Loading...
Contract 2022-140ADocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 AGREEMENT No. 2022-140 FOR SANITARY SEWER LINING AND MANHOLE REHABILITATION THIS AGREEMENT, is made and entered into this 1 Ith day of October 2022, 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 PACE TECHNOLOGIES, LLC D/B/A ADVANCED PLUMBING TECHNOLOGY, whose address is: 638 E. Hwy 50m Suite 4, Clermont, FL 34711, (hereinafter referred to as "CONTRACTOR"). WHEREAS, City of Orlando through the public procurement process awarded an Agreement for, SANITARY SEWER LINING AND MANHOLE REHABILITATION Contract Number IFB22- 0161; 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 Orlando Contract Number IFB22-0161; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish Sanitary Sewer Lining and Manhole Rehabilitation as described in the City of Orlando Contract Number I171322-0161, 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. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. 3. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties, and shall remain in effect until March 17, 2025 unless terminated or renewed by City of Orlando. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Piggyback Agreement SANITARY SEWER LINING AND MANHOLE REHABILITATION 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. C. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2) additional one (1) year terms. 4. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY the services contained under the Scope of Work upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in City of Orlando Contract Number IFB22-0161 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. B. 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. C. 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. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Piggyback Agreement SANITARY SEWER LINING AND MANHOLE REHABILITATION 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. 6. DISPUTE RESOLUTION - MEDIATION A. 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. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. 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. 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 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 2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Piggyback Agreement SANITARY SEWER LINING AND MANHOLE REHABILITATION B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage 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. 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. DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Piggyback Agreement SANITARY SEWER LINING AND MANHOLE REHABILITATION A. CONTRACTOR: Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology Attn: Chris Parker 638 E. Hwy 50m Suite 4, Clermont, FL 34711 A. OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 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. 4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Piggyback Agreement SANITARY SEWER LINING AND MANHOLE REHABILITATION 9.6. Assi _ ng ment Except in the event of a 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. DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Piggyback Agreement SANITARY SEWER LINING AND MANHOLE REHABILITATION 10. AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in the City of Orlando Contract Number IF1322-0161. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this I Ith day of October 2022. City of Clermont DocuSigned by: � " ttm 21BA7692F758C492... Tim Murry, Mayor Attest: DocuSigned by: T4" A4",yof f/04 3AD7F34905B344A... Tracy Ackroyd Howe, City Clerk DS 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 ADVANCED PACE TECHNOLOGIES, LLC D/B/A ADVANCED PLUMBING TECHNOLOGY By: 1/4� a) (Sign e) Print Name: Chris Parker Title: Vice President Date: 10/11 /2022 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Mayor Buddy Dyer CITY OF ORLANDO INVITATON FOR BIDS (IFB) DATE OF ISSUE: FEBRUARY 28, 2022 IFB DUE DATE: MARCH 31, 2022 Chief Procurement Officer David Billingsley, CPSM, C.P.M. IFB DUE TIME: 2:00 p.m., Local Time, City of Orlando, FL BID DELIVERY LOCATION: City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 Bid opening held at same location. IFB TITLE: SANITARY SEWER LINING AND MANHOLE REHABILITATION IFB NO: IFB22-0161 (IFB NUMBER MUST BE PLACED ON FRONT OF ENVELOPE) THIS IS NOT AN ORDER DIRECT ALL INQUIRIES TO: SILVIA COSTE, CPP, SENIOR PURCHASING AGENT Phone: (407) 246-2216 Email: silvia.coste(a,orlando.gov BUSINESS NAME & ADDRESS Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology Business Name 638 E. Hwy 50, Suite 4 Address Clermont, FL 34711 City, State, Zip 352-534-1504 Telephone Number bid@chooseapt.com Business Email Address CONTACT INFORMATION Chris Parker Name of Contact Individual 638 E. Hwy 50, Suite 4 Contact Address Clermont, FL 34711 Contact City, State, Zip 352-534-1504 Contact Telephone Number bid@chooseapt.com Contact Email Address Procurement and Contracts Division Page: 1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 �' CITY OF �rE�ra QR LAN D0 ADDENDUM DATE: 3/17/2022 TO: All Bidders FROM: Silvia Coste, CPP, Senior Purchasing Agent Procurement and Contracts Division SUBJECT: Sanitary Sewer Lining and Manhole Rehabilitation Transmittal of Addendum Number One (1) IFB22-0161 Please be advised of the following changes/clarifications to subject solicitation. The solicitation is hereby changed accordingly. A. ADDITIONS TO SOLICITATION: 1. A scope of work format has been added to this Addendum for sample purposes only. See EXHIBIT "1" SAMPLE SCOPE OF WORK of this Addendum. 2. The bid Tabulation from previous contract IFB 16-0007 Sanitary Sewer Lining and Manhole rehabilitation has been added. See EXHIBIT "2" of this addendum. B. REVISED BID PRICE FORM: The Electronic Bid Price Form has been revised see ATTACHMENT "A" of this Addendum. C. REVISED SPECIFICATION: Section 01150 Measurement and Payment has been revised. See EXHIBIT "3" of this Addendum. D. WRITTEN QUESTIONS RECEIVED AND ANSWERS: Question No. One (1): Due to the instability in the supply chain, material price increases and labor shortages what options does the awarded contractor have for unit price increases based upon world and/or market conditions? Answer No. One (1): During the annual contract renewal, the vendor may request to adjust bid prices based on the CPI or by providing documentation proving why pay item price adjustments are needed and justified. PROCUREMENT AND CONTRACTS DIVISION CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. BOX 4990 • ORLANDO, FLORIDA 32802-4990 PHONE 407.246.2291 • FAx 407.246.2869 • CityofOrlando.net • https://vendorlink.cityoforlando.net DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum One (1) March 17, 2022 The City reserves the right to evaluate and accept the proposed bid price adjustments based on provided documentation or price adjustments based on the CPI data. If an agreed upon adjustment of bid price is not reached, then the contract renewal may be declined by either party. Question No. Two (2): Can we bid based on groups, or must we bid on all groups? Answer No. Two (2): Please read the Summary of Work on page 12 for clarification, but you can bid on any pay items that you choose. It is not even necessary to bid on every item in a group, such as Group 4 which includes FRP manhole lining and protective coatings, which are very different types of work. Question No. Three (3): I am examining this project and I am interested in submitting a bid for the Manhole Liner & Protective coating systems of this bid, sections of this bid (items 118-133). However, this format doesn't seem to allow for accurate pricing of bench coating and lid coating. Can the city provide a more accurate pricing system to allow for different bench & lid sizes? For example, a system that allows bidders to provide different pricing for 42", 48", etc benches and lids? Answer No. Three (3): The City has modified the measurement & payment (M&P) description for protective coating system pay items by the vertical foot to include an additional foot to cover coating the benches and a possible flat top slab if there is no cone. In order to provide for easy measurement and payment of coating non -round structures, two additional pay items have been added to provide for alternate measurement and payment by the SF. A revised bid form and associated M&P descriptions are included with this Addendum One (1). Question No. Four (4): The bid documents go back and forth between submission instructions. Please advise if the City is requiring electronic submissions through VendorLink as well as a flash drive of the bid items sent to the City prior to bid close date. Answer No. Four (4): The Bidder must submit their bid electronically thru VendorLink. No flash drive is required. Question No. Five (5): Will There be annual Bonds for this one? If so, what will the bond penalty be? Answer No. Five (5): A Bid Bond is required until the City executes the contracts, but payment and performance bonds will only be required when a project assignment to a single vendor exceeds $200k. Each project assignment is considered a separate project that may or may not require P&P bonding. Most smaller project assignments don't exceed $200k, so P&P bonds are not required for those smaller projects. In an effort to be fair and promote the most competitive bid prices, the City will pay for or reimburse the actual P&P bond cost if the specific project assignment requires bonding. Page 2 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum One (1) March 17, 2022 Question No. Six (6): Is this based on their annual budget or actual billings? Like $1 MM per year? Answer No. Six (6): Please see the answer to Question No. Five (5) of this Addendum. Question No. Seven (7): There is a 5 year warranty listed. Is the material supplier providing the pass -through warranty? Answer No. Seven (7): The typical warranty period for construction is one year from project completion, but the Protective Coating System pay items require a 5-year material and labor warranty. If the material manufacturer and the certified applicator do not offer a comprehensive written warranty to the City of at least 5 years, then the bidder/contractor must provide a bond to cover the material and labor warranty for 5 years after project completion and acceptance. Question No. Eight (8): Will the supplier be backing the workmanship portion? Or can firms qualify their bid to say 3 years workmanship warranty is backed by the surety, and years 4 & 5 are only warranted by the contractor, but not the surety? Or can firms qualify their bid to say a different warranty period? Answer No. Eight (8): Bidders are not allowed to qualify their bid or warranty. Some material manufacturers only have one certified applicator and can offer a comprehensive material and labor warranty. The City looks favorably on that arrangement when determining project assignments. Otherwise, the City will require a bond covering the work for the 5-year warranty period. Question No. Nine (9): We are preparing to bid on the above referenced project. In our efforts to meet the MWBE requirement noted in the specifications and utilizing the City of Orlando - approved M/S/WBE vendors directory website, we have been very limited in finding matching vendors applicable to this bid. Is there another resource to use to locate approved vendors? Has the City identified an applicable list of approved vendors that could be shared to help fulfill this requirement? Answer No. Nine (9): Please reference the Supplementary Conditions- Part I: Goals for Minority Business Enterprise Program, 800-3, Section F: The Contractor should only use those minority or women -owned companies listed by or confirmed in writing through the Minority Business Enterprise Division in order to receive full credit No specific list of vendors has been identified for this IFB. All bidders should reference the following link for an approved list of City certified MWBE firms. The City of Orlando MWBE Directory can be found at https:Hcityoforlando.mwdbe.com/ Question No. Ten (10): Will the work releases on this project be grouped by basin/area or spread throughout the city on an as needed basis? Page 3 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum One (1) March 17, 2022 Answer No. Ten (10): The project or work assignments are usually grouped and assigned in a specific area of the City. When the work assignment is related to a specific comprehensive rehabilitation project, then the work is certainly all in the same area. Question No. Eleven (11): Could the city provide an example of an average scope of work release from the previous annual sanitary contract? Answer No. Eleven (11): See EXHIBIT "1" Sample Scope included with this Addendum. Question No. Twelve (12): Can the city confirm that the annual budget for this project is $5M each year of the term contract? Answer No. Twelve (12): Yes, the annual budget is approximately $5M per year, which is made up of numerous projects or work assignments given to multiple different vendors. Question No. Thirteen (13): Will the releases for this contract be a single PO for previously identified work, or multiple releases and PO's to fulfill the $5M annual budget? Answer No. Thirteen (13): Work will be comprised of multiple assignments or PO's issued to multiple vendors. A PO is not required by the City unless the work assignment is over $200k to one vendor. Smaller assignments don't require a PO unless the vendor requests one to be issued. Question No. Fourteen (14): Can the city provide bid tabulations from the last time this annual contract was bid? Answer No. Fourteen (14): See EXHIBIT "2" IFB16-0007 Bid Tab included with this Addendum. Question No. Fifteen (15): Due to the volatility in resin and diesel pricing, pricing on this contract? will the city have an escalation clause to adjust Answer No. Fifteen (15): Please see Answer to Question No. One (1) in this Addendum. Question No. Sixteen (16): Will the city be making multiple contractor awards for the same bid items? Page 4 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum One (1) March 17, 2022 Answer No. Sixteen (16): Yes, the City will be issuing multiple contract awards to different vendors which will probably include several different vendors' unit prices for the same pay items. Please read the Summary of Work description on page 12 of the solicitation for further clarification. Question No. Seventeen (17): What should the contractor expect for the size of individual work orders? Answer No. Seventeen (17): That depends completely on the vendor's bid prices, the number of pay items the vendor bid that could be applicable to the project assignment, and the scope of work for the particular project or work assignment. The City usually makes sizable assignments to vendors, but makes no promises about minimum assignment size. Question No. Eighteen (18): Can the Owner/Engineer identify a