Cured In Place Pipe (CIPP), City of Milton Contract Number ITB 2102-02; 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 City of Milton Contract Number ITB 2102-02; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE 1— SCOPE OF WORK The CONTRACTOR shall furnish Pipeline Rehabilitation as described in the City of Milton Contract Number ITB 2102-02, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. 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 2 — 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 3 — TERM AND TERMINATION 3.1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until April 12, 2022 unless terminated or renewed by the City of Milton. DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B 3.2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if 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 the 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. 3.3. Upon mutual Agreement of the parties, this Agreement may be renewed for four (4) additional year terms. ARTICLE 4 — PROVISION OF SERVICES AND COMPLETION OF WORK 4.1. The CONTRACTOR shall only provide to CITY pipeline rehabilitation upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in City of Milton Contract Number ITB 2102-02 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. 4.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. 4.3. It is expressly understood and agreed that the passing, approval and/or acceptance of any gasoline, diesel, kerosene, LP gas and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas and bio-diesel so as to comply with the warranties and specifications hereof. 4.4. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 2 DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B ARTICLE 5 — PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION 6.1. 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. 6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 6.3 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 7 — INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its 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 subCONTRACTOR 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. 7.2. CONTRACTOR's Commercial General Liability Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business 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 3 DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B indirectly employed by it, and the amount of such insurance shall be as follows: (a) CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider (a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are 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; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. (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. 4 DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-629681A3E96B ARTICLE 8 — NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Advanced Plumbing Technologies 638 E. Highway 50 Suite 4 Clermont, FL 34711 Attn: Chris Parker, VP of Sales OWNER: City of Clermont Attn: Susan C. Dauderis, Interim City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE 9 — MISCELLANEOUS 9.1. 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. 9.2. 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. 9.3. 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. 9.4. 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. 9.5. 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. 5 DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B 9.6. 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. 9.7. 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. 9.8. 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. 9.9. 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. r DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B ARTICLE 10 — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 10.1. This Agreement 10.2. Purchase Order / Notice To Proceed 10.3. An applicable Contractor Quote or Statement of Work 10.4. All documents contained in the City of Milton Contract Number ITB 2102-02. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 4th day of August 2021. CITY OF CLERMONT �DocuSigned by: Tim Murry, Mayor ATTEST: Docuftned by: T Acku,d Hewee Tracy Ackroyd Howe, City Clerk h DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B ADVANCED PLUMBING TECHNOLOGIES By:-FDocuSigned by; S PA&W (Signature)r Print Name: Chris Parker Title: vice President Date: 8/3/2021 DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B EXHIBIT A Ci ]Wiltonf' �� a April 19, 2021 Advanced Pace Technologies s/b/a Advanced Plumbing Technologies c/o Taylor Yarkoslcy 638 E. Highway 50 Suite 4 Clermont, FL 34711 Dear Taylor Yarkoslcy, We are happy to inform you that on April 13, 2021 the Milton City Council awarded Annual Cured In Place Pipe to: Advanced Plumbing Technologies. 1gt year will begin April 13, 2021 thru April 12, 2022. This agreement may be renewed for 4 additional years to a maximum of 5 year. Attached is the fee schedule submitted in your original proposal, and agreed upon by both parties. Items needed: • This form signed acknowledging agreement • W-9 • Vendor Application (see attached) • Certificate of Non -Discrimination (see attached) Sincerely, ZL'W_ Z Diane E. Ebentheuer, CGFO PURCHASING OFFICER / RISK MANAGER P. O. Box 909 Milton, FL 32572 Email: purchasing(/i..m►•MiltonFlo_rida.com Ph: 850-983-5438 Acceptance of Notice Receipt of the above notice is hereby Advanced Pace Technologies, LLC acknowledged and accepted by: d/b/a Advanced Plumbing Technology (company name) The 1 9 —day of April 52021 By: Chris Parker Title: VP of Sales P.O. Box 909 . 6738 Dixon Streele ilfiltorr, Florida 32572 9 (850) 983-5400,o Fax (850) 983-5415 DocuSign Envelope ID: D89CA1314347-4FE9-83FO-B29681A3E96B BIDDER'S DECLARATION ITB 2021.02 Cured -In -Place Pipe Annual Contract The firm/bidder understands, agrees, and warrants: 1. These items apply to and become a part of the terms and conditions of the bid submitted. Any exceptions must be in writing. 2. All bids submitted shall be subject to acceptance or rejection. The City of Milton specifically reserves the right to accept or reject any or all bids, to waive any technicalities and formalities in the bid process, and to award the bid in part or in any manner deemed to be in the best interest of the City. 3. That the City of Milton reserves the right to reject any or all proposals and to accept that proposal which will, in its opinion, best serve the public interest. The City of Milton reserves the right to waive any technicalities and formalities in the proposal process. 4. The City of Milton is exempt from sales tax. 5. Contractors are responsible for any sales tax on purchases for the project. 6. The City of Milton will receive sealed bids from interested parties at its offices located at City Hall, Milton, Florida. Any bid received after the bid deadline will not be considered. 7. Bids will be publicly opened and read at the City of Milton, City Hall on the day and at the hour specified. 8. The City of Milton may consider as non -responsive, any bid in which there is an alteration of, or departure from the proposal form hereto attached. 9. The bid will be awarded to the lowest most responsive reliable firm complying with the conditions of the bid. The firm to whom award is made will be notified as soon as possible. The City of Milton reserves the right to reject the bid of a firm who has previously failed to perform properly or complete on time, contracts of a similar nature, or the bid of a firm who, in the sole opinion and discretion of the City of Milton is not in a position to perform the contract, or whose name appears on the United States Comptroller General's list of ineligible contractors. 10. Interested Parties shall submit all required forms and information simultaneously with sealed bid. Forms and information become a part of the property of the City of Milton and will not be returned to the firm unless a written request to withdraw is received prior to opening of bids. 11. Additional Quantities: For a period not exceeding twelve (12) months from the day of the solicitation opening, the right is reserved to purchase any numberof additional items at the prices offered in this solicitation. If additional quantities are not acceptable, the bid form shall be noted "offer is for specified quantity only." 12, NOTE: Unless stated on the bid form, the bid submitted will assume all specifications will be met. Please note all exceptions on the bid form. 13. The successful bidderwill be required to submit additional forms, which are available on the City's website at htt s: /MiltonFL.or_g/322/Purchasin at the bottom of the page. ■ Certificate of Non -Discrimination ■ W-9 Taxpayer Identification Number ■ Vendor Application I�'ame Page 3 of 16 Com �iy Advanced Pace Technologies, LLC p' d/b/a Advanced Plumbing Technology— DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B ■ Certificates for Liability, Vehicle, and Worker's Comp Insurance. (City is to be named as additional insured.) Limitations are listed online. ■ Prompt Payment Affidavit 14. That they have carefully read and fully understand the full scope of the specifications. 15. That they have the capability to successfully undertake and complete the responsibilities and obligations in said specifications. 16. All bidders are responsible for checking for any addendums that may be issued. Addendums are posted on the City web page, Bid Net Direct, and Vendor Registry. 17. That they have Liability Insurance, and/or Vehicle and Workers Comp Insurance — if required. (A declaration of insurance form must be provided before any work will begin.) 18. (Service Contracts Only) Pursuant to Florida Statute 119, the contractor must follow all public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACTTHE CUSTODIAN OF PUBLIC RECORDS AT (850)983-5402, DNobles MiltonFL.or OR P.O. BOX 909, MILTON, FL 32572. A contractor who fails to provide the public records to the City within a reasonable time may also be subject to penalties under Florida Statute 119,10. 19. That this bid may be withdrawn by requesting such withdrawal in writing at any time prior to bid opening but may not be withdrawn after such date and time. 20. That by submission of this bid the firm acknowledges that the City of Milton has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information supplied by the firm. 21. If a partnership, a general partner must sign. If a corporation, the authorized corporate officers) must sign, and the corporate seal must be affixed to this bid. 22. Recommendations are posted on city web page via agendas prior to award. 