location for the disposal of sand/debris from the line cleaning operations? Answer No. Eighteen (18): It is the Contractor's responsibility to legally dispose of the debris removed while cleaning the pipelines. Please read Section 13270- Cleaning Sanitary Sewers and the associated Measurement and Payment descriptions for the associated pay items on the Bid Form. The choice of legal disposal sites is limited by the dryness of the material, since Orange County Landfill has limits to how "wet" the material can be. Certain pay items for cleaning large diameter lines require a "Closed Loop" system that decants almost all water back into the sewer and requires special equipment that functions beyond what a typical vactor truck can perform. Question No. Nineteen (19): I will like to submit our IET SYTEMS COATING & IET-Crete to get approved for IFB22- 0161, SANITARY SEWER LINING AND MANHOLE REHABILITATION. Answer No.. Nineteen (19): The City's PM/Engineer will review your submitted product information for approval as an equal to the other approved materials listed in Section 09985 Protective Coating System. He indicates that his preliminary review is positive and that you should proceed to submit bid prices on this IFB. Formal approval may happen just before or after the bid opening date due to needing to further research your submitted materials and check references. Question No. Twenty (20): Are bid items 43 thru 46 to be combined with items 84 and 85 respectively? Or items 43 thru 46 are to be installed without the connection at the main. Answer No. Twenty (20): Bid items 43 thru 46 are the LF pay items for lining laterals and one of the two main to lateral connection seal pay items (either 84 or 85) will be selected to be installed in conjunction with the lateral lining depending on whether or not the existing main has already been lined. Pay item 84 (LMK or Innercure) are to be used if the existing main was already lined in the past. Pay item 85 Page 5 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum One (1) March 17, 2022 (Innercure or Cosmic) are to be used (Pre) before the main has been lined. In response to your second question, the City should always use one of the two connection seals (84 or 85) when installing a lateral liner (items 43 thru 46), since the main to lateral interface would still leak if a connection seal is not used. In the rare case that the existing lateral doesn't need to be lined, but the main to lateral connection is leaking, then one of the two connection seals (84 or 85) should be installed, depending on whether or not the existing main has already been lined. Question No. Twenty -One (21): Is the intent of the City to televise and line the laterals to the property line? What is the average length of the laterals. Answer No. Twenty -One (21): If the video inspection reveals that the lateral is active, leaking or defective, and is on grade so that lining is an appropriate solution, then yes, the City will approve lining to the property line. The City often authorizes lining VCP laterals that are not leaking as a preventative measure, or if there is a sag in a grass area that can be point repaired before lining. The average lateral length is typically about 30 feet, but they can range between 15 to 45 feet. Question No. Twenty -Two (22): Is the City anticipating work in rear easement? Answer No. Twenty -Two (22): No, we don't anticipate lining pipes or laterals in rear easements, as they are very rare and can often be replaced or repaired by open cut method. FINAL COMMENT: Only written questions answered in writing by formal Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. Questions received after the cut-off date for questions by respondents as specified on the Invitation to Bid will not be given any consideration. Firms are reminded to review the original solicitation and all subsequent Addenda issued. THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL. In other respects, except as specifically stated above, all other terms and conditions of the solicitation remain unchanged. Page 6 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum One (1) March 17, 2022 SIGNATURE PAGE Bidders are asked to acknowledge receipt of this Addendum Number One (1), by completing the information requested below and submitting this information with their Bid. Failure to do so may subject the Bidder to disqualification. ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED. RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology ZTURE/DATE ME OF BUSINESS ``` Q P.G E..7" BY:ci O , = Q ; SEAL 7 2016 co Chris Parker - VP of Municipal Division �< N� P -RMO 638 E. Hwy 50, Suite 4 Clermont, FL 34711 NAME & TITLE, TYPED OR PRINTED% �At RED P• MAILING ADDRESS CITIES, STATE, ZIP CODE 352 ) 534-1504 Fax: 352-988-6229 AREA CODE WITH TELEPHONE and FAX NUMBERS Page 7 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 ATTACHMENT "A" Addendum One (1) March 17, 2022 REVISED ELECTRONIC BID PRICE FORM Excel Spreadsheet Uploaded Separately to VendorLink. https://vendorlink.oriando.2ov/common/ Page 8 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 *** NOTE: BID PRICE FORM MUST BE SUBMITTED IN EXCEL WITH A HARD COPY.*** REVISED ELECTRONIC BID PRICE FORM Addendum One 1 You are invited to Bid on the following: IFB22-0161 SANITARY SEWER LINING AND MANHOLE REHABILITATION THE BIDDER, HAVING EXAMINED CAREFULLY THE SPECIFICATIONS, TERMS AND CONDITIONS HEREIN, PROPOSES TO FURNISH ALL LABOR, MATERIALS, EQUIPMENT, SERVICES AND OTHER ITEMS WITHOUT EXCEPTIONS FOR THE PROPER EXECUTION AND COMPLETION OF THE CONTRACT, AND IF AWARDED THE CONTRACT, TO COMPLETE THE SAID WORK WITHIN TIME LIMITS AS SPECIFIED FOR THE FOLLOWING BID PRICES. •------------------------------------------------------ '%(Company Name, City, State, Zip)'% Item Description Unit Unit Price(numbers only) GROUP 1 - CLEANING AND TV INSPECTION 1 Mobilization (Up to $20k Job Assignment) LS $0.00 2 Mobilization (Over $20k Job Assignment) LS $0.00 3 Light Jet Cleaning for 4" and 6" lateral pipe LF $0.00 4 Heavy Jet Cleaning for 4" and 6" lateral pipe LF $0.00 5 Light Jet Cleaning for 8" through 12" pipe LF $0.00 6 Heavy Jet Cleaning for 8" through 12" pipe LF $0.00 7 Light Jet Cleaning for 15" through 24" pipe LF $0.00 8 Medium Jet Cleaning for 15" through 24" pipe LF $0.00 9 Heavy Jet Cleaning for 15" through 24" pipe LF $0.00 10 Closed -Loop Light Jet Cleaning for 27" through 36" pipe LF $0.00 11 Closed -Loop Medium Jet Cleaning for 27" through 36" pipe LF $0.00 12 Closed -Loop Heavy Jet Cleaning for 27" through 36" pipe LF $0.00 13 Closed -Loop Light Jet Cleaning for 42" and 48" pipe LF $0.00 14 Closed -Loop Medium Jet Cleaning for 42" and 48" pipe LF $0.00 15 Closed -Loop Heavy Jet Cleaning for 42" and 48" pipe LF $0.00 16 Sanitary Sewer Debris Disposal (Closed -Loop System Only) TN $0.00 17 Specialty Mechanical Cleaning for 4" and 6" lateral pipe LF $0.00 18 Specialty Mechanical Cleaning for 8" through 12" pipe LF $0.00 19 Specialty Mechanical Cleaning for 15" through 24" pipe LF $0.00 20 Specialty Mechanical Cleaning for 27" through 36" pipe LF $0.00 21 Specialty Mechanical Cleaning for 42" and 48" pipe LF $0.00 22 Mechanical Cleaning for 4" and 6" lateral pipe LF $0.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 23 Mechanical Cleaning for 8" through 12" pipe LF $0.00 24 Mechanical Cleaning for 15" through 24" pipe LF $0.00 25 Mechanical Cleaning for 27" through 36" pipe LF $0.00 26 Mechanical Cleaning for 42" and 48" pipe LF $0.00 27 TV Inspection, Post -Cleaning for 4" and 6" lateral pipe LF $0.00 28 TV Inspection, Post -Cleaning for 8" through 12" pipe LF $0.00 29 TV Inspection, Post -Cleaning for 15" through 24" pipe LF $0.00 30 TV Inspection, Post -Cleaning for 27" through 36" pipe LF $0.00 31 TV Inspection, Post -Cleaning for 42" and 48" pipe LF $0.00 32 TV Inspection, Post -Lining for 4" and 6" lateral pipe LF $0.00 33 TV Inspection, Post -Lining for 8" through 12" pipe LF $0.00 34 TV Inspection, Post -Lining for 15" through 24" pipe LF $0.00 35 TV Inspection, Post -Lining for 27" through 36" pipe LF $0.00 36 TV Inspection, Post -Lining for 42" and 48" pipe LF $0.00 37 Cleanout for Lateral in Grass Area, 4" SDR26 PVC, F&I EA $0.00 38 Cleanout for Lateral in Grass Area, 6" SDR26 PVC, F&I EA $0.00 39 Cleanout for Lateral in Pavement, 4" SDR26 PVC, F&I EA $0.00 40 Cleanout for Lateral in Pavement, 6" SDR26 PVC, F&I EA $0.00 GROUP 1 TOTAL $0.00 GROUP 2 - FURNISH & INSTALL CIPP PIPE LINING 41 Mobilization (Up to $20k Job Assignment) LS $0.00 42 Mobilization (Over $20k Job Assignment) LS $0.00 43 4" lateral pipe, for job sizes from 1 ft to 500 ft, 3 mm LF $0.00 44 4" lateral pipe, for job sizes from 501 ft or more, 3 mm LF $0.00 45 6" lateral pipe, for job sizes from 1 ft to 500 ft, 4.5 mm LF $0.00 46 6" lateral pipe, for job sizes from 501 ft or more, 4.5 mm LF $0.00 47 8" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $0.00 48 8" pipe, for job sizes from 1,001 ft or more, 6 mm LF $0.00 49 Each 1.5 mm added over std 6 mm thickness for 8" pipe LF $0.00 50 10" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $0.00 51 10" pipe, for job sizes from 1,001 ft or more, 6 mm LF $0.00 52 Each 1.5 mm added over std 6 mm thickness for 10" pipe LF $0.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 53 12" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $0.00 54 12" pipe, for job sizes from 1,001 ft or more, 6 mm LF $0.00 55 Each 1.5 mm added over std 6 mm thickness for 12" pipe LF $0.00 56 15" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $0.00 57 15" pipe, for job sizes from 1,001 ft or more, 6 mm LF $0.00 58 Each 1.5 mm added over std 6 mm thickness for 15" pipe LF $0.00 59 18" pipe, for job sizes from 1 ft to 1,000 ft, 7.5 mm LF $0.00 60 18" pipe, for job sizes from 1,001 ft or more, 7.5 mm LF $0.00 61 Each 1.5 mm added over std 7.5 mm thickness for 18" pipe LF $0.00 62 21" pipe, for job sizes from lft to 1,000 ft, 9 mm LF $0.00 63 21" pipe, for job sizes from 1,001 ft or more, 9 mm LF $0.00 64 Each 1.5 mm added over std 9 mm thickness for 21" pipe LF $0.00 65 24" pipe, for job sizes from lft to 1,000 ft, 10.5 mm LF $0.00 66 24" pipe, for job sizes from 1,001 ft or more, 10.5 mm LF $0.00 67 Each 1.5 mm added over std 10.5 mm thickness for 24" pipe LF $0.00 68 27" pipe, for job sizes from lft to 1,000 ft, 12 mm LF $0.00 69 27" pipe, for job sizes from 1,001 ft or more, 12 mm LF $0.00 70 Each 1.5 mm added over std 12 mm thickness for 27" pipe LF $0.00 71 30" pipe, for job sizes from lft to 1,000 ft, 13.5 mm LF $0.00 72 30" pipe, for job sizes from 1,001 ft or more, 13.5 mm LF $0.00 73 Each 1.5 mm added over std 13.5 mm thickness for 30" pipe LF $0.00 74 36" pipe, for job sizes from lft to 1,000 ft, 15 mm LF $0.00 75 36" pipe, for job sizes from 1,001 ft or more, 15 mm LF $0.00 76 Each 1.5 mm added over std 15 mm thickness for 36" pipe LF $0.00 77 42" pipe, for job sizes from lft to 1,000 ft, 16.5 mm LF $0.00 78 42" pipe, for job sizes from 1,001 ft or more, 16.5 mm LF $0.00 79 Each 1.5 mm added over std 16.5 mm thickness for 42" pipe LF $0.00 80 48" pipe, for job sizes from lft to 1,000 ft, 19.5 mm LF $0.00 81 48" pipe, for job sizes from 1,001 ft or more, 19.5 mm LF $0.00 82 Each 1.5 mm added over std 19.5 mm thickness for 48" pipe LF $0.00 83 Grind protruding 4" or 6" lateral flush with main EA $0.00 84 CIPP Main to Lateral Connection Liner for 4" or 6" lateral in 8" through 12" main after "post" lining the main EA $0.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 85 CIPP Main to Lateral Connection Liner for 4" or 6" lateral in 8" through 12" main before "pre" liningthe main EA $0.00 86 Chemical Grout Seal Pipe Joint Leaks, 8" through 12" pipe GA $0.00 87 Chemical Grout Seal Pipe Joint Leaks, 15" through 24" pipe GA $0.00 88 Chemical Grout Seal Pipe Joint Leaks, 27" through 36" pipe GA $0.00 89 Chemical Grout Seal Pipe Joint Leaks, 42" and 48" pipe GA $0.00 90 Chemical Grout Seal Manhole Leaks GA $0.00 91 Chemical Grout Injection Port EA $0.00 92 Cleanout for Lateral in Grass Area, 4" SDR26 PVC, F&I EA $0.00 93 Cleanout for Lateral in Grass Area, 6" SDR26 PVC, F&I EA $0.00 94 Cleanout for Lateral in Pavement, 4" SDR26 PVC, F&I EA $0.00 95 Cleanout for Lateral in Pavement, 6" SDR26 PVC, F&I EA $0.00 96 Remove and Replace Ring and Cover EA $0.00 97 Concrete S/W Replacement, 4" Thick SY $0.00 98 Concrete D/W Replacement, 6" Thick SY $0.00 99 Concrete Curb Replacement, 4" Thick LF $0.00 100 Asphalt & Base Pavement Patch SY $0.00 101 Sod Replacement, Match Existing SY $0.00 GROUP 2 TOTAL $0.00 GROUP 3 - FURNISH & INSTALL CIPP POINT REPAIR LINING 102 Mobilization (Up to $20k Job Assignment) LS $0.00 103 Mobilization (Over $20k Job Assignment) LS $0.00 104 CIPP point repair lining up to 7 feet long for 8" pipe EA $0.00 105 CIPP point repair lining up to 7 feet long for 10" pipe EA $0.00 106 CIPP point repair lining up to 7 feet long for 12" pipe EA $0.00 107 CIPP point repair lining up to 7 feet long for 15" pipe EA $0.00 108 CIPP point repair lining up to 7 feet long for 18" pipe EA $0.00 109 CIPP point repair lining up to 7 feet long for 2 1 " pipe EA $0.00 110 CIPP point repair lining up to 7 feet long for 24" pipe EA $0.00 111 CIPP point repair lining up to 7 feet long for 27" pipe EA $0.00 112 CIPP point repair lining up to 7 feet long for 30" pipe EA $0.00 113 CIPP point repair lining up to 7 feet long for 36" pipe EA $0.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 114 CIPP point repair lining up to 7 feet long for 42" pipe EA $0.00 115 CIPP point repair lining up to 7 feet long for 48" pipe EA $0.00 GROUP 3 TOTAL $0.00 GROUP 4 - FURNISH & INSTALL FRP MANHOLE LINER or PROTECTIVE COATING SYSTEM 116 Mobilization (Up to $20k Job Assignment) LS $0.00 117 Mobilization (Over $20k Job Assignment) LS $0.00 118 FRP Manhole Liner, 42" diameter, per vertical foot VF $0.00 119 FRP Manhole Liner, 48" diameter, per vertical foot VF $0.00 120 FRP Manhole Liner, 54" diameter, per vertical foot VF $0.00 121 FRP Manhole Liner, 60" diameter, per vertical foot VF $0.00 122 FRP Manhole Liner, 66" diameter, per vertical foot VF $0.00 123 FRP Manhole Liner, 72" diameter, per vertical foot VF $0.00 124 Protective Coating System A, 48" diameter, per vertical foot VF $0.00 125 Protective Coating System B, 48" diameter, per vertical foot VF $0.00 126 Protective Coating System A, 60" diameter, per vertical foot VF $0.00 127 Protective Coating System B, 60" diameter, per vertical foot VF $0.00 128 Protective Coating System A, 72" diameter, per vertical foot VF $0.00 129 Protective Coating System B, 72" diameter, per vertical foot VF $0.00 130 Protective Coating System A, 84" diameter, per vertical foot VF $0.00 131 Protective Coating System B, 84" diameter, per vertical foot VF $0.00 132 Protective Coating System A, 96" diameter, per vertical foot VF $0.00 133 Protective Coating System B, 96" diameter, per vertical foot VF $0.00 134 Chemical Grout Seal Manhole Leaks, F&I GA $0.00 135 Remove and Replace Ring and Cover EA $0.00 136 Alternate M&P of Protective Coating System A SF $0.00 137 Alternate M&P of Protective Coating System B SF $0.00 GROUP 4 TOTAL $0.00 Calculated Total For All Groups 1 through 4 (Items 1-137) 1 $0.00 *** Note: Recheck your prices prior to submission, as Bids may not be changed after being opened. Bidder is NOT required to bid on all pay items.*** DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 EXHIBIT "1" SAMPLE SCOPE OF WORK Addendum One (1) March 17, 2022 Page 9 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 G1LIMITEa Granite Inliner 2531 Jewett Lane ■ref ner Sanford, FL 32771 T 407.472.0014 g r a n i to co n st r u ct i o n. c o m PROPOSAL DATE: July 9, 2019 SUBMITTED TO: City of Orlando Water Reclamation Division 5100 L.B. McLeod Rd Orlando, FL 32811 Attn: Daron Johnson, System Evaluation & Maintenance Manager Daron.Johnson@cityoforlando.net JOB LOCATION: City of Orlando — Princeton St Main Line & Lateral Descale & Line We propose hereby to furnish material and labor- complete in accordance with specifications below, forthe sum of Four Hundred One Thousand Seven Hundred Eighty -Nine dollars and no cents ($401,789.00) Payment terms -100% within thirty (30) days upon completion and acceptance. All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from specifications below involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance, our workers are fully covered by Workmar's Compensation insurance. Note: This proposal may be withdrawn by us if not accepted within thirty days. We hereby submit specifications and estimates as follows: Granite Inliner shall supply all equipment, materials and labor to install InlinerT" as follows: ITEM DESCRIPTION QTY UNIT PRICE TOTAL Cleaning and TV Inspection 2 Mobilization (No Rush, Over $20k Job Assignment) 1 LS $1,950.00 $1,950.00 18 Mechanical Cleaning for 4" and 6" Lateral Pipe 3,240 LF $12.00 $38,800.00 19 Mechanical Cleaning for 8" through 12" pipe 3,728 LF 1 $34.00 $126,752.00 23 TV Inspection, Post -Cleaning for 4' and 6" Lateral Pipe 3,240 LF $5.75 $18,630.00 24 TV Inspection, Post -Cleaning for 8" through 12" pipe 3,728 LF $2.00 $7,456.00 29 TV Inspection, Post -Lining for 8" through 12" pipe 3,728 LF $2.00 $7,456.00 Furnish and Install CIPP Pipe Lining 42 Mobilization (No Rush, Over $20k Job Assignment) 1 LS $3,000.00 $3,000.00 51 8" pipe, for job sizes over 500 ft, 6 mm 2,420 LF $35.00 $84,700.00 54 10" pipe, for job sizes over 500 ft, 6 mm 692 LF $40.00 $.26,080.00 57 12" pipe, for job sizes over 500 ft, 6 mm 656 LF $50.00 $32,800.00 --1--..-...—L —$5W,165.00--$547,165.00_ �_J Total $401,789.00 NOTES: 1. Proposal based on existing contract between Granite Inliner and the City of Orlando, Contract No. IFB16-0007. 2. Payment shall be based on actual field measurements from center of inlet to center of outlet. 3. Granite Inliner, LLC shall furnish the City of Orlando with a final inspection USB drive of the cleaned sewer lines. 4. Quantities contained in this proposal based off initial takeoff quantities and may change depending on field -verified conditions. Signature Q.� Christopher ee, Project Manager Acceptance of Proposal - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. Date of Acceptance Authorized Signature DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 EXHIBIT 662" Addendum One (1) March 17, 2022 BID TAB FROM PREVIOUS CONRACT IFB16-0007 Page 10 of 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Agent: Silvia Coste IFB16-0007 Sanitary Sewer Lining Manhole Rehabilitation Assistant: Maureen S Bowman Opening: January 7, 2016, 2:00 p.m. Agenda Conference Room, 2nd Floor City Hall, Orlando, FL Bidder No. Bidder Name Location Total Base Bid Number of documents submitted Polston Applied Original � Maitland, FL $16,775.00 � 1 Technologies Copies CD/Flash Drive FD BID ON GROUP 1 ONLY (CHECK IN LIEU OF BID BOND) Original 1 1 Layne Inliner, LLC Sanford, FL $1627438.50 2 Copies CD/Flash Drive FD BID ON ALL GROUPS New Smyrna Beach, Original � Danus Utilities, Inc. $377680.00 � 3 FL Copies CD/Flash Drive CD BID ON GROUPS 1 AND 4 Original 1 1 SAK Construction O'Fallon, MO $1237016.00 4 Copies CD/Flash Drive FD BID ON GROUPS 1, 27 4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Agent: Silvia Coste IFB16-0007 Sanitary Sewer Lining Manhole Rehabilitation Assistant: Maureen S Bowman Opening: January 7, 2016, 2:00 p.m. Agenda Conference Room, 2nd Floor City Hall, Orlando, FL Bidder No. Bidder Name Location Total Base Bid Number of documents submitted 5 Miller Pipeline Corp. Indianapolis, IN $89,492.40 BID ON GROUPS 1, 2,3 Original Copies CD/Flash Drive CD 6 J & H Waterstop Utilities Orange City, FL $137825.00 BID ON GROUP 4 ONLY Original 1 Copies 1 CD/Flash Drive CD 7 8 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 EXHIBIT 663" Addendum One (1) March 17, 2022 REVISED SECTION 01150 MEASUREMENT AND PAYMENT Page 11 of 11 SK;.,,.•• c--- 1 ;-;-- --d Manhole Rehabilitation IFB22-0161 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Addendum One (1) March 17, 2022 REVISED SECTION 01150 MEASUREMENT AND PAYMENT PART 1 - GENERAL: A. Payment for all work done in compliance with the Contract Documents, inclusive of furnishing all labor, equipment, materials, and performance of all operations relative to construction of the Work, will be made under the Pay Items listed on the Bid Form. Should the Contractor feel that the cost of any part of the Work has not been identified by an item on the Bid Form, he shall include the cost of the work in the most applicable bid item, so that his proposal for the project reflects his total price for completing the Work in its entirety. Work for which there is not a pay item will be considered incidental to the Contract and no additional compensation will be allowed. The Owner's Representative (also referred to as Engineer) shall determine if the Work has been satisfactorily completed and accepted for payment. B. The Owner reserves the right to modify work as may be necessary, and to increase or decrease quantities of work to be performed, including adding or deducting any of the Pay Items. Changes in the Work shall not be considered as a waiver of any conditions of the Contract nor invalidate any provisions thereof. When changes result in changes in the quantities of the work to be performed, the Contractor will accept payment according to the unit prices that appear in the Bid Form, subject to the Contract Provisions. C. The quantities for payment of unit price items under this Contract shall be determined by actual measurements of the completed items, ready for service and accepted by the owner, in accordance with the applicable unit of measurement and this Section. Contractor's representative shall witness and verify all field measurements with the Owner's representative. Work performed by the Contractor outside the limits of construction or not required by the Contract Documents shall be at the Contractor's expense, unless approved by the Engineer in writing prior to construction. D. Division I of the FDOT Standard Specifications for Road and Bridge Construction are excluded from use on this Contract. The latest technical specifications in Division II - Construction Details and Division III -Materials are hereby included by reference with the exception that all FDOT methods of measurement and payment are specifically excluded from use on this Contract. PART 2 — SPECIFIC PAY ITEMS: 1. Mobilization shall be paid as a lump sum according to the applicable bid price, based on the total cost of all work in the pay item group based on the project assignment size. The bid price and payment shall be full compensation for all costs necessary to mobilize and demobilize all equipment, materials and labor to accomplish all the work in the specific project assignment. If any appurtenant pay items in Group 11 become necessary to complete work in any other Group, then the Group II Mobilization shall not be applicable for the appurtenant items. Payment will be made under Item Nos. 1, 2, 41, 42, 102, 103, 116, 117 Mobilization - per lump sum. MEASUREMENT & PAYMENT 3/15/22 01150-1 c.,..;.,,.., 0 , 1 ;-;,.- --d Manhole Rehabilitation IFB22-0161 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Addendum One(l) March 17, 2022 2. Maintenance of Traffic shall be paid as a percentage of work completed during the pay period, and the total shall not exceed the lump sum amount agreed upon between the Owner's representative and the Contractor at the time of the project assignment. The price shall be based on the MOT requirements of the specific project assignment and shall not exceed the actual subcontractor cost plus 5% Contractor markup. The Owner has the right to review and approve the MOT subcontractor's itemized invoice for cost verification before payment is made to the Contractor. The payment shall be full compensation for all design, materials, labor and equipment necessary for installation and continual maintenance of all devices for vehicular and pedestrian traffic control during all phases of the work, as required by the approved maintenance of traffic plan. Payment will be made under Maintenance of Traffic - per lump sum. Bypass Pumping shall be paid as a percentage of work completed during the pay period, and the total shall not exceed the lump sum amount agreed upon between the Owner's representative and the Contractor at the time of the project assignment. The price shall be based on the Bypass Pumping requirements of the specific project assignment and shall not exceed the actual subcontractor cost plus a 5% Contractor markup. The Owner has the right to review and approve the Bypass Pumping subcontractor's itemized invoice for verification before payment is made to the Contractor. The payment shall be full compensation for all design, materials, labor and equipment necessary to bypass pump or otherwise maintain all sewage flow around the work assignment by the method agreed to by the Owner and the means approved by the Engineer. Bypass pumping/flow maintenance shall be implemented per Project Manual Section 13273. Payment will be made under Bypass Pumping - per lump sum. 4. (Light, Medium or Heavy) Jet Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to water jet clean a sewer with either a vactor truck or closed -loop system per Project Manual Section 13270. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which is a separate pay item based on the specific site conditions. Payment will be made under Item Nos. 3 thru 9 (Light, Medium or Heavy) Jet Cleaning - per linear foot. Closed -Loop (Light, Medium or Heavy) Jet Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to water jet clean a sewer using a closed -loop system per Project Manual Section 13270. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which is a separate pay item based on the specific site conditions. Payment will be made under Item Nos. 10 thru 15 Closed -Loop (Light, Medium or Heavy) Jet Cleaning - per linear foot. 6. Sanitary Sewer Debris Disposal (Closed -Loop System Only) shall be measured for payment per ton disposed at an approved legal disposal site as verified and accepted by the Engineer. The bid price and payment shall be full compensation for all costs necessary to transport and legally dispose of dry, solid debris material removed from sanitary sewer pipes per Project Manual Section 13270. This pay item will only be paid for debris removed by a Closed -Loop System. The measurement for payment must be supported by acceptable dumping tickets. Contractor is responsible to decant all water from the solid waste storage container and must pass the paint filter dry test before dumping at a legal disposal site. Payment will be made under Item No. 16 Sanitary Sewer Debris Disposal (Closed -Loop System Only) - per ton. MEASUREMENT & PAYMENT 3/15/22 01150-2 c.,..;.,,.., 0 , 1 ;-;,.- --d Manhole Rehabilitation IFB22-0161 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Addendum One (1) March 17, 2022 7. Specialty Mechanical Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer and the quantity billed shall not overlap with other cleaning pay items. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to remove roots and hardened grease as defined in Project Manual Section 13270. Specialty Mechanical cleaning includes flushing and removal of the debris generated by the process. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which are separate pay items based on the specific site conditions. Payment will be made under Item Nos. 17 thru 21 Specialty Mechanical Cleaning - per linear foot. 8. Mechanical Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer and the quantity billed shall not overlap other cleaning pay items. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to mechanically clean a sewer as defined in Project Manual Section 13270. Mechanical cleaning includes flushing and removal of the debris generated by the process. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which are separate pay items based on the specific site conditions. Payment will be made under Item Nos. 22 thru 26 Mechanical Cleaning - per linear foot. 9. TV Inspection, Post -Cleaning shall be measured for payment by the linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all materials, labor and equipment necessary to complete the post -cleaning TV inspection recorded on an approved digital media format with documentation as required by Project Manual Section 13271. No additional payment will be made for working TV inspections used by the Contractor to execute the cleaning work or rejected cleaning. Payment will be made under Item Nos. 27 thru 31 TV Inspection, Post -Cleaning - per linear foot. 10. TV Inspection, Post -Lining shall be measured for payment by the linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all materials, labor and equipment necessary to complete the post -lining TV inspection recorded on an approved digital media format with documentation as required by Project Manual Section 13271. Payment will be made under Item Nos. 32 thru 36 TV Inspection, Post -Lining - per linear foot. 11. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a grass area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 37 and 38 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass - per each. 12. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a paved area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 39 and 40 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement - per each. 13. Group II: Furnish and Install CIPP Pipe Lining shall be measured for payment by the linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size, project assignment length, and cured liner thickness listed on the bid form, and shall be full MEASUREMENT & PAYMENT 3/15/22 01150-3 c.,..;.,,.., 0- -1 ;-;,.