23. Any protests are handled per the City's Purchasing Policy and F.S. 120.57(3). BIDDER: Advanced Pace Technologies, LLC s/b/a Advanced Plumbing Technology Company Name 638 E Highway 50 Ste 4, Clermont, FL 34711 352-593-5140 ext. 103 Address/City/Zip Zoie@chooseapt.com Email CEO/Owner Title Date Advanced Pace Technologies, LLC Page 4 of 16 Company dame_ d/b/a Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83FO-B29681A3E96B I90:4:II 318 M BID FORM ITB 2021.02 Cured -In -Place Pipe Annual Contract Schedule of Prices "Quantities are estimated. All 49 items are defined at the end of this document. 1 Television Inspection 3,000 LF 1.00 $3,000.00 2 8" CIPP (felt) Mainline Rehabilitation (6.OMM) 100 LF $20.00 $2,000.00 3 10" CIPP (felt) Mainline Rehabilitation (6.01VIM) 100 LF $25.00 $2 500.00 4 10" CIPP (felt) Mainline Rehabilitation (7.5MM) 100 LF $25.00 $2 500.00 5 12" CIPP (felt) Mainline Rehabilitation (7.5MM) 100 LF $30.00 $3 000.00 6 12" CIPP (felt) Mainline Rehabilitation (9.OMM) 100 LF $30.00 $3.000.00 7 15" CIPP (felt) Mainline Rehabilitation (7.5MM) 100 LF $35.00 $3,500.00 8 15" CIPP (felt) Mainline Rehabilitation (9.OMM) 100 LF $35.00 $3,500.00 9 15" CIPP (felt) Mainline Rehabilitation (10.5MM) 350 LF $35.00 $12,250.00 10 18" CIPP (felt) Mainline Rehabilitation (9.OMM) 100 LF $45.00 $4,500.00 11 18" CIPP (felt) Mainline Rehabilitation (12.OMM) 100 LF $45.00 $4 500.00 12 18" CIPP (felt) Mainline Rehabilitation (13.5MM) 381 LF $45.00 $17,145.00 13 21" CIPP (felt) Mainline Rehabilitation (10.5MM) 100 LF $55.00 $5,500.00 14 21" CIPP (felt) Mainline Rehabilitation (13.5MM) 100 LF $55.00 $5,500.00 15 21" CIPP (felt) Mainline Rehabilitation (15.OMM) 100 LF $55.00 $5,500.00 16 24" CIPP (felt) Mainline Rehabilitation (12.OMM) 100 LF $78.00 $7,800.00 17 24" CIPP (felt) Mainline Rehabilitation (15.OMM) 100 LF $78.00 $7,800.00 18 24" CIPP (felt) Mainline Rehabilitation (16.5MM) 1200 LF $78.00 $93,600.00 19 30" CIPP (felt) Mainline Rehabilitation (15.OMM) 100 LF $108.00 $10,800.00 20 30" CIPP (felt) Mainline Rehabilitation (18.OMM) 600 LF $112.00 67 200.00 21 36" CIPP (felt) Mainline Rehabilitation (16.5MM) 100 LF $138.00 $13,800.00 22 36" CIPP (felt) Mainline Rehabilitation (21.0MM) 100 LF $145.00 $14,500.00 23 42" CIPP (felt) Mainline Rehabilitation (19.5MM) 100 LF $182.00 $18,200.00 24 42" CIPP (felt) Mainline Rehabilitation (24.5MM) 100 LF $195.00 $19,500.00 25 48" CIPP (felt) Mainline Rehabilitation (22.5MM) 100 LF $228.00 $22,800.00 26 48" CIPP (felt) Mainline Rehabilitation (28.5MM) 100 LF $238.00 $23,800.00 27 Sanitary Sewer Mainline Cleaning (<=12" dia) 100 LF $1.50 $150.00 28 Sanitary Sewer Mainline Cleaning (>12" - 21" dia) 100 LF $3.50 $360.00 29 Sanitary Sewer Mainline Cleaning (>21" - 24" dia.) 1200 LF s3M 1 $4 200.00 30 Sanitary Sewer Mainline Cleaning (>24" - 48" dia.) 1000 LF $5.50 $5,500.00 31 Emergency Mobilization for Work Order 5 EA $2,500.00 $12,500.00 32 Mobilization/Demob for Bypass Pumping (<= 12" dia.) 5 EA $100.00 $500.00 33 Mobilization/Demob for Bypass Pumping (>12" - 21" dia.) 5 EA 5100.00 $500.00 34 Mobilization/Demob for Bypass Pumping (> 21" - 24" dia.) 3 EA $200.00 $600.00 35 Mobilization/Demob for Bypass Pumping (> 24" - 48" dia.) 2 EA $200.00 $400.00 36 Sewer Bypass Pumping (<= 12" dia.) 200 HR $5.00 $1'000.00 37 Sewer Bypass Pumping (>12" - 21" dia.) 75 HR $5.00 $375.00 38 Sewer Bypass Pumping (> 21" - 24" dia.) 20 HR $10.00 $200.00 39 Sewer Bypass Pumping (> 24" - 48" dia.) 20 HR $10.00 $200.00 40 Remove Protruding Service 10 EA $150.00 $1,500.00 41 Service Reinstatement 10 EA $150.00 $1,500.00 42 Dye Testing to Locale Active Service Connection I 10 I EA $5.00 $50.00 Advanced Pace Technologies, LLC Page 5 of 16 Company Name d/b/a Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83FO-B29681A3E96B Item Description Quantity Unit Unit Price Amount 43 Silt Fence for Erosion Control 20 LF $1.00 $20.00 44 Hay Bales for Erosion Control 20 EA $7.00 $140,00 45 Mulching and Grassing for Erosion Control 100 SY $2.00 $200.00 46 Sod 1r00 SY $5.00 $500.00 47 Remove and Reset Fencing - Chain Link 30 LF $2.00 $60.00 48 1 Remove and Reset Fencing - Wood Privacy 30 LF $2.00 $60.00 49 1 Maintenance of Traffic 0 DAY $200.00 $2,000.00 Total Base Bid Amount $ 410,200.00 License # CGC1524334 Attach list of references (3-5)from last 5 years. Attach narrative of qualifications. Acknowledgement of Addendums: 1 (list numbers or N/A) NOTE: The Quantities listed in this proposal are for determining the low bidder and in no way represent the quantities to be performed in this annual contract. If the unit price bid is considered too costly by the Owner, the Owner may use other resources to perform that item. This contract is to enhance the Owner's forces and does not give the Contractor exclusive right to perform the work listed above. When agreed to by the Contractor and approved by the Owner, the Contract Time may be extended in one-year increments for four (4) additional years for a maximum Contract period of five (5) years. However, no guarantee is implied or expressed that said extension of the Contract Time will be approved after the initial duration of the Contract. At renewals unit prices may be adjusted for cost increase with agreement by both the City and Contractor. The undersigned agrees to the above terms and conditions. BIDDER: Advanced Pace Technologies, LLC s/b/a Advanced Plumbing Technology Company Name 638 E Highway 50 Ste 4, Clermont, FL 34711 Add ress/City/Zip 407-492-8881 Zoie@chooseapt.com Phone Email Taylor Yar ky Contact Nam Company RepresI ive Signature Paue 6 of 16 CEO/Owner Title 03-01(-bl,/ Date Advanced Pace Technolo,ies. LLC Company Name i!h!a Adom ced Phim, I - TeCWm][mi1' DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B PURPOSE, SCOPE OF WORK, AND QUALIFICATIONS ITB 2021-02 Cured -In -Place Pipe Annual Contract A. GENERAL INFORMATION: The City of Milton is seeking a qualified firm to install cured -in place pipe (CIPP) to rehabilitate existing storm drain and sanitary sewer mains on an as -needed basis throughout the Contract's performance period. There are no predetermined quantities on which to base a fixed amount of work to be performed. The estimated amount for the work under this contract is $200,000 per year. But that value could be slightly more or much less depending on a variety of factors. The quantities listed in the Schedule of Prices above in no way represent the quantities to be performed in this annual contract. This contract is to enhance the Owner's forces and does not give the Contractor exclusive right to perform the work listed in the Schedule of Prices. B. PROJECT BACKGROUND & PURPOSE: In the event that any sanitary sewer overflow (SSOs) occurs as a result of Contractor's operations, including but not limited to bypass pumping on flow diversion activities, or any failures therein, Contractor shall be responsible for all cleanup operations required thereby as well as paying all fines and penalties attendant thereto. 1. Storm Water and sewer by ass um in i in : On projects requiring temporary sewer bypass pumping/piping, it is the Contractor's responsibility to furnish, install, operate, and remove the appropriately sized materials and equipment and employ the site appropriate means and methods by which to complete this task without causing sewer spills, overflows, sewer backup into customers' homes, or service disruptions to CITY OF MILTON sewer customers. Regardless of the means and methods chosen by the Contractor. 2. CITY OF MILTON Supplied Water for Project Use: CITY OF MILTON will provide water for sewer cleaning and CIPPL inversion and curing. Prior to use, Contractor must request that Owner place a meter and back -flow preventer on a selected hydrant. 3. Disposal of Debris/Solids Removed from the Sanitary Sewer: Disposal of the liquid only from mainline cleaning operations shall be decanted into the sanitary sewer system under the supervision of the Owner. Disposal of the debris/solids removed from the sanitary sewer system shall be made at the City of Milton Wastewater Treatment Plant on Municipal Drive, Milton. 4. All proposed products not specifically indicated herein must be pre -approved by the Public Works prior to opening of bids by the City of Milton. Proposed products shall be submitted to the Public Works for review no later than two weeks prior to the bid date listed in the Invitation to Bid. Proposed products submitted for review after that date will not beaccepted. 5. The CONTRACTOR shall submit proof of experience with the proposed product being installed in similar size and installation conditions of this project to the OWNER for review during evaluation of products. Advanced Pace Technologies, LLC Page 7 of 16 Company Name dlb/a Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B 6. The CONTRACTOR shall employ an experienced crew using the same product and installation conditions of this project for all work being performed under this contract. The OWNER reserves the right to review the experience of the proposed crew during evaluation of bids. 7. The required work shall be issued to the Contractor from the Owner periodically as work orders identifying specific individual storm drain and sanitary sewer main segments to be rehabilitated along with storm drain and sanitary sewer system maps identifying the locations of the pipe segments. Generally, the value of work required per work order shall be no less than $20,000 as based on the unit prices on the Contractor's Schedule of Prices. However, the Owner may also provide work orders requiring less than $10,000 of work for emergency situations requiring immediate rehabilitation work. There may be months when no work order is provided. S. The work orders may or may not include work in the same geographic area. The Contractor shall complete each work order in its entirety to the Owner's satisfaction before a new work order will be provided by the Owner. The Owner may identify priority items of work on each work order. The Contractor shall complete all priority items prior to beginning other items of work on a work order. 9. SPECIAL CONDITIONS: • Works may include information obtained from the Owner's records regarding existing pipe materials, diameters, and locations. Should variances to the condition of existing pipe materials be discovered during construction, the Owner reserves the right to revise the rehabilitation limits and/or methods proposed. Should deteriorated piping be discovered that is not suitable for rehabilitation, the Contractor shall identify such pipingto the Owner and said piping may be replaced under another contract. Performing point repairs is not a part of this contract. When the Contractor determines a main cannot be rehabilitated due to misaligned joints or other defects that would normally require a point repair, the Contractor shall inform the Owner of the defect. • The Owner will perform the needed point repair in-house or through another contract. The Owner desires to have the required work completed as soon as possible following award of the Contract and issuance of a work order. The Contractor shall consider this schedule requirement when submitting proposals. 10. Non -Emergency Work Orders: The Contractor shall be given twenty-one (21) calendar days to begin work on each work order after the date on which said work order is issued to the Contractor. Actual Contract time requirements will be prorated based on the total amount of work to be performed in each work order. The Contractor shall achieve Substantial Completion of the listed work no later than twenty-one (21) calendar days for each $20,000.00 of work required in the work order, rounded up to the nearest whole day. The Contractor shall achieve Final Completion no later than three (3) calendar days after Substantial Completion. For example, if the Contractor is given a work order to perform $150,000 of work, Substantial Completion shall occur no later than fifty-three (53) calendar Advanced Pace Technologies, LLC Page 8 of 16 Company Name dVa Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B days from issuance of the work order calculated as follows: 21 days to begin plus 21 days per $100,000 ($150,000/$100,000 x 21 days = 31.5 days = 32 days). Any requests for time extension must be made to the Owner through the Public Works at the time of the delay. The Contractor shall provide two or more crews when required to complete the work provided in each work order in the above timeframe. Should the Contractor not respond in the time required, the Owner may elect to terminate the contract or have the work performed by others. 11. Emergency Work Orders: The Contractor shall mobilization and begin work within twenty- four (24) hours of being notified by the Owner. The Contractor shall make an earnest effort to begin and complete the required work as quickly as possible. The Contractor shall work in consecutive calendar days, including weekends and holidays, from the day the request is made until the required work is completed. Bid Item 31: Emergency Mobilization for Work Order, is provided to compensate the contractor for emergency work orders. 12. If the Contractor must remove and reset fencing to access sanitary sewer manholes requiring work, removal and resetting of fencing will be based upon the unit price bid per linear footage (LF) of various types of fencing removed and reset. Measurement will be made only for the length authorized by the OWNER to be removed and reset. Posts, fencing or other materials, lost, damaged, or destroyed by the Contractor's operations shall be replaced with new material of the same type that existed prior to removal at the Contractor's expense. Fences that are removed and authorized by the Owner not to be reset will not be paid for. 13. When necessaryto allow CIPP installation to storm drain and sanitary sewer mains adjacent to manholes receiving force main discharge, the Contractor shall coordinate manual operation of lift stations with OWNER. Only CITY OF MILTON personnel will be permitted to operate lift stations. A minimum of 48 hour written notice (not including weekends and holidays) shall be given to OWNER. 14. The Contractor shall also provide the Owner with a list of (24/7) emergency and non - business hour telephone numbers for principal staff of this project. 15. Prior to start of construction of each work order, the Contractor shall prepare and submit for approval to the Owner a copy of the proposed sequence of construction operations forthe required work. A sequence of operations must be approved by the Owner prior to the beginning of construction work. 16. The Contractor shall maintain prominent and clear labeling of its company name and its local phone number on a minimum of one (1) vehicle on the project site at all times during construction activities. 17. The Contractor shall restore all broken mitered pipe ends, concrete swales, and other items to their original or better condition when damaged by the Contractor's operations. Unless specifically approved by the Public Works, these costs will be the responsibility of the Contractor. Therefore, the Contractor is responsible for documenting the pre - construction condition of all workareas. Advanced Pace Technologies, LLC Page 9 of 16 Company Name d!b/a Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B2968lA3E96B 18. OWNER will issue final acceptance of each individual work order once the work called for have been completed and the storm drain, and sewer system is operational. Final acceptance will be contingent on the acceptable restoration of all areas disturbed during construction. OWNER will also require the Contractor to provide his written warranty and Contractor's Final Affidavit. Upon final payment to the Contractor by the Owner, the Contractor's warranty period will begin for the work completed under that work order. 19. Each lump sum and unit bid price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR'S overhead and profit for each separately identified item. 20. The CONTRACTOR shall receive and accept the compensation provided in the Schedule of Prices and the Contract as full payment for furnishing all materials, labor, tools, and equipment for performing all operations necessary to complete the Work under the Contract, and also in full payment for all loss or damages arising from the nature of the Work, or from any discrepancy between the actual quantities of Work and quantities herein estimated by the PUBLIC WORKS, or from the action of the elements or from any unforeseen difficulties which may be encountered during the prosecution of the Work until final acceptance by the OWNER. 21. The prices stated in the Schedule of Prices include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the Work as shown on the Drawings and specified herein. The basis of payment for an item at the lump sum or unit price shown in the Schedule of Prices shall be in accordance with the description of that item in this Section. 22. The CONTRACTOR'S attention is called to the fact that the quotations for the various items of Work are intended to establish a total price for completing the Work in its entirety. Should the CONTRACTOR feel that the cost for any item of Work has not been defined by a Schedule of Prices payment item, he shall include the cost for that Work in some other applicable bid item, so that his Proposal for the project reflects his total price for completing the Work in its entirety. 23. The cost of dewatering, safety, regulatory compliance, maintenance of traffic, restoration, environmental protection including construction entrances, testing, television inspection, and other work not specified but required to complete the Work as necessary will not be separately paid for but shall be considered as incidental to other bid items and included in the prices bid for them. 24. MEASUREMENT & PAYMENT, ADJUSTMENT OF UNIT PRICES FOR INCREASE OR DECREASE OF ESTIMATED QUANTITIES OR OF ITEMS OF WORK. Due to the nature of an annual contract, the actual quantities required cannot be predetermined. Adjustment of unit prices will not be allowed regardless if a pay item is not used or used excessively 25. ALTERATIONS. Works may include information obtained from the Owner's records regarding existing pipe materials, diameters, and locations. Should variances to the condition of existing pipe materials be discovered during construction, the Owner Advanced Pace Technologies, LLC Page 10 of 16 Company Name dlbla Advanced Plumbing Technoloev DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B reserves the right to revise the rehabilitation limits and/or methods proposed. Any such changes will not result in an adjustment to the bid prices. 26. RELATED PROVISIONS Payments to CONTRACTOR: Refer to the Agreement. Changes in Contract Price: Refer to the agreement. 27. REMOVAL OF PROTRUDING SERVICE CONNECTIONS General — Description — Precautions • Furnish all equipment, labor, tools, materials, and incidentals necessary to internally remove portions of service connections protruding into the sewer main. • Ensure that the sewer is clean of all dirt and debris following removal of protruding service connections. • Maintain wastewater flows, including bypass pumping, as required at all times during the performance of the Work. • Television Inspection. • Cleaning of Sewers. • Take precautions to protect sewer mains and manholes from damage that might be inflicted by the improper selection of the cleaning process or improper use of the equipment. • When using hydraulically propelled devices, take precautions to ensure that the water pressure created does not cause damage or flooding to public or private property. • Do not allow the sewer to fill with sewage above the crown of any pipe, or beyond any elevation below the crown that could cause overflow of sewage into area waterways, homes, or buildings or onto the ground. Products - Equipment • Remove the service connection with an internal, remote -controlled intruding pipe remover. Excavation and replacement of the protruding service connection will not be allowed unless specifically indicated on the Drawings. • The equipment shall be capable of cutting concrete, poly -vinyl chloride pipe, vitrified clay pipe, or other materials commonly used for pipe construction with the exception of cast iron or steel. • Pull the equipment through the sewer using winches and a cable set up between adjacent manholes. • If necessary, position the equipment using a CCTV camera in conjunction with the cutter assembly. Execution - Performance • Remove the protruding service connection to the point where it isflush with the inside wall of the sewer main. • Remove protruding service lateral prior to the Post -construction TV Inspection specified in Section 02651, Television Inspection. • Protect existing sewer lines and service connections from damage caused by improper use of the equipment. • As directed by the PUBLIC WORKS, immediately repair damage to a sewer or service connection caused by removal of a protruding service at no additional Advanced Pace Technologies, LLC Page 11 of 16 Company Name d!b/a Advanced Plumhing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B compensation. • Remove all dirt and debris from the sewer following completion of protruding service connection removal in that reach. 