- --d Manhole Rehabilitation IFB22-0161 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Addendum One (1) March 17, 2022 compensation for all materials, labor and equipment necessary to furnish and install a complete CIPP sanitary sewer pipe lining per Project Manual Section 13275 or 13276. Main pipes will always be lined from manhole to manhole and include cutting openings to restore lateral pipe connections. Each main pipe size has a related bid item for the incremental cost per linear foot to increase the CIPP liner thickness for each 1.5 mm above the standard thickness, as determined necessary by the Engineer. Payment will be made under Item No. 43 thru 82 Group II: Furnish and Install CIPP Pipe Lining - per linear foot. 14. Grind Protruding 4" or 6" Lateral Flush with 8" - 12" main shall be measured for payment per each protruding lateral ground flush with the main that is completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to cut or grind a protruding lateral so that a CIPP Lateral Connection Liner can be properly installed. Payment will be made under Item No. 83 Grind Protruding 4" or 6" Lateral Flush with 8" - 12" main - per each. 15. CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Post Lining shall be measured for payment per each CIPP Main to Lateral Connection Liner completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a CIPP Main to Lateral Connection Liner in 8" through 12" main after the main has been lined per Project Manual Section 13279 and per the City's choice/direction. Payment will be made under Item No. 84 CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Post Lining - per each. 16. CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Pre Lining shall be measured for payment per each CIPP Main to Lateral Connection Liner completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a CIPP Main to Lateral Connection Liner in 8" through 12" main before the main has been lined per Project Manual Section 13280 and per the City's choice/direction. Payment will be made under Item No. 85 CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Pre Lining - per each. 17. Chemical Grout Seal Pipe Joint Leaks, (pipe size range) shall be measured for payment per gallon completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all materials, labor and equipment necessary to internally seal all water leaks through pipe joints using an inflatable packer with an acrylamide chemical grout per Project Manual Section 13278 using approved materials. This pay item shall be used before installing CIPP pipe lining as determined necessary by the Engineer after review of the TV inspection videos. Payment will be made under Item Nos. 86 thru 89 Chemical Grout Seal Pipe Joint Leaks, (pipe size range) - per gallon. 18. Chemical Grout Seal Manhole Leaks shall be measured for payment per gallon completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to seal all water leaks in a manhole by chemical grout injection per Project Manual Section 13278 using approved materials. Payment will be made under Item No. 90 Chemical Grout Seal Manhole Leaks - per gallon. 19. Chemical Grout Injection Port shall be measured for payment per each injection port completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install an injection port for chemical grout injection per Project Manual Section 13278 using approved materials. Payment will be made under Item No. 91 Chemical Grout Injection Port - per each. MEASUREMENT & PAYMENT 3/15/22 01150-4 SK;.,,.•• c--- 1 ;-;-- --d Manhole Rehabilitation IFB22-0161 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Addendum One (1) March 17, 2022 20. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a grass area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 92 and 93 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass - per each. 21. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a paved area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 94 and 95 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement - per each. 22. Remove and Replace Ring and Cover shall be measured for payment per each replacement completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove an existing manhole ring and cover or top and replace it with a new ring and cover per the standard detail. The pay item includes adjusting the ring to match existing grade, adjacent surface restoration and coating inside the riser with calcium aluminate up to the ring. Payment will be made under Item No. 96 Remove and Replace Ring and Cover - per each. 23. Concrete SAV Replacement, 4" Thick shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace 4" thick concrete. Payment will be made under Item No. 97 Concrete SAV Replacement, 4" Thick - per square yard. 24. Concrete DAV Replacement, 6" Thick shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace 6" thick concrete. Payment will be made under Item No. 98 Concrete D/W Replacement, 6" Thick - per square yard. 25. Concrete Curb Replacement shall be measured for payment per linear foot completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace any style of concrete curb including stabilized pad. Payment will be made under Item No. 99 Concrete Curb Replacement - per linear foot. 26. Asphalt & Base Pavement Patch shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace asphalt roadway pavement and base or remove and replace asphalt driveway and base. Payment will be made under Item No. 100 Asphalt & Base Pavement Patch - per square yard. 27. Sod Replacement shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace sod to match existing. Payment will be made under Item No. 101 Sod Replacement, Match Existing - per square yard. MEASUREMENT & PAYMENT 3/15/22 01150-5 c.,..;.,,.., 0- -1 ;-;,.- --d Manhole Rehabilitation IFB22-0161 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Addendum One (1) March 17, 2022 28. Group III: Furnish and Install CIPP Point Repair Lining shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size and lining length listed on the bid form shall be full compensation for all materials, labor and equipment necessary to furnish and install a complete CIPP point repair lining per Project Manual Section 13274. Bidder shall note that if the project assignment includes pay items from both Groups II & III, only one Mobilization pay item will be applicable. The minimum cured liner thickness shall be at least as thick as the same size CIPP lining pay item for manhole to manhole segments. Payment will be made under Item Nos. 104 thru 115 CIPP Point Repair Lining - per each. 29. Group IV: Furnish and Install FRP Manhole Liner shall be measured for payment per vertical foot of depth for each manhole completed and accepted by the Engineer. The bid price and payment for the applicable pay items listed on the bid form shall be full compensation for all materials, labor and equipment necessary to furnish and install a complete FRP Liner to rehabilitate a sanitary manhole per the applicable details and Project Manual Section 13277. Depth shall be measured from the top of the liner to the termination point on the bench. The FRP Liner work includes any demo and restoration of the existing structure necessary to install the liner, cutting the proper holes to extend and seal all pipes to the manhole liner, providing the grout seal around the entire bottom of the liner where it rests on the existing structure base, and grout filling the annular space between the FRP liner and the existing base. The pay items in this group also include reconstruction of the benches and flow channels per the City's standard details and covering all unprotected interior surfaces above the water line with an approved coating, including the benches and the riser section to the included new ring and cover. These pay items also include all necessary backfill and compaction or flowable fill, and surface restoration to match the existing surface. Payment will be made under Item Nos. 118 thru 123 Furnish and Install FRP Manhole Liner - per vertical foot. 30. Group IV: Protective Coating System shall be measured for payment per vertical foot of depth for each manhole completed and accepted by the Engineer. The bid price and payment for the applicable pay items listed on the bid form shall be full compensation for all materials, labor and equipment necessary to furnish and install a complete Protective Coating System to rehabilitate a sanitary manhole per Project Manual Section 09985. Depth shall be measured from the top of the cone/top slab to the top of the bench plus one additional foot to cover the bench and flow channels as well as the brick adjustment below the ring and cover. The pay items include any demo and restoration of the existing structure necessary to install the protective coating system covering all interior surfaces and also include reconstruction of the benches and flow channels per the City's standard details. Payment will be made under Item Nos. 124 thru 133 Protective Coating System - per vertical foot. 31. Chemical Grout Seal Manhole Leaks shall be measured for payment per gallon completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to seal all water leaks in a manhole by chemical grout injection per Project Manual Section 13278 using approved materials. Payment will be made under Item No. 134 Chemical Grout Seal Manhole Leaks - per gallon. 32. Remove and Replace Ring and Cover shall be measured for payment per each replacement completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove an existing manhole ring and cover or top and replace it with a new ring and cover per the standard detail. The pay item includes adjusting the ring to match existing grade and coating inside the riser with the approved coating up to the ring. Payment will be made under Item No. 135 Remove and Replace Ring and Cover - per each. MEASUREMENT & PAYMENT 3/15/22 01150-6 c,,. , 1 ;-;,.- --d Manhole Rehabilitation IFB22-0161 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Addendum One (1) March 17, 2022 33. Group IV: Alternate M&P (Measurement & Payment) Protective Coating System shall be measured for payment per square foot of surface area completed and accepted by the Engineer. The bid price and payment for the applicable pay items listed on the bid form shall be full compensation for all materials, labor and equipment necessary to furnish and install a complete Protective Coating System to rehabilitate a sanitary structure per Project Manual Section 09985. The pay items include any demo and restoration of the existing structure necessary to install the protective coating system covering all interior surfaces. Payment will be made under Item Nos. 136 and 137 Alternate M&P Protective Coating System - per square foot. -End of Section - MEASUREMENT & PAYMENT 3/15/22 01150-7 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 �' CITY OF �r��ra QR LAN D0 ADDENDUM DATE: 3/24/2022 TO: All Bidders FROM: Silvia Coste, CPP, Senior Purchasing Agent Procurement and Contracts Division SUBJECT: Sanitary Sewer Lining and Manhole Rehabilitation Transmittal of Addendum Number Two (2) IFB22-0161 Please be advised of the following changes/clarifications to subject solicitation. The solicitation is hereby changed accordingly. A. WRITTEN QUESTIONS RECEIVED AND ANSWERS: Question No. One (1): Are there Davis Bacon Wage rates that can be provided? Answer No. One (1): The Davis Bacon wages will not apply to this contract. Question No. Two (2): Can an asset table or plans be provided so dimensions for the manholes can be determined? There are diameters provided, but no depths or even VF per diameter structure so that a proper takeoff can be done. Answer No. Two (2): This solicitation is for continuing term contracts to clean, inspect, and line pipes and rehabilitate existing manholes or wet wells. Therefore, there are no specific plans, manhole depths, or asset tables, as the work assignments have not been determined. The manhole lining and rehabilitation pay items are by the vertical foot (VF) and there is an additional pay item for protective coatings by the square foot (SF) which can be used to measure and pay for structures that are not easily measured by VF and ID. Please read the summary of work on page 12 and the Measurement & Payment (M&P) section that defines that for each pay item. Revised Bid Form and M&P were provided in Addendum One, previously. Question No. Three (3): Can the City confirm that if a bidder submits online items for scopes that do not typically require a contactor's license, that a contractor's license will not be required? For example, if a bidder PROCUREMENT AND CONTRACTS DIVISION CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. BOX 4990 • ORLANDO, FLORIDA 32802-4990 PHONE 407.246.2291 • FAx 407.246.2869 • CityofOrlando.net • https://vendorlink.cityoforlando.net DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum Two (2) March 24, 2022 submits only on pipe cleaning line items, which does not typically require a contractor's license, that a GC license will not be required? Answer No. Three (3): As long as the pay items on which the bidder is submitting a bid price don't normally require a GC license, then the city will not require a contractor's license for that work. Cleaning and TV inspection is certainly an example that does not require a contractor's license. On the other hand, construction of a new or replacement sewer lateral is considered underground utility construction that would require a contractor's license. When the work for any pay item normally does require a contractor's license, then either the bidder or the subcontractor performing the actual work needs to have an appropriate contractor's license for that work. FINAL COMMENT: Only written questions answered in writing by formal Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. Questions received after the cut-off date for questions by respondents as specified on the Invitation to Bid will not be given any consideration. Firms are reminded to review the original solicitation and all subsequent Addenda issued. THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL. In other respects, except as specifically stated above, all other terms and conditions of the solicitation remain unchanged. Page 2 of 3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 Addendum Two (2) March 24, 2022 SIGNATURE PAGE Bidders are asked to acknowledge receipt of this Addendum Number Two (2), by completing the information requested below and submitting this information with their Bid. Failure to do so may subject the Bidder to disqualification. ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED. RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology Chris Parker - VP of Municipal Division 638 E. Hwy 50, Suite 4 Clermont, FL 34711 OF BUSINESS ATE NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS CITIES, STATE, ZIP CODE Q PCE..TFC °•, Q RPORq F y2O J SEAL 2016 . C�FRMCN�• C''� FLORIDP' 61unnnum11"11 ` 352 ) 534-1504 Fax: 352-988-6229 AREA CODE WITH TELEPHONE and FAX NUMBERS Page 3 of 3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 BID PACKAGE Sealed Bid Enclosed Bidder Information: Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology APV Deliver To: 638 E. Hwy 50, Suite 4 Clermont, FL 34711 352-534-1504 City of Orlando Procurement and Contracts Division Attention: David Billingsley, CPSM, C.P.M. Chief Procurement Officer C/O Purchasing Agent: Silvia Coste, CPP, Senior Purchasing Agent 400 South Orange Avenue, Fourth Floor Orlando, FL 32801 Bid No.: I FB22-0161 Bid Name: Sanitary Sewer Lining and Manhole Rehabilitation Bid Due: Thursday, March 31, 2022 @ 2:00 PM DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 J ..5 •ffi� • r Ilk- - Ilr TABLE OF CONTENTS: PAGE INVITATION TO BID................................................................................................................... 3 INSTRUCTION FOR SUBMITTING BID.................................................................................... 4 SUBMITTAL TEQUIREMENT CHECK LIST............................................................................ 7 INVITATON FOR BIDS AWARD INFORMATION................................................................... 8 NON -MANDATORY PRE -BID CONFERENCE......................................................................... 9 NON -MANDATORY PRE -BID CONFERENCE ATTENDANCE NOTIFICATION .............. 10 EXHIBIT "1" SCOPE OF WORK, TECHNICAL SPECIFICATIONS AND STANDARD DETAILS...................................................................................................... I I SPECIAL CONDITION CLAUSES............................................................................................ 12 GENERAL CONDITIONS........................................................................................................... 15 STANDARD TERMS AND CONDITIONS............................................................................ 16 FORMS AND SUBMITTAL DOCUMENTS: SOLICITATION COVER PAGE................................................................................................... 1 BIDPRICE FORM(S).................................................................................................................. 38 BIDDER'S CERTIFICATION..................................................................................................... 39 CONFLICT OF INTEREST DISCLOSURE FORM................................................................... 40 CERTIFICATION REGARDING PHOHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES......................................................................................... 41 CONTRACT AND ACCEPTANCE FORM................................................................................ 42 BIDDERS QUESTIONAIRE....................................................................................................... 43 WITEN QUESTION (S) FORM........................................................................................ 45 ADDENDUM ACKNOWLEDGMENT FORM.......................................................................... 46 NO -BID RESPONSE FORM....................................................................................................... 47 ATTACHMMENT "A" SUPPLEMENTARY CONDITIONS........................................................................................... 48 Procurement and Contracts Division Page: 2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 INVITATION FOR BID The City of Orlando, Florida, will receive electronically bids through VendorLink, for IFB22-0161 Sanitary Sewer Lining and Manhole Rehabilitation, on March 31, 2022 at 2:00 p.m., local time, at which time bids will be read virtually via Zoom meeting. Instructions on this process is in the solicitation package. This is a five-year term contract. The Term Contract will consist of, but not be limited to, Sewer Lining & Manhole Rehabilitation, Cleaning and TV Inspection, Bypass Pumping, CIPP Point Repair, CIPP Main Lining, CIPP Lateral Lining, FRP MH Liner, and Chemical Grout Sealing Leaks. The estimate for this annual Term Contract is $5,000,000.00 per year. Plans, Specifications & Contract Documents will be open to public inspection after 2:00 p.m. on February 28, 2022, at the Procurement and Contracts Division, 4th Floor, City Hall (phone 9407-246-2291). Plans, Specifications and Contract Documents may be obtained from the City's VendorLink website at the following web link: https://vendorlink.cilyoforlando.net/common/default.aspx . It will be the responsibility of the Bidder to contact the Procurement and Contracts Division and/or the VendorLink website prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. The CITY is under no obligation to respond to questions received after the cut-off day for question specified in this section. Bids must be accompanied by a bid bond, certified check or cashier's check made out to the City of Orlando, or other security as provided by law, in an amount not less than 10% of the total Calculated Total For All Groups 1 through 4 (Items 1-135). Bidders must be appropriately licensed Florida Contractors pursuant to Chapter 489 Florida Statutes to be considered responsible bidders and eligible to be awarded a contract. A Non -Mandatory Pre -Bid Teleconference will be held on March 10, 2022 at 10:00 a.m., via MS Teams, the conference line number is 321-247-7568, ID: 117 923 143 5#. You must press the # key immediately after entering the id number. All questions about the meaning/intent of the Plans & Contract Documents must be submitted in writing before 5:00 p.m., March 18, 2022, to Silvia Coste, CPP, Senior Purchasing Agent, silvia.coste(korlando.gov . Questions will be answered in addendum format. City of Orlando Minority & Women -Owned Business Enterprise Ordinance Program. Chapter 57, Article II, Minority Business Enterprise (MBE), and Article III, Women -Owned Business Enterprise (WBE) of the Orlando City Code, establishes goals of 18% (MBE) and 6% (WBE), respectively, of the City's annual monetary value of contracts and subcontracts for supplies, services and construction to be awarded to Minority and Women -Owned Business Enterprises (MWBE). In order for a bidder to receive credit for MBE/WBE certification, the firm must be certified with the City of Orlando MBE/WBE Office on or before the date set for submittal of bids. City of Orlando Veterans Business Enterprise (VBE). In order for a bidder to receive credit for VBE certification for this solicitation, the bidder must have its principal place of business in the Metropolitan Statistical Area (i.e. Orange, Lake, Seminole or Osceola Counties) and be a certified veteran business enterprise by the State of Florida Department of Management Services as set forth in Section 295.187 of the Florida Statutes as of the date set for submittal of bids. Procurement and Contracts Division Page: 3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO INVITATON FOR BIDS FOR THE IFB22-0161, SANITARY SEWER LINING AND MANHOLE REHABILITATION A. ELECTRONIC SUBMITTAL: Given the current situation with COVID-19 and the need for social distancing, the submittal instructions are as follow: Except as provided below for people needing special accommodations, to be responsive bids for this solicitation must be submitted electronically. Paper responses will be deemed non- responsive. Instructions for submitting a bid: 1. Once you have logged into your VendorLink account, go to the solicitation on which you want to bid, then click on "Create a Quote/Bid." 2. Upload the bid to VendorLink. 3. Verify that your uploaded document is complete. 4. To submit the final Quote/Bid, click on the "Submit" button at the bottom of the page, and then click "OK" at the top of the page. 5. If successfully submitted, a confirmation pop-up will appear at the bottom of the page. 6. A Draft Status means your bid has been saved but not yet submitted. The quoteibid response will not be considered as a submitted response in the system for this bid solicitation. Bidders are solely responsible for ensuring that their submittals are complete, uploaded and submitted in the VendorLink system by the due date and time. The City shall not be responsible for any submission delays or failures caused by any occurrence. Notwithstanding any provision of this Addendum or the Solicitation to the contrary, persons with disabilities needing a special accommodation to submit a bid response or participate in this solicitation should contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South Orange Avenue, Orlando, Florida 32801, telephone number (407) 246- 2291, not later than four (4) days prior to the submittal date for accommodations related to the submittal, or four (4) days prior to the date on which any other accommodation is needed. B. PRE -BID MEETING MS TEAMS PLATFORM: The Prebid meeting will be held via MS Teams, the call -in number is 1-321-247-7568, Conference ID: 117 923 143 5# you must press the # key right after the id number. https://teams.microsoft. com/1/meetup- ioin/19%3ameetina MzA3NGM0OWYtMmYxMv00OGMOLThhN2EtMWM5MDJmMGO0 NiAx%40thread.v2/0?context=%7b%22Tid%22%3 a%227594da9b-294b-4acf--913b- d 159ae921564%22%2c%22Oid%22%3a%223dc3147e-b3e2-452b-bf4d- 416f9a614cc0%22%7d Procurement and Contracts Division Page: 4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 C. VIRTUAL SOLICITATION OPENING: Given the current situation with COVID-19 and the need for social distancing, the solicitation opening meeting information is as follow: Instructions to join the solicitation opening virtual meeting_ 1. Sign up for a free Zoom account Go to zoom.us/signup and enter your email address to create a free account with Zoom web conferencing. You'll receive an email from Zoom where you will click on a link to activate your account. If you already have a Zoom account, skip to step #3 below. 2. Choose your device and download Zoom You can use a smart phone, tablet, laptop, or desktop computer. After signing up, visit zoom.us/download and download the "Zoom Client for Meetings" onto your computer. On mobile devices, search your app store for the free Zoom app and download it. Make sure to allow some extra time for the install before joining your first meeting. If you do not have one of the devices just mentioned, you can also call in to the meeting. If you cannot download Zoom and need to connect via web browser, you can use the Zoom web client (more info on browser compatibility visit bit.ly/zoomwebinfo). 3. Join the virtual meeting a. This is the public link:https://us02web.zoom.us/j/86852926137 b. Call in number: +1 312-626-6799 Webinar ID: 868 5292 6137 c. Provide live public comment Use the "Raise Hand" feature to request to speak. If you have called in you can raise your hand by pressing *9. If you do this you will be called on to speak using the last four dieits of vour phone number. D. PREPARATION OF BIDS: I. Bidders are expected to examine the electronic bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the bidder's risk. 2. All prices and notations must be submitted in the excel electronic bid form. All bids must be signed by the bidder and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. 3. Each bidder shall furnish the information required on the electronic bid form and each accompanying sheet thereof on which he/she makes an entry. Procurement and Contracts Division Page: 5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 4. Although the City generally awards bids based on a "lump sum" basis to the responsive and responsible bidder submitting the lowest item prices, the City may choose to award on a "per group" or "per item" basis. Therefore, bidders must submit with their bids, all pricing pages on the forms provided clearly indicating which items are bid and which are not. Failure to submit these pages will render such bid non -responsive. Procurement and Contracts Division Page: 6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 SUBMITTAL CHECK LIST: V Bidders should use the following bid check list of standard forms which are to be completed and returned as part of your bid submittal. Failure to complete and return required forms may result in your bid being non -responsive and not considered for award. Return one (1) original and one (1) copy of bid submittal. Additional forms/items may be required to be submitted under the terms of this Invitation for Bids which are not listed below; therefore, it is the bidder's responsibility to read and understand the provisions of this Invitation for Bids. V Solicitation Cover Page. W9. Electronic Bid Price Form. Bidders CertificationForm. Conflict of Interest Disclosure Form. Certification Regarding Prohibition Against Contracting with Scrutunized Companies. Contract and Acceptance Form. Bidder's Questionnaire. V Letter(s) of Intent, find in the Supplementary Conditions. Veteran Business Enterprise Participation Form, find in the Supplementary Conditions. V Addendum Acknowledgment Form: It is the bidder's responsibility to contact the City's Procurement and Contracts Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. If you have downloaded this bid from the Internet, please ensure that you also download all such addenda. (If applicable) Special Items: 1. Bid Security (10%) NOTE: Certificate of Insurance: Within seven (7) days of a notification of intended award, the Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s) acceptable to the City. Written Question(s) Form: Written questions must be received by 5:00 P.M. Local time before, March 18, 2022. Procurement and Contracts Division Page: 7 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 INVITATON FOR BIDS AWARD INFORMATION: The City's Procurement and Contracts Division is the official source to obtain information relating to City of Orlando solicitations. It is incumbent on the Bidder to obtain current bid and award information prior to and after the scheduled opening date of a solicitation. Information is updated daily as it becomes available. An award, or recommendation of award, may be made at any time after the scheduled opening date of a solicitation. You may obtain award and other solicitation information in a variety of ways: 1. Bid documents are available for download from the eSupplier website: You may access solicitation information by visiting the City's eSupplier website by copying the following link in your web browser: hlt2s://vendorlink.cityoforlando.net 2. You may also visit the Procurement and Contracts Division to obtain award information, solicitation packages, addendums, and other documents. Our office is located at: City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 3. You may also call the Procurement and Contracts Division at (407) 246-2291, during normal business hours, to request a solicitation and other related information. Please remember, email notification is provided as a courtesy to our vendors, but it is the vendor's responsibility to check with the City of Orlando's website at: htlps://vendorlink.cityoforlando.net for current bid, and other information. We appreciate your interest in doing business with the City Beautiful and wish you much success with your business ventures. Procurement and Contracts Division Page: 8 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 NON- MANDATORY PRE -BID CONFERENCE: All prospective bidders are invited to attend a Non -Mandatory Pre -Bid Conference Via Microsoft Teams: March 10, 2022 at 10:00 A.M. Local Time, City of Orlando, FL Teams Call in Number 321-247-7568, ID: 117 923 143 5# The purpose of the Pre -Bid Conference is to provide and solicit information relative to the scope, purpose, nature and extent of the work, and any local conditions, which may affect the work and its performance. Submission of a bid shall constitute an acknowledgment by the bidder that it has thoroughly examined and is familiar with the INVITATON FOR BIDS. The failure or neglect of a bidder to examine the INVITATON FOR BIDS shall in no way relieve the bidder of any obligations with respect to either its bid or the INVITATON FOR BIDS. No claim for additional compensation will be allowed which is based upon a lack of knowledge of the INVITATON FOR BIDS. Procurement and Contracts Division Page: 9 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 PLEASE CHECK: 1. 