28. BID ITEMS DEFINED 49 items listed on bid sheet a. Bid Item 1:Television Inspection • Measurement: The quantity for this Item shall be the linear feet of storm drain and sewer pipe internal television inspected measured by wheel or tape on the ground surface from center of manhole to center of manhole horizontally above the centerline of the pipe inspected. • Payment: The unit price for this Items shall be full compensation for providing all labor, materials, equipment, tools, and incidentals to perform all aspect of the internal television inspection of the sanitary sewer mains. The television inspection shall be performed to indicate both pre -construction conditions and post -construction conditions. Payment per linear foot for this item is one time per line segment. Payment for cleaning of the existing sewer mains shall be made under bid items 27 thru 30. Each service connection shall be video inspected from within the main using a pan and tilt camera head so that the camera can video the interior of the lateral at the connection. The pre - rehabilitation and post -rehabilitation video shall be provided together so that the post -rehab footage will directly follow the pre -rehab footage for each segment of main rehabilitated. Sewer main segments determined from pre - rehab video as not needing lining shall be on a separate recording from those mains lined. All video work shall be performed in accordance with Section 02651 Television Inspection, included herein. The unit price bid for this item shall include all reporting and video recording requirements. b. Bid Items 2 thru 26: CIPP Mainline Rehabilitation • Measurement: The quantity for these Items shall be the linear feet of various diameter sewer pipe lined with CIPP felt liner of various thicknesses measured by wheel or tape on the ground surface from center of manhole to center of manhole horizontally above the centerline of the pipe lined. • Payment: The unit price for these Items shall be full compensation for providing all labor, materials, equipment, tools, and incidentals, for all aspects of installing CIPP in existing sanitary sewer piping, whose condition is classified as fully deteriorated. Payment for this item shall include tie-ins of the CIPP to existing manholes and debris, sand, roots etc. regardless of the severity of debris/sand/roots present. The unit price bid for this item shall include removal of the debris at the downstream manhole and incidentals necessary to restore the main to its capacity. Payment for storm water and sanitary sewer mainline cleaning shall be once per mainline. Disposal of the debris/sand removed from the storm water and sanitary sewer system as required to perform cleaning hall be considered a subsidiary obligation of this item of work. All mainline cleaning work shall be performed in accordance with Section 02760 Cleaning of Sewers, included herein. Advanced Pece Technologies, LLC Page 12 of 16 Company Name dJble Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B C. Bid Items 27 thru 30: Sanitary Sewer Mainline Cleaning • Measurement: The quantity for these Items shall be the linear feet of various diameter storm water and sewer pipe cleaned measured by wheel or tape on the ground surface from center of manhole to center of manhole horizontally above the centerline of the pipelined. • Payment: The unit price for this Item shall be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of cleaning various diameter storm water and sanitary sewer mains to remove debris, sand, roots etc. regardless of the severity of debris/sand/roots present. The unit price bid for this item shall include removal of the debris at the downstream manhole and incidentals necessary to restore the main to its capacity. Payment for storm water and sanitary sewer mainline cleaning shall be once per mainline. Disposal of the debris/sand removed from the storm water and sanitary sewer system as required to perform cleaning hall be considered a subsidiary obligation of this item of work. All mainline cleaning work shall be performed in accordance with Section 02760 Cleaning of Sewers, included herein. d. Bid Item 31: Emergency Mobilization for Work Order • Measurement: The quantityforthis Item shall be per each emergency response within twenty- four (24) hours of being notified by the Owner. • Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals required to mobilization and begin work within twenty-four (24) hours of being notified by the Owner. All other bid items shall apply accordingly. The Contractor shall make an earnest effort to begin and complete the required work as quickly as possible. The Contractor shall work in consecutive calendar days, including weekends and holidays, from the daythe request is made until the required work is completed. e. Bid Item 32thru 35: Mobilization/Demobilization for Sewer Bypass Pumping • Measurement: The quantity for these Items shall be mobilization/demobilization for various diameters of storm water and sanitary sewer mains per each work order general vicinity. These items shall include up to 1,200feet of discharge. • Payment: The unit price for these Items shall be a full compensation for mobilizing and demobilizing all personnel, materials, equipment, and incidentals necessary per each work order location to perform bypass pumping for the cleaning and lining of storm water and sewer mains and rehabilitating manholes. The unit price bid for these items shall be once per work order location requiring bypassing regardless of the number of setups and regardless if the cleaning and lining is performed at separate times. The unit price bid for these items shall include up to 1,200 feet of discharge. If more than 1,200 feet of discharge is required a price will be negotiated for the additional footage. These pay items are in addition to Pay Item Sewer Bypass Pumping. f. Bid Items 36 thru 39: Sewer Bypass Pumping • Measurement: The quantity for these Items shall be per hour of bypass pumping of various diameters of sanitary sewer mains. Bypass time shall begin Advanced Pace Technologies, LLC Page 13 of 16 Company Name dlhla Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B when the sewer main flow is diverted through the pump to a downstream manhole and ends when the sewer main flow returns to the storm water and sanitary sewer main. • Payment: The unit price for these Items shall be full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to bypass the existing storm water and sanitary sewer mainline of various sizes for one (1) hour to perform the required work. When bypassing sewer mains > 24" - 48", the contractor shall provide a person on site (24/7) throughout the bypassing operation to monitor theflow. g. Bid Item 40: Remove Protruding Service • Measurement: The quantity for this Item shall be the number of protruding laterals removed. • Payment: The unit price for this Item shall be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of removing protruding service laterals to be flush with the existing sewer main to allow for installation of CIPP. The service shall be trimmed in a manner that will not damage the service beyond the main and will not create a condition allowing groundwater infiltration at that service connection. h. Bid Item 41: Service Reinstatement • Measurement: The quantity for this Item shall be the number of active lateral taps and drop connections reinstated through the new cured -in -place pipe liner. • Payment: The unit price for this Item shall be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of reinstatement of lateral and drop connections as specified and shown. No payment shall be made for the reinstatement of capped tap connections. i. Bid Item 42: Dye Testing to Locate Active Service Connection • Measurement: The quantity for this Item shall be per each property containing a building requiring a dye test to locate the lateral. • Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to perform dye testing at one (1) property parcel containing a home or business as necessary to determine the location of the active service connection serving said property. In general, each property parcel shall have only one (1) service connection. Properties having more than one active connection shall immediately be brought to the attention of the Owner. Payment for this item shall include coordination of dye testing with businesses or homes, coordination of dye testing with the Owner's project representative, and television inspection as necessary to determine the location of the active service connection. Payment for reinstatement of the active service connection will be at the unit price bid. j. Bid Item 43: Silt Fence for Erosion Control • Measurement: The quantity for this Item shall be linear foot of silt fence installed for erosion control. • Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to install and maintain one linear foot of silt fence for erosion control as per Florida Advanced Pace Technologies, LLC Page 14 of 16 Company Name d/b!a Advanced Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B Stormwater Erosion and Sedimentation Control Inspector's Manual, Chapter 4. k. Bid Item 44: Hay Bales for Erosion Control • Measurement: The quantity for this Item shall be per each hay bale installed for erosion control. Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to install and maintain each hay bale for erosion control as per Florida Stormwater Erosion and Sedimentation Control Inspector's Manual, Chapter 4. Bid Item 45: Mulching and Grassing for Erosion Control • Measurement: The quantity for this Item shall be per square yard of mulching and grassing installed for erosion control. • Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to install and maintain one square yard of mulching and grassing for erosion control. m. Bid Item 46: Sod • Measurement: The quantity for this Item shall be square yard of sod installed. • Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to install and maintain one square yard of sod to match the existing grassing. n. Bid Item47: Remove and Reset Fencing -Chain Link Measurement: The quantity for this Item shall be linear foot of existing chain link fence (Up to 8 feet in height) removed and reset for access to perform the required rehabilitation. • Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to remove and reset the existing chain link fence to allow for access to the existing manholes to perform the required rehabilitation. o. Bid Item 48: Remove and Reset Fencing -Wood Privacy Measurement: The quantity for this Item shall be linear foot of existing wood privacy fence (Up to 8 feet in height) removed and reset for access to perform the required rehabilitation. Payment: The unit price for this Item shall be a full compensation for providing all labor, materials, equipment, tools, and incidentals necessary to remove and reset the existing wood privacy fence to allow for access to the existing manholes to perform the required rehabilitation. p. Bid Item 49: Maintenance of Traffic Measurement: The quantity for this Item shall be for all items necessary for a complete traffic maintenance system for each day (24hour period) that traffic control measures are necessary in addition to cones and flagmen. • Payment: The unit price for this Item shall be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of developing, implementing, and maintaining the necessary traffic maintenance beyond the typical cones and flagmen to allow for the cleaning, television inspection and CIPPL of the storm water and sanitary sewer mains for each day (24-hour period) Advanced Pace Technologies, LLC, Page 15 of 16 Company Name d1blaAdvapspd Plumbing Technology DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B requiring traffic maintenance measures issued in a work order. All maintenance of traffic shall be performed in accordance with state and local authorities. The use of only cones and flagmen for maintenance of traffic shall be considered incidental to the television inspection. C. INSURANCE REQUIREMENTS: Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Milton shall not be deemed or construed to have assessed the risk that may be applicable to the Contractor. Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Contractor shall carry the following limits of liability as required below: Dollar amounts may change in accordance with the event or project. Events may include Food and liquor liability. 1. Commercial General Liability - ISO CG 001 Form or equivalent. General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Each Occurrence Limit $1,000,000 Personal/advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 2. Automobile Liability Bodily Injury/Property Damage $1,000,000 each accident Personal Injury Protection (PIP) Statutory 3. Workers' Compensation Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability): ➢ Each Accident $100,000 ➢ Disease -Each Employee $500 000 ➢ Disease -Policy Limit $100,000 D. MODIFICATIONS: Modifications to provisions of this contract shall only be valid when they have been rendered in writing and duly signed by both parties. The Parties agree to negotiate this contract if stated revisions of any applicable laws, regulations or increases/decreases in allocations make changes this this contract necessary. E. TERMINATION: This contract may be terminated by either party upon no less than thirty (30) calendar days' notice, without cause, unless a lesser time is mutually agreed upon by both parties. Said notice shall be delivered by certified mail (return receipt requested), by other method of delivery whereby an original signature is obtained, or in -person with proof of delivery. In the event of termination, the vendor will be paid for all costs incurred and hours worked up to the time of termination. Advanced Pace Technologies, LLC Page 16 of 16 Company Name d/b/a Advanced Plumbing Technology DocuSign Envelope ID: D89CA1314347-4FE9-83F0-B29681A3E96B DRUG -FREE WORKPLACE (F.S. 287.037) Preference to businesses with drug -free workplace programs. —Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. Vendor Name Advanced P ce T 2 hnologies, LLC d/b/a Advanced Plumbing Technology Date: ✓,O do�,1 We ha a�re WAkplace program. Oyes; or ❑nO (checkone) Vendor's Signature P.O. Box 909 ® 6738 &Y('7 t Streets Milton, Florida 32572 s (850) 983-54000 Fax (850) 983-5415 —Established I844--- DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B COLT 7L11C, ' OF INTEREST DISCLOSURE ]FORM For purposes of determining any possible conflict of interest, all bidders/proposers, must disclose if any City of Milton, employee(s), elected officials(s), of if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business. Indicate either "yes" (a City employee, elected official, or agency is also associated with your business), or "no". If yes, give person(s) name(s) and position(s) with your business. YES NAME(S) Pace T Fi LLC nology By (li nature): 638 Eghway 50 Ste 4, Clermont, FL 34711 Address E-Mail: Zoie@chooseapt.com ZAForm kCO', TRACTOR FORMS Conflict of Interest Disclosure Fornt.doc NO POSITION(S) Taylor Yarkosky By (Printed): CEO/Owner Title 407-492-8881 Phone No. DocuSign Envelope ID: D89CA13113347-4FE9-83F0-B29681A3E96B NON -COLLUSION AFFIDAVIT STATE OF Florida COUNTY OF Lake Taylor Yarkosky Owner, Partner or Officer of Firm Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology, 638 E. Highway 50, Suite 4 Clermont, FL 34711 Company Name, Address, City and State Being of lawful age, being first duly sworn, on oath says that he/she is the agent authorized by the bidder to submit the attached bid. Affidavit further states as proposer, that they have not been a party to any collusion among bidders in restraint of competition by agreement to bid at a fixed price or to refrain from bidding; or with any officer of the City of Milton or any of their employees as to quantity, quality or price in the prospective contract; or any discussion between bidders and any official of the City of Milton or any of their employees concerning exchange of money or other things of value for special consideration in submitting a s96le bid for: A I01 t7ui►/lui-W SIGNATURE: TITLE• Taylor Yarkosly- CEO/Owner , LLC d/b/a Advanced Plumbing Technology The foregoing instrument was acknowledged before me this 8*4' day of march , 2021 by the above signed acting on behalf of the organization/company. /she i wn me or has produced as identification and did (did not) take an oath. EKE blic State of Florida Signatt e of Not lry SEAL Brea saion GG 266113 /OW2022 P.O. Box 909 • 6738 Dixon Street o Milton, Florida 32572 • (850) 983-5400 o Fax (850) 983- 5415 Established 18 44- DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B ORN STATEMENT PURSUANT TO SECTION 287.133(3)(A FLORIDA STATUTES ON PUBLIC ENTITY CRIME THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Milton By Taylor Yarkosky (print this individual's name and title) for Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology (print name of entity submitting statements) whose business address is 638 E. Highway 50, Suite 4, Clermont, FL 34711 and if applicable whose Federal Employer Identification Number (FEN is 31-2375756 If the entity has no FEIN, include the Social Security Number of the individual signing this sworn Statement: 2. I understand that a "public entity crime" as defined in paragraph 287.133(l)(a), Florida Statutes, mean a violation of any state or federal law by a person with respect to and directly related to the transactions of business with any public entity or with an agency or political subdivision of any other state or with the United States including, but not limited to any bid or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted" or "convection" as defined in Paragraph 287.133(1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a Jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in paragraph 287.133(1)(a), Florida Statutes. means: 1. A predecessor or successor of a person convicted of public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in a relation to the entity submitting this sworn statement. (Please indicate which statement applies). 36 DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B2968lA3E96B Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. AND (Please indicate which additional statement applies). ❑ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, -employees, members, or agents who are active in the management of the entity, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. However, there has been a subsequent proceeding before a Hearing Officers of the State of Florida, Division of Administrative Hearings and the Final Order by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attached is a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THE PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED AND FOR THE PERIOD OF THE CONTRACT ENTERED INTO. WHICHEVER PERIOD IS/CDtiGER. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY YRIORTO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVI ? INS CT O� 2.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE N OHM Tjf��,1 I(' TAINED IN THIS FORM. Cityof a lcrYYlonr STATE OF FLORIDA Sworn and subscribed before me this a day of MQrC� , 2001 by T�—� r 1 Cur V-0 S who is ersonal ly known o me Or who produced identification - f (Type of Identification) r I (Signa ure) N tary Public —State of Florida Via-Iiu SV,0 a reo (Printed, typed or stamped commissioned name of notary public) My commission expires Oct - 37 or N Notary Publ'vc State d Fkxida aP Katiuska Brea �` My Commission GG 256113 ~�aw°' Expires 99l012022 ( SEAL) DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B CERTIFICATE OF LIABILITY INSURANCE DATE(MMIOD`YYYY' 02/1212021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELYAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER CONTACT Maria Benitez NAME: Jackson Insurance Agency Po (305) 824-3464 ci , No : (305) 822-8535 2075 West 76th St E-MAIL ti eh:+--�I--l-..,...----,_. --- INSURERS AFFORDING COVERAGE NAIC 0 Hialeah FL 33018 INSURER.: Wilshire Insurance Co. 13234 INSURED INSURERB: Ascendant Insurance Co. Advanced Pace Technologies, LLC DBA: Advanced Plumbing INSURER C : GuideOne National Insurance Company Technologies LLC and APT Property Services LLC INSURERD: 638 E Highway 50 Ste 4 INSURER E : Clermont F.I. 34711 JINSURERF: COVERAGES CERTIFICATE NUMBER: Advance Pace REVISION NUMBER: THIS IS TO CERTIFYTHATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDINGANY REQUIREMENT, TERM OR CONDITION OFANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED 13Y PAID CLAIMS. INSR ADO SD'B - LTR TYPE OF INSURANCE INSD 4WD POUCYNUMBERMM/DDIYYYY POLICY E%� UNITS X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCE 1,000,000 CLAIMS � 7,3 A • ET EfTEDjQ0,000 $ -MADE OCCUR PREMI ESfDoccurrence $MEDEXP(A one on $ 5,000 A BRK0000221 01 07/10/2021 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE Is 2,000.000 POLICY ❑ jERCT LOC PRODUCTS-COMPIOPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea acclden ANYAUI'O BODILY $ g OWNED SCHEDULED 1 CA-53081-0 AUTOS ONLY x' AUTOS 08/05/2020 08/05/2021 BODILY INJURY (Per ( a $ HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY 1 PROPERTY DAMAGE per acdde $ Comp / Col Deductible $ 500 UMBRELLA LIAR OCCUR f EACH OCCURRENCE $ 2,000,000 A EXCESS LAB CLAIMS -MADE XL00018900 07/10/2020 07/10/2021 AGGREGATE $ 2,000,00C DED RETENTIDN $ PER OTH- $ _ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNERfEXECUTIVE ❑ NIA OFFICER/MEMBER EXCLUDED? EL EACH ACCIDENT $ (Mandatory In NH) If yes, describe order E.E.L.DISEASE - EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below — E.LDISEABE-POUCYLIMIT $ Pollution & Environment Liability Aggregate 2,000,000 C ENV562004263-00 02/11/2021 02/11/2022 Each Pollution Limit 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) This certificate is solely for the use as " Evidence of Insurance" SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B CERTIFICATE OF LIABILITY INSURANCE DATE(MM1oDlYYYY) 03103/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING 1NSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy (Res) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). (PRODUCER CONTACT NAME: PHONE: (800) 277-1620 X 4800 IFAK (727) 797-0704 E-MAIL ADDRESS: FmnkGrum Insurance Agency, Inc. INSURERS(S) AFFORDING COVERAGE NAIL# 100 South Missouri Avenue Clearwater, FL 33756 INSURER A: Frank Winston Crum Insurance Company 11600 INSURED INSURER B: INSURER C: INSURER D: FrankCrum L/C/F Advanced Pace Technologies, LLC INSURER E: 100 South Missouri Avenue Clearwater, FL 33756 INSURER F: COVERAGES CERTIFICATE NUMBER: 768215 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL LTR INSRD SUBR POLICYNUMBER WVD POVCYEFF POLICY EXP (MWDDNYYY) (MMMDNYM OMITS COMMERCIAL GENERAL LIABILITY EACH OGCURENCE $ CLAIMS MADE ❑OCCUR DAMAGE TO RENTED PREMISES (Ea $ ecnefea�) MED EXP (Any one pamen) $ PERsoNAL a ADV INJURY $ GEN- AGGREGATE OMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑PROJECT 0— PRODUCTS-COMPIOP AGG $ OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE UNIT (Ea -olden) $ ANYAUTO BODILY INJURY(Perp—) $ OWNED AUTOS SCHEDULED ONLY AUTOS BODILY INJURY (Per ecddenf) $ HIREDAUTOS NON -OWNED ONLY AUTOS ONLY PROPERTY DAMAGE (Per wddenq $ $ UMBRELLA LEA e OCCUR EACH OCCURa)CE $ EXCESS LAB CLAIMS MADE AGGREGATE $ IDED1 IRETENTION $ $ VMRKEi.S COMPENSATION AND EMPLOYERS• LIAB$.rTY Y/N X PER STATUE OTHER ANY PROPRIETORIPARTNERExECVTNE ❑ E.LEACHACCIDENT $1.000,000 A OFFICERIME.fBEREXCLUDED7 N/A WC202100000 01/01l2021 01/01/2022 (M. datery In NH) E.L. DISEASE -EA EMPLOYEE $1.000,000 Vy-. deealbe under DESCRIPTION OF OPERATIONS I bw E,L DISEASE -POLICY LIMIT $1.000,000 'DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Effective 12(1612019, coverage is for 100% of the employees of FrankCrum leased to Advanced Pace Technologies, LLC dba Advanced Plumbing Technology (Client) for whom the client Is reporting hours to FrankCrum. Coverage Is not extended to statutory employees. CERTIFICATE HOLDER Advanced Plumbing Technology 638 FL50, Ste. 4 Clermont, FL 34711 CANCELLATION ULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN DRDANCE WITH THE POLICY PROVISIONS. REPRESENTATIVE ©1988-2016 ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD rights reserved. DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B —LOCJ- n- 70 47 4 a 4-1 u u 0 LIJ 0 F- !E 4� fu LLI LU U-11 ai co 0 >- IM Z 0 -r fu z (D u CN E Z, --j 0 j'CI4 V) 0 0 CJ j- LiLn: MN %_4 a) 4- LLJ Lu 4 u >- w LL u 0 Lu It Ln - F- 0 > rq - (A aI 0 (A CY) 0 — -j u ::) LL -2 -4�C LL 0 z 0 LT a. >- U (D yj < < LL4-j 4-1 Q ry ILL) lu u 0 ui tn �- 1� LL z Li -I 0 Z -U, _0 c 0 LU L > in LY I-- u Nt. t,y- 1 2 . V) 0 L-Li 0.0- 1 . =),i a 0 -C ;;- < Lr) LU Z z LLI LIJ 0 (A 4-J 0 (n r- -c6 4- z LLJ Z ai Z u 0 4-J LL LLJ 0 z 0 z 0 z 2 9 C: D 0 V) < 0 IM U u > a D X > LL -J 0 Ln 0 UJ < Lf) 4-J z ui > 7 < (1) 0 z V) LLJ 0 C F Z rt, Q) al LU u > 0 LLJ LD U -7 a 0 U) Ii < n CL 0 LU fx DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B r l o ilton Purchasing Depurttuent ITB 2021.02 Cured In Place Pipe ADDEND UM #1 Mali-ch 4, 2021 I. Could the Owner/Engineer please clarify if this CIPP rehab bid is for storm or sanitary or for both the assets? The measurement and payment section is giving conflicting information. The contract is for both sewer and storm drain. 2. If the city plans to rehab storm pipe as well using these said contract pricing, where are the pay items for cleaning storm pipeline segments? Bid items 27 to 30 are for sanitary pipeline. Items 27 through 30 shall be Main Line cleaning for sewer and storm drain. 3. In regards to sanitary pipe cleaning bid items 27-30, could the Owner/Engineer please clarify if any of the cleaning will involve tuberculation removal? If yes, then please add pay items for Tuberculation removal per pipe size range? No, it does involve tuberculation. 4. In regards to storm pipe cleaning, could the Owner/Engineer please clarify if they anticipate any barnacle removal? If yes, then please add pay items for barnacle removal per pipe size range? No, it does not include barnacle removal. 5. In regards to Bid Item 32 thru 35, the measurement and payment says "The unit price bid for these items shall be once per work order location requiring bypassing regardless of the number of setups and regardless if the cleaning and lining is performed at separate times", this statement is fair when the Work Order is for one location which requires one bypass setup. The same statement will undermine the contractor and open to huge financial risk, if in case there is one Work Order which has multiple locations with multiple segments needing bypass. Could the Owner/Engineer please consider re wording it to "to be paid per setup"? The work order will be for one location. 6. In reference to protruding laterals removal, the specs mention "The service shall be trimmed in a manner that will not damage the service beyond the main and will not create a condition allowing groundwater infiltration at that service connection", if in case the laterals are already leaking will the contractor be required to grout the lateral connection? If yes, as this is unknow please add a pay item for grouting lateral on as needed basis. You will not be responsible for any leaks Pryor to any work being done. 7. In reference to Bid Item 49 - Maintenance of Traffic, under measurement and payment each day is defined by as 24 hrs., Could the Owner/Engineer please clarify if the contractor needs traffic control measures during normal working hours (8-12 P.O. Box 909 . 6738 Dixon Street. Milton, Florida 32572 . (850) 983-5438• Fax (850) 983-5415 --Established 9844- DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B hrs) and does not needs traffic control for full 24 hrs, how will he be compensated by the day or by the hour? As long as the road can be reopened to normal flow of traffic, traffic control will only be needed during working hours. 8. Could the Owner/Engineer please share previous detailed bid tabulations of similar project scope? This is the first contract for this type of work do not have any bid tabs of previous work history. 9. Could the Owner/Engineer please share a summary of purchase orders history released in pervious year annual contract of similar scope? Same answer as question number 8. 10. Can I request the previous bid tabulations for this subject bid? Same answer as question number 8. 11. Can we get a copy of the two additional sections referenced in the bid language? a. Section 28.A for Bid Item 1 TV Inspection states... "All video work shall be performed in accordance with Section 02651 Television Inspection, included herein. The unit price bid for this item shall include all reporting and video recording requirements. " I cannot find this section within the actual bid documents. Section 0265 1 information is attached. b. Section 28.13 for Bid Items 2 through 26 it states... "All mainline cleaning work shall be performed in accordance with Section 02760 Cleaning of Sewers, included herein. " Same as above, I cannot find this section within the actual bid documents and there are no supplemental attachments in the link. Section 02760 information is attached. End of Addendum #1 *kxx�x9cYxY9:��t*x�:�:k*x�r�c�cs���F�� k��9c&*Fk*�ck�ck9r��c:Yk'::k9exxx*�x�F�F�c**k3exxi;FkF k9rY��9c9: x The information given in this addendum is in addition to or supersedes conflicting information in the invitation to bid and is hereby made a part of the request. Bidders are hereby notified that they shall make any necessary adjustments in their estimates as a result of this Amendment. It will be construed that each bidder's proposal is submitted with full knowledge of all modifications and supplemental data specified herein. BIDDERS MUST SIGN THE AMENDMENT AND SUBMIT IT WITH THEIR BID. ACKNOW tjDvGN S�I hereby c rtyft4t v received the above addendum: Signature 0 ^ \ 3,�L�0) Date THIS ACKNOWLEDGEMENT MUST BE RETURNED WITH BID/PROPOSAL PACKAGE. DocuSign Envelope ID: D89CA131-4347-4FE9-83FO-B29681A3E96B Section 02651 - Television inspection PART 1: General 1.1 Description — Provide all labor, materials, tools, equipment and incidentals as shown, specified, and required to perform television (TV) inspection of existing, new and rehabilitated piping including sewer mains and sewer lateral connections. 1.2 Definitions — 1.2.1 Pre -Construction Inspection — TV inspection of sewers and storm drains to ascertain that the condition of the pipe meets acceptable standards for the proposed rehabilitation. 1.2.2 Post -Construction Inspection — TV inspection of repaired or rehabilitated sewer mains and storm drains. 1.3 Requirements — The Contractor shall be aware that this Contract requires work in active sewers and shall follow all federal, state and local requirements for safety in confined spaces. 1.4 Performance Requirements — 1.4.1 Inspection shall be performed by a National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP) certified operator and shall meet the coding and reporting standards and guidelines as set by PACP. All report annotations, pipe conditions and pipe defects shall be identified properly using PACP codes as defined by PACP, and severity ratings shall be calculated according to PACP. 1.4.2 Quality of inspection recording shall be acceptable to CITY when viewed on a standard computer monitor. 1.5 Submittals — 1.5.1 CCTV equipment, including make, model, age of video systems and tractors, and documentation that CCTV software is PACP v4.2 -certified. 1.6 Reference Standards — NASSCO prepared Pipeline Assessment and Certification Program, Second Edition Reference Manual, 2001. This manual includes a standard TV inspection form and sewer condition codes. PART 2: Products 2.1 Television Equipment — 2.1.1 Closed Circuit TV Equipment — Select and use closed-circuit television equipment that will produce a color recording. The camera and video system components shall have the following properties: 2.1.1.1 Equipped with footage counter accurate to two tenths of a foot that displays on the TV monitor the exact distance of the camera from the starting point of the recording. 2.1.1.2 Lighting system that allows the features and condition of the pipe to be clearly seen. Lighting shall not cause shadows or loss of color within the field of view of the camera. 2.1.1.3 Capable of operating in 100 percent humidity conditions. 2.1.1.4 Capable of producing a minimum 470 lines of vertical resolution color video picture. Picture quality and definition shall be to the satisfaction of the Engineer. 2.1.2 Pipe Inspection Camera — The pipe inspection camera and video components shall have the following additional properties: 2.1.2.1 Capable of producing a video recording using a pan -and -tilt, radial viewing, pipe inspection camera that pans ± 275 degrees and rotates 360 degrees. 2.1.2.2 Camera height adjustment so that the camera lens is always centered at one-half The inside diameter, or higher, in the pipe being televised. 2.1.2.3 Include a reflector in front of the camera if necessary to provide acceptable video image quality in large diameter pipe. 2.1.3 TV Studio — TV studio is to be contained in an enclosed truck, trailer or van. It shall have room and seating for the operator and the City Employee and also room for at least one standing visitor with the doors closed. The studio shall have air conditioning and heating. DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B Normal operation of all equipment, including the TV camera, monitor, and winches is to be from a control panel in the studio. 