2. 3. NON -MANDATORY PRE -BID CONFERENCE ATTENDANCE NOTIFICATION: March 10, 2022 at 10:00 A.M. Local Time, City of Orlando, FL., Microsoft Teams Platform Conference Call in Number 321-247-7568, ID: 117 923 143 5# You must press the # key right after the id number. Please return this form by: Monday, March 7, 2022. City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 Telephone: (407) 246-2291 Fax: (407) 246-2869 We plan to attend Name of Representatives who will attend A list of questions or statements for discussion at the Pre -Bid Conference is attached. (Please use "WRITTEN QUESTION(S) FORM" as indicated in the Table of Contents). We do not plan to attend, but will be submitting a response. We do not plan to attend and will not be submitting a response because: Signature Title Name of Company Date Procurement and Contracts Division Page: 10 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 SPECIFICATIONS FOR IFB22-0161, SANITARY SEWER LINING AND MANHOLE REHABILITATION EXHIBIT "1" SUMMARY OF WORK, TECHNICAL SPECIFICATIONS AND STANDARD DETAILS Procurement and Contracts Division Page: 11 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 SUMMARY OF WORK This solicitation is for Continuing Service Contracts that will be awarded to multiple bidders in order to provide the City maximum flexibility to accomplish sewer rehabilitation projects in the City's best interest. The City desires to receive competitive prices for the work and preferably be able to assign projects to a single bidder for all the work needed for a particular project assignment. Therefore, Bidders are encouraged to subcontract or team with other specialized trade vendors to provide competitive price proposals for as many of the items listed on the Bid Form as possible. Bidders are not required to bid on every bid item to receive a contract with the City, but bidders with the most competitive prices and a comprehensive list of proposed unit prices will be more likely to receive project assignments as long as their prices are competitive. The City reserves the right to assign a project to any one or multiple Bidders as necessary to complete all the work needed for a specific project at a total cost that is advantageous to the City. Subcontractors that only provide services for a few of the pay items under this contract, may team with more than one prime Bidder and may also submit their own separate bid for those pay items in order to increase their chances of receiving assignments with any of the Contractors with a complete pay item submittal or separately under their own contract for those pay items. After the contracts have been awarded, a City representative will contact the Bidder(s) resulting in the lowest total project cost to the City based on the submitted bid prices and scope of work needed. They will discuss the scheduling, coordination and other pertinent factors. The possible need for Maintenance of Traffic and/or Bypass Pumping will be discussed based on the project specifics, and a total project cost proposal may be requested. Please refer to Section 01150 Measurement and Payment for pay item descriptions. The City reserves the right to award project assignments to any bidder or even multiple bidders based on the City's best interests and other factors. Receiving a City contract doesn't guarantee that all the bidders will receive project assignments, so competitive bid pricing is encouraged. Summary of Work 1 /27/22 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 01150 MEASUREMENT AND PAYMENT PART 1 - GENERAL: A. Payment for all work done in compliance with the Contract Documents, inclusive of furnishing all labor, equipment, materials, and performance of all operations relative to construction of the Work, will be made under the Pay Items listed on the Bid Form. Should the Contractor feel that the cost of any part of the Work has not been identified by an item on the Bid Form, he shall include the cost of the work in the most applicable bid item, so that his proposal for the project reflects his total price for completing the Work in its entirety. Work for which there is not a pay item will be considered incidental to the Contract and no additional compensation will be allowed. The Owner's Representative (also referred to as Engineer) shall determine if the Work has been satisfactorily completed and accepted for payment. B. The Owner reserves the right to modify work as may be necessary, and to increase or decrease quantities of work to be performed, including adding or deducting any of the Pay Items. Changes in the Work shall not be considered as a waiver of any conditions of the Contract nor invalidate any provisions thereof. When changes result in changes in the quantities of the work to be performed, the Contractor will accept payment according to the unit prices that appear in the Bid Form, subject to the Contract Provisions. C. The quantities for payment of unit price items under this Contract shall be determined by actual measurements of the completed items, ready for service and accepted by the owner, in accordance with the applicable unit of measurement and this Section. Contractor's representative shall witness and verify all field measurements with the Owner's representative. Work performed by the Contractor outside the limits of construction or not required by the Contract Documents shall be at the Contractor's expense, unless approved by the Engineer in writing prior to construction. D. Division I of the FDOT Standard Specifications for Road and Bridge Construction are excluded from use on this Contract. The latest technical specifications in Division II - Construction Details and Division III -Materials are hereby included by reference with the exception that all FDOT methods of measurement and payment are specifically excluded from use on this Contract. PART 2 — SPECIFIC PAY ITEMS: 1. Mobilization shall be paid as a lump sum according to the applicable bid price, based on the total cost of all work in the pay item group based on the project assignment size. The bid price and payment shall be full compensation for all costs necessary to mobilize and demobilize all equipment, materials and labor to accomplish all the work in the specific project assignment. If any appurtenant pay items in Group 11 become necessary to complete work in any other Group, then the Group II Mobilization shall not be applicable for the appurtenant items. Payment will be made under Item Nos. 1, 2, 41, 42, 102, 103, 116, 117 Mobilization - per lump sum. MEASUREMENT & PAYMENT 2/7/22 01150-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2. Maintenance of Traffic shall be paid as a percentage of work completed during the pay period, and the total shall not exceed the lump sum amount agreed upon between the Owner's representative and the Contractor at the time of the project assignment. The price shall be based on the MOT requirements of the specific project assignment and shall not exceed the actual subcontractor cost plus 5% Contractor markup. The Owner has the right to review and approve the MOT subcontractor's itemized invoice for cost verification before payment is made to the Contractor. The payment shall be full compensation for all design, materials, labor and equipment necessary for installation and continual maintenance of all devices for vehicular and pedestrian traffic control during all phases of the work, as required by the approved maintenance of traffic plan. Payment will be made under Maintenance of Traffic - per lump sum. Bypass Pumping shall be paid as a percentage of work completed during the pay period, and the total shall not exceed the lump sum amount agreed upon between the Owner's representative and the Contractor at the time of the project assignment. The price shall be based on the Bypass Pumping requirements of the specific project assignment and shall not exceed the actual subcontractor cost plus a 5% Contractor markup. The Owner has the right to review and approve the Bypass Pumping subcontractor's itemized invoice for verification before payment is made to the Contractor. The payment shall be full compensation for all design, materials, labor and equipment necessary to bypass pump or otherwise maintain all sewage flow around the work assignment by the method agreed to by the Owner and the means approved by the Engineer. Bypass pumping/flow maintenance shall be implemented per Project Manual Section 13273. Payment will be made under Bypass Pumping - per lump sum. 4. (Light, Medium or Heavy) Jet Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to water jet clean a sewer with either a vactor truck or closed -loop system per Project Manual Section 13270. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which is a separate pay item based on the specific site conditions. Payment will be made under Item Nos. 3 thru 9 (Light, Medium or Heavy) Jet Cleaning - per linear foot. Closed -Loop (Light, Medium or Heavy) Jet Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to water jet clean a sewer using a closed -loop system per Project Manual Section 13270. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which is a separate pay item based on the specific site conditions. Payment will be made under Item Nos. 10 thru 15 Closed -Loop (Light, Medium or Heavy) Jet Cleaning - per linear foot. 6. Sanitary Sewer Debris Disposal (Closed -Loop System Only) shall be measured for payment per ton disposed at an approved legal disposal site as verified and accepted by the Engineer. The bid price and payment shall be full compensation for all costs necessary to transport and legally dispose of dry, solid debris material removed from sanitary sewer pipes per Project Manual Section 13270. This pay item will only be paid for debris removed by a Closed -Loop System. The measurement for payment must be supported by acceptable dumping tickets. Contractor is responsible to decant all water from the solid waste storage container and must pass the paint filter dry test before dumping at a legal disposal site. Payment will be made under Item No. 16 Sanitary Sewer Debris Disposal (Closed -Loop System Only) - per ton. MEASUREMENT & PAYMENT 2/7/22 01150-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 7. Specialty Mechanical Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer and the quantity billed shall not overlap with other cleaning pay items. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to remove roots and hardened grease as defined in Project Manual Section 13270. Specialty Mechanical cleaning includes flushing and removal of the debris generated by the process. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which are separate pay items based on the specific site conditions. Payment will be made under Item Nos. 17 thru 21 Specialty Mechanical Cleaning - per linear foot. 8. Mechanical Cleaning shall be measured for payment per linear foot completed and accepted by the Engineer and the quantity billed shall not overlap other cleaning pay items. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all water, materials, labor and equipment necessary to mechanically clean a sewer as defined in Project Manual Section 13270. Mechanical cleaning includes flushing and removal of the debris generated by the process. The Contractor is responsible to maintain sewer flows during all pipe cleaning. Bypass pumping may be required if the project assignment requires video inspection and CIPP lining, which are separate pay items based on the specific site conditions. Payment will be made under Item Nos. 22 thru 26 Mechanical Cleaning - per linear foot. 9. TV Inspection, Post -Cleaning shall be measured for payment by the linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all materials, labor and equipment necessary to complete the post -cleaning TV inspection recorded on an approved digital media format with documentation as required by Project Manual Section 13271. No additional payment will be made for working TV inspections used by the Contractor to execute the cleaning work or rejected cleaning. Payment will be made under Item Nos. 27 thru 31 TV Inspection, Post -Cleaning - per linear foot. 10. TV Inspection, Post -Lining shall be measured for payment by the linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all materials, labor and equipment necessary to complete the post -lining TV inspection recorded on an approved digital media format with documentation as required by Project Manual Section 13271. Payment will be made under Item Nos. 32 thru 36 TV Inspection, Post -Lining - per linear foot. 11. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a grass area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 37 and 38 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass - per each. 12. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a paved area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 39 and 40 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement - per each. 13. Group II: Furnish and Install CIPP Pipe Lining shall be measured for payment by the linear foot completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size, project assignment length, and cured liner thickness listed on the bid form, and shall be full MEASUREMENT & PAYMENT 2/7/22 01150-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 compensation for all materials, labor and equipment necessary to furnish and install a complete CIPP sanitary sewer pipe lining per Project Manual Section 13275 or 13276. Main pipes will always be lined from manhole to manhole and include cutting openings to restore lateral pipe connections. Each main pipe size has a related bid item for the incremental cost per linear foot to increase the CIPP liner thickness for each 1.5 min above the standard thickness, as determined necessary by the Engineer. Payment will be made under Item No. 43 thru 82 Group II: Furnish and Install CIPP Pipe Lining - per linear foot. 14. Grind Protruding 4" or 6" Lateral Flush with 8" - 12" main shall be measured for payment per each protruding lateral ground flush with the main that is completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to cut or grind a protruding lateral so that a CIPP Lateral Connection Liner can be properly installed. Payment will be made under Item No. 83 Grind Protruding 4" or 6" Lateral Flush with 8" - 12" main - per each. 15. CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Post Lining shall be measured for payment per each CIPP Main to Lateral Connection Liner completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a CIPP Main to Lateral Connection Liner in 8" through 12" main after the main has been lined per Project Manual Section 13279 and per the City's choice/direction. Payment will be made under Item No. 84 CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Post Lining - per each. 16. CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Pre Lining shall be measured for payment per each CIPP Main to Lateral Connection Liner completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a CIPP Main to Lateral Connection Liner in 8" through 12" main before the main has been lined per Project Manual Section 13280 and per the City's choice/direction. Payment will be made under Item No. 85 CIPP Main to Lateral Connection Liner for 4" or 6" Lateral in 8" through 12" Main Pre Lining - per each. 17. Chemical Grout Seal Pipe Joint Leaks, (pipe size range) shall be measured for payment per gallon completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size range listed on the bid form shall be full compensation for all materials, labor and equipment necessary to internally seal all water leaks through pipe joints using an inflatable packer with an acrylamide chemical grout per Project Manual Section 13278 using approved materials. This pay item shall be used before installing CIPP pipe lining as determined necessary by the Engineer after review of the TV inspection videos. Payment will be made under Item Nos. 86 thru 89 Chemical Grout Seal Pipe Joint Leaks, (pipe size range) - per gallon. 18. Chemical Grout Seal Manhole Leaks shall be measured for payment per gallon completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to seal all water leaks in a manhole by chemical grout injection per Project Manual Section 13278 using approved materials. Payment will be made under Item No. 90 Chemical Grout Seal Manhole Leaks - per gallon. 19. Chemical Grout Injection Port shall be measured for payment per each injection port completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install an injection port for chemical grout injection per Project Manual Section 13278 using approved materials. Payment will be made under Item No. 91 Chemical Grout Injection Port - per each. MEASUREMENT & PAYMENT 2/7/22 01150-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 20. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a grass area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 92 and 93 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Grass - per each. 21. Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to install a 4" or 6" SDR 26 PVC cleanout in a paved area on an existing sanitary sewer lateral per the details. Payment will be made under Item No. 94 and 95 Cleanout for Sanitary Lateral, 4" or 6" PVC, F&I in Pavement - per each. 22. Remove and Replace Ring and Cover shall be measured for payment per each replacement completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove an existing manhole ring and cover or top and replace it with a new ring and cover per the standard detail. The pay item includes adjusting the ring to match existing grade, adjacent surface restoration and coating inside the riser with calcium aluminate up to the ring. Payment will be made under Item No. 96 Remove and Replace Ring and Cover - per each. 23. Concrete SAV Replacement, 4" Thick shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace 4" thick concrete. Payment will be made under Item No. 97 Concrete SAV Replacement, 4" Thick - per square yard. 24. Concrete DAV Replacement, 6" Thick shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace 6" thick concrete. Payment will be made under Item No. 98 Concrete D/W Replacement, 6" Thick - per square yard. 25. Concrete Curb Replacement shall be measured for payment per linear foot completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace any style of concrete curb including stabilized pad. Payment will be made under Item No. 99 Concrete Curb Replacement - per linear foot. 26. Asphalt & Base Pavement Patch shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace asphalt roadway pavement and base or remove and replace asphalt driveway and base. Payment will be made under Item No. 100 Asphalt & Base Pavement Patch - per square yard. 27. Sod Replacement shall be measured for payment per square yard completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove and replace sod to match existing. Payment will be made under Item No. 101 Sod Replacement, Match Existing - per square yard. MEASUREMENT & PAYMENT 2/7/22 01150-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 28. Group III: Furnish and Install CIPP Point Repair Lining shall be measured for payment per each completed and accepted by the Engineer. The bid price and payment for the appropriate pipe size and lining length listed on the bid form shall be full compensation for all materials, labor and equipment necessary to furnish and install a complete CIPP point repair lining per Project Manual Section 13274. Bidder shall note that if the project assignment includes pay items from both Groups II & III, only one Mobilization pay item will be applicable. The minimum cured liner thickness shall be at least as thick as the same size CIPP lining pay item for manhole to manhole segments. Payment will be made under Item Nos. 104 thru 115 CIPP Point Repair Lining - per each. 29. Group IV: Furnish and Install FRP Manhole Liner shall be measured for payment per vertical foot of depth for each manhole completed and accepted by the Engineer. The bid price and payment for the applicable pay item listed on the bid form shall be full compensation for all materials, labor and equipment necessary to furnish and install a complete FRP Liner to rehabilitate a sanitary manhole per the applicable details and Project Manual Section 13277. Depth shall be measured from the top of the liner to the termination point on the bench. The FRP Liner work includes any demo and restoration of the existing structure necessary to install the liner, cutting the proper holes to extend and seal all pipes to the manhole liner, providing the grout seal around the entire bottom of the liner where it rests on the existing structure base, and grout filling the annular space between the FRP liner and the existing base. The pay items in this group also include reconstruction of the benches and flow channels per the City's standard details and covering all unprotected interior surfaces above the water line with an approved coating, including the benches and the riser section to the included new ring and cover. These pay items also include all necessary backfill and compaction or flowable fill, and surface restoration to match the existing surface. Payment will be made under Item Nos. 118 thru 123 Furnish and Install FRP Manhole Liner - per vertical foot. 30. Group IV: Protective Coating System shall be measured for payment per vertical foot of depth for each manhole completed and accepted by the Engineer. The bid price and payment for the applicable pay item listed on the bid form shall be full compensation for all materials, labor and equipment necessary to furnish and install a complete Protective Coating System to rehabilitate a sanitary manhole per Project Manual Section 09985. Depth shall be measured from the top of the cone/top slab to the top of the bench. The pay items include any demo and restoration of the existing structure necessary to install the protective coating system covering all interior surfaces above the water line, including the bench and the riser section to the ring and cover, and includes reconstruction of the benches and flow channels per the City's standard details. Payment will be made under Item Nos. 124 thru 133 Protective Coating System - per vertical foot. 31. Chemical Grout Seal Manhole Leaks shall be measured for payment per gallon completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to seal all water leaks in a manhole by chemical grout injection per Project Manual Section 13278 using approved materials. Payment will be made under Item No. 134 Chemical Grout Seal Manhole Leaks - per gallon. 32. Remove and Replace Ring and Cover shall be measured for payment per each replacement completed and accepted by the Engineer. The bid price and payment shall be full compensation for all materials, labor and equipment necessary to remove an existing manhole ring and cover or top and replace it with a new ring and cover per the standard detail. The pay item includes adjusting the ring to match existing grade and coating inside the riser with the approved coating up to the ring. Payment will be made under Item No. 135 Remove and Replace Ring and Cover - per each. -End of Section - MEASUREMENT & PAYMENT 2/7/22 01150-6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 09985 PROTECTIVE COATING SYSTEM PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. This section includes general repairs, resurfacing and application of a protective coating system on the interior of existing structures using a monolithic, high -build, solvent -free polymer coating. Design Engineer shall determine which system is appropriate for the intended use, either System A or System B. B. System A shall be specified and designed to withstand the long term hydrostatic pressures for structures that are partially or fully deteriorated. This system is referred to as a structural repair and protective coating. C. System B shall be specified and designed to provide a protective coating, such as would be used on new construction or for corrosion protection of existing structures that have very little deterioration. D. Both systems shall eliminate infiltration and exfiltration, repair voids and deterioration, and provide corrosion protection as a comprehensive internal lining system. Procedures for surface preparation, cleaning, application and testing are described herein. Repair methods and procedures are listed in this section. All manholes and structures scheduled for rehabilitation shall be cleaned, prepared, patched and/or sealed as required prior to the application of any new materials. All surface preparation shall meet manufacturer's recommendations. 1.2 SCOPE OF WORK A. The Contactor shall be responsible for furnishing all labor, supervision, materials, and equipment required to complete all structure rehabilitation, testing and surface restoration in accordance with this Specification. B. All Sections of this Specification are mutually complimentary and the overall intent is that the Contractor shall provide everything necessary to make a complete and operable job in every respect. C. It is the intent of this Specification to ensure that the work, as completed shall meet all applicable codes, ordinances, rules and regulations of every authority having jurisdiction in the area where the construction is located. Failure of the Contractor to point out items that do not meet such requirements does not relieve the Contractor or the Subcontractors of the responsibility of meeting them. D. All supplies shall be stored and maintained by the Contractor in accordance with manufacturer's recommendations. Materials shall not be exposed to adverse conditions prior to the work. All materials shall be kept in secured area and away from general public access. The Contractor shall review and maintain all Material Safety Data Sheets (MSDS), product labeling, and technical literature at the project site. 1.3 REFERENCES A. The latest codes and standards referenced herein and belonging to the following organizations shall be followed: 1. America Society for Testing and Materials (ASTM) 2. National Association of Corrosion Engineers, NACE International (MACE) 3. The Society for Protective Coatings (SSPC) 4. International Concrete Repair Institute (ICRI) 5. National Association of Sewer Service Companies (NASSCO) 6. EPA Environmental Technology Verification Program (EPA ETV) 7. American Association of State Highway and Transportation Officials (AASHTO) 8. Occupational Safety and Health Administration (OSHA) 1.4 SUBMITTALS A. Product Data 1. Technical data sheet on each product proposed shall be furnished for approval by the Engineer. Third party verification of test data is required. The technical data, by validation of ASTM testing Protective Coating System 1/27/22 09985-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 results, shall demonstrate conformity with these specifications. If submitting an alternative product, please follow procedures set forth in Section 1.4 C. 2. Material Safety Data Sheets (MSDS) for each product proposed shall be furnished. B. Applicator Qualifications and Warranty 1. Bidder must submit the name of the Certified Applicator with his bid or the same day of the bid in order to be considered responsive. 2. Applicator performing the work in this section shall specialize in this type of work and have a minimum three (3) years of documented successful experience with the same or similar material type. Applicator shall be certified by the manufacturer. The Applicator shall be approved by the Owner and approved by the manufacturer of the materials to be applied in order to maintain a full material and workmanship warranty. 3. Applicator shall provide proof of any required federal, state or local permits and licenses necessary for the work, and shall comply with project requirements and manufacturer's recommendations. 4. Design details for any ancillary systems and equipment to be used on site for surface preparation, application and testing. Confined space entry, flow diversion and/or bypass plans shall be submitted to the Owner for approval as necessary for performance of the specified work. 5. Three (3) recent references of Applicator indicating successful application of coating product(s) of the same or similar material type as specified herein, within municipal wastewater environments. 