2.1.4 Recording — All recordings are to be in digital format. 2.1.4.1 Image Capture — Digitized picture images shall be stored and be exportable as JPEG formats. 2.1.4.2 Video Capture — Full time live video and audio files shall be captured for each pipe segment and lateral inspected. The files shall be delivered in MPEG format on a USB 2.0 external hard drive and viewable at real time and fast forward speeds on an external personal computer that utilizes MicroSoft Media Player, version 9.0. Alternate digital formats will not be accepted unless approved by the CITY in advance of submittal. The video shall have a minimum resolution of 640 pixels (x) by 480 pixels (y) and an encoded frame rate of 29.97 frames per second. System shall perform an automatic disk image/file naming structure to allow saved Video/data sections to be "Burned" to digital format. It shall have the capability of "burning" a minimum of 120 minutes of recording to the DVDR media. The video recording shall be free of electrical interference and shall produce a clear and stable image. The audio recording shall be sufficiently free of background and electrical noise as to produce an oral report that is clear and discernable. The digital recordings and inspection data shall be cross-referenced to allow instant access to any point of interest within the digital recording. PART 3: Execution 3.1 Television inspection — 3.1.1 Prior to TV inspection, clean sewer lines, storm drain, and manholes. Re -clean any sewer line or manhole found to be dirty during the TV inspection process. 3.1.2 Perform Post -construction inspections of cured -in -place mainline liners no sooner than 30 days after the completion of the lining work. 3.1.3 Televise the sewer and storm drain line to document the condition of the line. Notify the CITY 48 hours in advance of any TV inspection so that the CITY may observe inspection operations. Provide a color recording showing the completed Work. to 3.1.4 For mainline sewer and storm drain inspections, inspections shall be from center of the starting manhole the center of the ending manhole. Record the condition of the entire circumference of the pipe penetration. Measure distances along the pipe from the center of the upstream manhole. 3.1.5 Prior to recording the location of defects, construction features and service connections, remove slack in the cable of the television inspection camera to ensure metering device is designating proper footage. Check accuracy of the measurement meters daily by use of a walking meter, roll -a -tape, or other suitable device. 3.1.6 Perform the preset before starting to record the inspection (i.e. the counter should not suddenly reset or jump during the recording). If a preset point on the CCTV cable is used to set the counter, Contractor shall back up the camera after setting the preset and record the entry to the pipe. 3.1.7 Center the camera in the middle of the pipe. 3.1.8 Move the camera through the line (in the downstream direction whenever possible) at a uniform rate not to exceed 30 feet per minute. 3.1.9 Stop at every joint for three seconds. When infiltration or other defects are evident, use pan and tilt to document pipe condition. Stop elsewhere when necessary to ensure proper documentation of the sewer's condition. 3.1.10 Stop at every lateral connection. Center the camera so that the lighting and the pan and tilt view can be used to inspect as far Into the lateral connection as possible. Pan the circumference of the tap, recording all defects found in the service connection. Where lateral flow is observed, observe flows from service connections for approximately two DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B minutes to ascertain if the flow is sanitary or extraneous flow. The video recording may be paused during observation. Record results of the flow observed on video recording and inspection logs. 3.1.11 Capture color still shots of video recordings for all defects encountered. 3.1.12 Use manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer and storm drain conditions to move the camera through the sewer and storm drain lines. 3.1.13 TV inspection recordings shall be continuous for each pipe segment. 3.1.14 Adjust light levels, clean fouled or fogged lens, and allow vapor to dissipate from camera lights in order to produce acceptable recordings. All TV inspection recordings that do not meet the specified requirements shall be retelevised at no additional cost to the Owner. 3.2 Flow Control — 3.2.1 Adequately control the flow in the section being televised. Plugging or bypassing of the flows may be used to accomplish this. Recordings made where the depths of wastewater flow shown below are exceeded will be rejected: Flow Control Durincl Television Inspection Pipe Diameter (Inches) 6-10 I Depth of Flow (% of Pipe Diameter) 10 Pipe Diameter (inches) 12-24 1 Depth of Flow (% of Pipe Diameter)15 Pipe Diameter (Inches) Over 24 I Depth of Flow (% of Pipe Diameter) 20 3.2.2 Whenever flows in a sewer line or storm drain are blocked, plugged, pumped, or bypassed, take sufficient precautions to protect the sewer and storm drain lines from damage that might be inflicted by excess water surcharging. Further, take precautions to ensure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers or storm drain involved. No overflows are permitted. The Contractor is responsible for all damages. 3.2.3 Contractor is responsible for all damages to Contractor owned and operated equipment, Owner facilities, and privately owned facilities caused by malfunction of plugs, pumps or other Contractor equipment. In the event of a failure or malfunction of Contractor equipment, Contractor is responsible for all work necessary to restore facilities to preconstruction condition including but not limited to excavation and restoration of sewer lines and roadways required to retrieve malfunctioning or stuck cameras, plugs and hoses. 3.2.41t is anticipated that portions of the sanitary sewer are bowed or bellied and as a result the camera will be submerged. Wherever the camera encounters a submerged condition, or where the wastewater flow depth exceeds the maximum allowable, reduce the flow depth to an acceptable level by performing the survey TV inspection during minimum flow hours, or by pulling a camera with swab, high -velocity jet nozzle or other acceptable dewatering device. Recordings made while floating the camera are not acceptable unless approved by Engineer. 3.3 Passage of TV Camera — if during TV inspection of a pipe segment the camera is unable to pass an obstruction even though flow is unobstructed, televise the pipe segment from the opposite direction in order to obtain a complete recording of the line. Measure the distance between the manholes (centerline to centerline) with a tape or wheel to accurately determine the total length of the manhole segment. 3.4 Inspection Deliverables — 3.4.1 Written Inspection Reports — Provide printed location records to clearly identify the location of each defect, or lateral connection, in relation to adjacent manholes, using a standard stationing system zeroed on the upstream manhole. Record all information requested using proper NASSCO PACP defect codes. The reports shall include at least the minimum amount of information required by PACP, including required PACP header information. Color still shot images of all defects encountered shall be Included with each, pipe segment. 3.4.2 Electronic Inspection Reports — 3.4.2.1 Provide a NASSCO PACP v4.2 certified database listing all PACP required data DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B fields for each pipe segment. The provided database shall be in ".mdY format with no password protection on the file. 3.4.2.2 For each type of CCTV deliverable (Pre -Construction, Post -Construction, Warranty), provide a single database containing all the inspections for the Project. 3.4.2.3 Post Construction deliverables will contain a single inspection for each asset, inspected upon completion of all non -warranty Work on the asset. 3.4.2.3.1 Submit two inspection records for a single asset only if the asset cannot be completely inspected from one side due to the physical condition of the pipe, Properly use the PACP "MSA" coding for each such inspection record. 3.4.3 inspection Recordings -- 3.4.3.1 Provide digital inspection recordings for all recordings, unless otherwise specified in paragraph 3.4.4. 3.4.3.2 Recording shall be of a quality sufficient for Engineer to evaluate the condition of the sewer or storm drain, locate the service connections, and verify cleaning. If CITY determines that the quality is not sufficient, re -televise the sewer or storm drain segment and provide a new recording and report at no additional compensation. Camera distortions, inadequate lighting, dirty lens, or blurred/hazy picture will be cause for rejection. Payment for televised inspection will not be made until CITY approves the recordings and reports. 3.4.3.3 Only pipe segments from the same Project shall be included on a given hard drive. Multiple deliverable types may be included on a given hard drive, but the files must be organized in individual project folders. TV inspection recordings shall not be edified. 3.4.3.4 Digital recordings: Each pipe segment must be its own electronic file. Electronic recording file must allow snap scrolling to allow easy and quick access of the entire recording. 3.4.3.5 Each hard drive must have a file index whose name contains the pipe segment reference number. 3.4.3.6 Maintain a master copy of all recordings and Inspection Reports for two years after delivery of reports and recordings. 3.4.3.7 Label each hard drive with the following information: 3.4.3.7.1 File Number 3.4.3.7.2 Contractor's Name 3.4.3.7.3 Project Name 3.4.3.7.4 Contract Number 3.4.3.7.5 Drawing Number 3.4.3.7.6 Inspection Type: Post Cleaning, Repair 3.4.3.7.7 Date Televised 3.4.3.7.8 Pipe Segment Asset Identification Number 3.4.4 Inspection — Inspection deliverables for different types of inspections are defined below: 3.4.4.1 Pre -Construction Inspection — One copy on a USB 2.0 external hard drive of PACP formatted database including, but not limited to, digital inspection recordings, defect call -out tables, defect snapshots, notes fields and asset condition reports. 3.4.4.2 Post -Construction Inspection 3.4.4.2.1 Two copies of Written Inspection Reports in bound report with project name on binder spine. Reports to be filed in ascending order by upper manhole number. 3.4.4.2.2 One copy on a USB 2.0 external hard drive of the PACP formatted database including, but not limited to, digital inspection recordings, defect call -out tables, defect snapshots, notes fields and asset condition reports. + + END OF SECTION + + DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B SECTION 02760 CLEANING OF SEWERS PART 1 - GENERAL 1_1 DESCRIPTION A. Provide all labor, materials, tools, equipment, and incidentals as shown, specified, and required to clean the pipelines. B. The cleaning Work required includes, but is not limited to, thefollowing: 1. Field locating all manholes or inlets along the sewer or storm drain reaches to becleaned. 2. Cleaning of existing sanitary sewers or storm drain. 3. Cutting of roots, grease, intruding sealing ring material and objects wedged in pipe joints from existing sanitary sewers or storm drain. 4. Removal of debris from the sewers and storm drains. 5. Disposal of waste and sediment. 6. Cleaning up as the Work progresses and after the completion of all Work activities. 7. All other Work required for the complete and satisfactory cleaning of the pipelines. 1_2 DEFIMTIONS A. Normal cleaning — cleaning accomplished using water j ets to scour and remove debris, grease, etc. from pipe, manholes or inlets in 1 to 3 complete passes of the nozzle. B. Root cutting and grease cutting — removal of roots larger than fine roots (as defined by PACP), hardened grease and intruding sealing ring material using cutting device. C. Heavy cleaning — cleaning accomplished using water jets to scour and remove debris, grease, etc. from pipe in 4 to 8 complete passes of the nozzle. 1_3 RELATED SECTIONS A. Section 02651, Television Inspection. 1_4GENERAL PRECAUTIONS A. This Contract requires work in active sewers and storm drains. Adhere to all federal, state, and local requirements for safety in confined spaces. B. Take precautions to protect sewer mains, storm drains, laterals and manholes from damage that might be inflicted by the improper selection of the cleaningprocess or improper use of the equipment. C. When using hydraulically propelled devices, take precautions to ensure that the water pressure created does not cause damage or flooding to public or private property. D. Do not surcharge the sewer or storm drain beyond the elevation that could cause overflow of sewage into area waterways, homes, or buildings or onto the ground. DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B E. Some of the manholes accessing sections of the sewer and storm drains included in this work are located outside the right -of way. For Work located outside the right- of-way, Limits of Construction will be provided on maps. Do not encroach on lands outside the designated Limits of Construction at any time during the Work. F. Restore or repair any facility, public or private, which is damaged by CONTRACTOR actions at no cost to OWNER. 1155 SUBMITTALS A. Specifications of the sewer and storm drain cleaning equipment, including performance data on pump, hose diameter and length, tank capacity, and intended nozzles and root cutters, to be used on the job. Provide a chart that shows hose length and diameter versus volume and pressure. B. Specifications on the equipment to be used to remove sediment and debris at the downstream manhole of each reach to be cleaned. QUALIFICATIONS A. CONTRACTOR shall have experience in the cleaning of sewers and storm drains. Documentation of experience shall be furnished to the CITY upon request. PART 2 - PRODUCTS .l Im I 1 0!:� a M►rI A. Sewer cleaning equipment shall consist of truck -mounted, high velocity hydro - cleaning equipment. The equipment shall be provided with a minimum of 500 feet of one -inch inner diameter high-pressure hose with a selection of high velocity nozzles, as required for the cleaning operation. The various nozzles shall produce a scouring action from 10 to 45 degrees in all size sewers to be cleaned. Use nozzles matched to the pumps and the site -specific cleaning requirements. Mount all nozzles with skids. A tiger tail or boot or downhole roller is required. A pressure gauge shall show operating pressure and a flow meter shall show flow rate. A table to translate shown pressures to delivery pressure shall accompany each cleaner unit. B. The pumps shall be capable of delivering a minimum 60 gpm at 2,000 psi at the nozzle head. A relief valve shall regulate pressure to the nozzle. The unit shall carry its own water tank, minimum of 1,000 gallons, auxiliary engines and pumps, and a hydraulically -driven hose reel. C. All controls shall be located so that the equipment can be operated aboveground. D. Include appropriate adaptors, hoses and nozzles for cleaning laterals from mainline sewer. 2 2 VACUUM E UIPN ENT A. Provide equipment capable of removing all sand, dirt, rocks, roots, and other debris from the sewer and manhole. B. Provide screens to prevent scoured debris from migrating downstream of the limits of the Work. + + END OF SECTION + + DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B Bond No. BAD BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Advanced Pace Technologies, LLC dlb/a Advanced Plumbinn as Principal hereinafter called the Principal, and Old Republic Surety Company a corporation duly organized under the laws of the state of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto City of Milton as Obligee, hereinafter called the Obligee, in the sum of 5% of the contract mice Dollars ($ 5% ), for the payment of which sutn well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ITB 2021.02 Cured -In -Place Piae NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. By ORSC 21328 (5/97) day of March , 2021 Old Republic Surely Company "" °" Surety r IN (Seal) y(SL4L).t1' INS tip Y. L Samir Jallad r ' nmm� %tu'Tng'°in-Fact l/I DocuSign Envelope ID: D89CA131-4347-4FE9-83F0-B29681A3E96B OLD REPUBLIC INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC INSURANCE COMPANY, a Pennsylvania stock insurance corporation, does make, constitute and appoint: L. SAMIR JALLAD of MAITLAND, FL its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, SO,` :r '1=r ;rs •rrr, : erar:a compensation bonds guaranteeing payment of bene: is 4su sios abatement contract bonds, ti ::; `.; ;,t2.riva .i; r; "^t; . hazardous waste rem: -i,`on r,„i ; or black lung bonds;, as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC INSURANCE COMPANY thereby, and all of the acts of said Attomeys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on December 10, 2019. This Power of Attomey is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC INSURANCE COMPANY on December 10, 2019. RESOLVED FURTHER, that the chairman, president or any vice president of the Company's surety division, in conjunction with the secretary or any assistant secretary of the Company, be and hereby are authorized and directed to execute and deliver, to such persons as such officers of the Company may deem appropriate, Powers of Attorney in the form presented to and attached to the minutes of this meeting, authorizing such persons to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, o,;,ar �,ao _:: ')on e, )zn%, depositor' h^nr s, n,^r+^'^e r''Fria;i^. h,nds rnnr'^^on c c ^^" bonds, guarantees of installment paper and not guaranty bonds. The said officers may revoke any Power of Attorney previously granted to any such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by chairmen, president or anyvice president of the Company's surety division and attested and sealed (ifa seal be required) by any secretary or assistant secretary; or (ii) when signed by a duly authorized Attomey-in-Fact and sealed with the seal of the Company (if a seal be required). RESOLVED FURTHER, that the signature of any officer designated above, and the seal of the Company, may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC INSURANCE COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 2nd day of April 2020 .- OLD REPUBLIC ItVSU CE COMPANY SEAL Assisla ..ecretary �, < Vice President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 2nd day of April 2020 _personally came before me, Alan Pavlic and Sheila M. Apl2legate , to me known to be the individuals and officers of the OLD REPUBLIC INSURANCE COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said organization. iK R. p �r s i t Notary Public uF,y�ks- My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not Invalidate this Instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC INSURANCE COMPANY, a Pennsylvania corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Brookfield, Will this 5th day of March 2021 92-2921 Mrnrt r ORSC 11008 (G93) Assistant fe rotary 60-0-9 A OVANOCO pLtJMClINO TECMNOI-OOYin the USA Licensed Contractor: CGC1524334•CCC1330984 }' CBC 1258589 • CFC14 30312 • H 15001 • H 17592 �Y Municipal/industrial/ Commercial Pipe - Investigating, Cleaning - .- and CIPP/Lining Services ; ? '! Old Pape with Old Pipe Cured -in -Place Storm and sewer lateral and rat-,.: Pipe mainline CIPP (cured in place pipe) lining using water cured method. -'' We also provide air/steam cured method. Storm and sewer CCTV EQUIPMENT video inspections • Rush -Overland Generation II Superlift water inversion mainline Boiler system - Odessa, TX USA Storm and sewer pipe/drain • Cues "PACP" CCTV camera/cutter truck - Orlando, FL USA cleaning services • Schwalm USA robotic cutters - Greenville, SC USA Storm and sewer service • Permaliner F-10 & F-24 air inversion mainline systems - Plainfield, IL USA • Vacuum trucks for pipe cleaning & debris removal - Mukwonago, WI USA reinstatements • Refrigerated truck for CIPP liner transport - Morgantown, PA USA Heavy cleaning services • Hammerhead Bluelight UV curing system - Lake Mills. WI USA (concrete & heavy debris removal) • Boldan and Permaliner ambient lining systems - Clearwater, FL USA . Permaliner steam curing lining system - Clearwater, FL USA Drain system video inspection • Picote Mini and Maxi Millers - Anderson. SC USA • Picote cleaning tools for drain lines - Anderson, SC USA Mainline, branch line, and vent • Ridgid Seesnake inspection camera systems Elyria, OH USA stack descaling and cleaning CERTIFICATIONS & LICENSES Vent stack lining using Blueliglt . PACP • LACP • MACP UV Curing process • CLASS A and B CDL Drivers w/ tanker and hazmat endorsements Mainline fining using Bluelight • OSHA 40 HAZWOPER certifications UV Curing process .Confined spaces certifications • All MOT requirements are facilitated Branch line lining using • Licensed Home Inspector ambient curing process • FL Licensed certified General Contractor FL Licensed Certified Plumbing Contractor Vent Stack epoxy brush/ • FL Licensed Certified Building Contractor spray coating • FL Licensed Certified Roofing Contractor • Picote drain cleaning and brushcoating Branch line epoxy brush • Permaliner CIPP lining ,steam and ambient curing? spray coating • Hammerhead Bluelight UV Lining Certification Mainline epoxy brush/ Advanced Plumbing Technology pray coating 638 E. Highway 50 Clermont, FL 34711 866-739-3734