6. Written Warranty. a. All materials and labor shall be warranted for a period of five (5) years from the date of project completion by an approved applicator and acceptance by the Owner. Contractor shall warrant all materials and workmanship with a bond for a period of five (5) years from the date of final acceptance of the project. b. Failure will be deemed to have occurred if the protective system fails to: (a) prevent the internal damage or corrosion of the underlying structure due to bacteriological, chemical, gaseous (hydrogen sulfide), erosive and abrasive attack, including internal damage or corrosion resulting from vibration or stress cracking and coating failure due to hydrostatic pressures. It does not include excessive atypical non -wastewater induced chemical abuse, atypical physical abuse or acts of God which cause structural damage, (b) seal and protect the substrate and environment from contamination by effluent or (c) seal and protect the structure from influent or infiltration into the structure. c. Contractor shall within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said five (5) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. C. "Or Equal" Substitution Submittal 1. In order to be considered as an equal product, said product will have to meet the minimum physical and performance properties described herein as measured by the applicable ASTM standards referenced. Minimum physical properties for structural rehabilitation and corrosion protection only are listed in the physical property chart C. 3. Testing results must be performed and presented in the form of technical data sheets with third party verification. Said product manufacturer must provide documentation supporting the product's success and history of use in closed wastewater environments for at least ten (10) years. 2. Equal products' technical specifications, references and material safety data should be submitted to the Owner a minimum of two (2) weeks prior to bid date. 3. Written product pre -approval is required to determine if the prospective product may be bid and utilized on this project. A product may be rejected as unacceptable if the submittal to the Owner is not received by the deadline or the bid package does not include a written pre -approval from the Owner. The Owner shall be the sole judge in determination of acceptance as an equal product. Protective Coating System 1/27/22 09985-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 4. System A - Performance Design Requirements for structural rehabilitation minimum physical requirement charts. Submission must provide third party verification of physical properties: Test Value (Minimums) Structural Properties Polyurethane Epoxy Test Value Tensile Strength, psi 7,450 7,500 ASTM D638, Type IV (Minimum) Flexural Modulus, psi 735,000 600,000 ASTM D790 (Initial) Flexural Strength, psi 14,000 8,000 ASTM D790 Flexural Modulus, psi 529,000 300,000 ASTM D2990 (Long Term) Compressive Strength, 19,000 14,000+ ASTM D695 psi Wear Resistance, mg 60 115 ASTM D4060, Loss Taber abrasion Hardness, Shore D, 90 80 ASTM D2240 Durometer Manufacturer must submit calculation showing thickness requirements in order to withstand long term hydro static pressures to the Owner/Engineer. 5. System B - Performance Design Requirements for a corrosion barrier only. Minimum physical requirement chart below. Submission must provide third party verification of physical properties: Test Value (minimums) Physical Properties Polyurethane Epoxy Test Value Tensile Strength, psi 2,700 2,700 ASTM D638, Type IV (Minimum) Flexural Modulus, psi (Initial) Wear Resistance, mg Elongation in % Hardness, Shore D 75,000 80,000 ASTM D790 42 37 ASTM D4060, Loss 43 (ASTM D638) 4-6 (ASTM D412) See individual Values 62 75 ASTM D2240 Protective Coating System 1/27/22 09985-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 2 - STRUCTURE REHABILITATION MATERIALS, METHODS AND PROCEDURES 2.1 GENERAL A. All work shall be in strict accordance with the specifications and recommendation including application of all products as required and in accordance with manufacturer's directions. B. Contractor shall conform to all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. C. When freezing temperatures are expected in the area, the Contractor shall take measures to keep applied materials warm and provide the required heat in the structure before repair work is started in accordance with manufacturer's recommendations. D. Do not apply materials to frozen surfaces or if freezing is expected substrate within 24 hours after application. E. The invert shall be covered during construction operations to prevent loose materials from collecting in the pipe invert, except during the coating of the invert if a monolithic application is specified. F. Bypassing and/or blocking of the flow in the manholes shall be done only with prior approval of the Owner. G. It shall be the contactor's responsibility to provide traffic control as required by the particular location and/or jurisdiction. H. Contractor shall be responsible for maintaining operation of the sewer system while the work is completed. I. Use approved equipment designed, recommended and/or manufactured by the material supplier specifically for the application of all materials in the sanitary sewer structures. J. Examine the surface of the structure to receive the protective coating system. Notify the Owner in writing if the surface is not acceptable for rehabilitation. K. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE, and SSPC standards of the polymer coating manufacturer's recommendations. L. Products are to be kept dry, in a controlled environment, protected from weather and stored under cover. M. Products are to be stored and handled according to their material safety data sheets. 2.2 STRUCTURE CLEANING AND PREPARATION A. The base and all interior surfaces of the structure shall be thoroughly cleaned and properly prepared before applying any new materials. All masonry substrates should be prepared according to the standard prescribed by: SSPC-SP 13/NACE No. 6 "Surface Preparation of Concrete". Surface preparation must achieve a clean and sound concrete (or brick) surface free of all foreign materials, dirt, grit, sludge, oil, grease, wax, debris, roots, incompatible existing coatings, laitance, form release, curing compounds, efflorescence, sealers, salts, and/or any other contaminants. B. When grease and oil are present on the surface of the structure, use an approved biodegradable emulsifier or detergent suitable for complete removal of the contamination. Pressure wash all existing surfaces with minimum 5000 psi or 4 gpm to remove all foreign matter and contamination from the surface before abrasive blasting and to clean off the dust after dry blasting or residue after wet abrasive blasting. Perform the ASTM Water Break Test to confirm complete contamination removal, or meet manufacturer's recommendation if more critical. C. Abrasive blasting shall be used to achieve acceptable surface preparation for all existing structures and any new concrete that does not have an acceptable surface profile. Silica sand shall not be used as the abrasive blasting material. Use wet abrasive blasting if dust is a problem at the job site or as directed by the Engineer. The surface profile shall be ICRI CSP-5 or greater for all existing concrete as recommended by the material manufacturer and CSP-3 for all new concrete surfaces. D. All loose or defective concrete, brick, grout, ledges, steps and protrusions shall be removed to provide a smooth even surface prior to application of the surfacer and protective coating. E. The surface pH shall be tested to be 9.0 or higher before applying the surfacer or protective coating. Continue to abrasively blast clean the concrete until an acceptable pH is reached. Must meet the minimum pH recommended by the manufacturer. F. All waste material resulting from cleaning, preparing and coating the structure shall be collected, removed and properly disposed at a legal dump site. G. Seal all active leaks with proper material according to the material manufacturer's instructions and the following section 2.3 below. Fill all voids, gaps and holes with cementitious surfacer material per section 2.6 below. Protective Coating System 1/27/22 09985-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2.3 SEALING ACTIVE LEAKS A. Stop active leaks with patching material or infiltration control materials applied according to manufacturer's recommendations. Other alternative methods may be used with written approval from the Engineer. B. Materials 1. Hydraulic Cement. a. Active leaks shall be sealed by using a quick -setting, high -strength, hydraulic cement which instantly stops running water and/or seepage through concrete. If attempts have been made to stop the leak with hydraulic cement and have been unsuccessful, then chemical grout injection will be required to stop severe water leaks with approval of the Engineer. See C.31. below. 2. Chemical Grout a. Chemical grout material used for sealing severe active leaks shall be hydrophilic polyurethane unless conditions require a different material and is approved by the Engineer. Mixing and handling of all the chemical grout materials shall be in strict accordance with manufacturer's recommendations. Application of chemical grout shall be by injection method only. C. Execution 1. Infiltration control material shall be a rapid sealing product specifically formulated for leak control to stop water infiltration and making repairs in concrete and brick structures, mixed and applied according to the manufacturer's recommendations. 2. Hydraulic Cement a. The work consists of hand applying a dry quick -setting cementitious material designed to instantly stop running water or seepage in all types of concrete and brick structures. The applicator shall apply material in accordance with manufacturer recommendations. b. The area to be repaired must be clean and free of all debris. c. Proper applications should not require any special mixing of product or special curing requirements after application. Chemical Grout Sealant a. While being injected, the chemical sealant must react and expand in the presence of water. b. The cured sealant must withstand submergence in water without degradation. c. The cured sealant must be impervious to water penetration and must not be biodegradable. d. The cured sealant must withstand freeze -thaw and wet -dry cycles without causing adverse changes to the sealant performance. e. Chemical grouting material final cure time must not exceed one (1) hour. f. Chemical grouting material must be compatible with all other rehabilitation materials and be approved for use with the other materials by their manufacturers. g. All excess chemical grout must be removed from the surface via mechanical grinding means and top patched with hydraulic cement or other approved cementitious surfacing material. h. If a separate pay item is provided on the Bid Form for chemical grout sealant, then the Engineer must witness the injection process and approve the quantity of material used supported by purchase tickets and empty containers. 2.4 FILLING AND REPAIR OF INVERT, BENCH AND FLOW CHANNELS A. Materials 1. The material used shall be a polymer -modified, ultra -high strength, high build, sewer grade silica fume, fiber reinforced mortar. Must meet manufacturer's recommended use for suitability. Manufacturer shall supply letter of compatibility. Physical properties: Set Time at 77F ASTM C-403 Initial Set 35 minutes Final Set 50 minutes Flexural Strength ASTM C-293 Protective Coating System 1/27/22 09985-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 24 hours 28 days Compressive Strength ASTM C-109 24 hours 28 days Shear Bond ASTM C-882 Freeze/Thaw ASTM C666 600 psi 990 psi 3,250 psi 6,800 psi >1,000 psi 300 cycles, no damage 2. Patching materials shall be in conformity to manufacturer's recommendations. B. Execution 1. Patching a. Patching of interior structure surface irregularities shall be required in areas where voids exist, such as mortar missing between bricks, around rung holes after the removal of rungs and steps, and spalled or deteriorated concrete. All loose, cracked and corroded materials shall be removed from the area to be patched, exposing a sound substrate. Polymer mortar patching materials and cementitious surfacer shall be applied to dampened surfaces. b. When leaks are not readily identifiable upon cleaning operation, use a blower to dry the interior surfaces for positive identification of leaks. 2. The materials shall be trowel -applied utilizing proper equipment on specified surfaces. The material thickness is determined based on filling and patching voids to bridge sharps peaks and irregularities resulting from deteriorated concrete, spalls, cracks, and bug holes in order to achieve an acceptable profile. Repair Invert, Bench and Channel a. Construct invert channels to provide smooth flow transition waterway with no distortion of flow at manhole connections. b. Material shall be mixed and applied per manufacturer's specifications. Materials shall be mixed in small quantities to avoid setting prior to placement. Materials shall be smoothed by either hand or trowel in order to facilitate flow. 2.5 MANHOLE FRAME AND COVER REPLACEMENT A. Materials 1. Manhole frames and covers shall be US Foundry 420JT or approved equal, unless specified otherwise on the plans. A coating termination key shall be provided below the frame and filled with coating or elastomeric grout. Aluminum hatches shall be as specified on the plans and per Section 08350. B. Execution 1. Remove and dispose existing frames and covers or return them to the Owner as directed. 2. Install castings according to City standard details or approved shop drawings and applicable directions from manufacturer's printed materials. 3. Set casting to proper alignment and elevation for existing conditions and must be flush with pavement. 4. Set frame in mortar on the top of the structure or on minimal brick adjustment courses. 5. Install grade adjustment rings in existing frames on a clean, stable bearing surface free from rocking. 6. Restore surface to pre-existing condition. 2.6 PROTECTIVE COATING SYSTEMS A & B A. General 1. It is the intent of this specification to provide for comprehensive waterproofing, sealing, structural reinforcement and corrosion protection of existing concrete manholes, wet wells and similar underground structures by using an approved high -strength cementitious surfacer and high build 100% solids structural polymer top coating. Protective Coating System 1/27/22 09985-6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2. This specification establishes the minimum standard for material and method of application for the structural reinforcement, sealing and corrosion protection of leaking and deteriorated structures by lining with a high strength cementitious material and 100% solids two -component structural polymer coating. 3. The cementitious surfacer material shall be applied at a minimum average thickness of 500 mils (1/2 inch) for existing concrete surfaces and completely fill bug the holes in new concrete surfaces. The material and application shall meet the manufacturer's recommendations for cementitious underlayment and provide a smooth finished surface as a proper substrate for the polymer coating. System A - The structural polymer coating shall be installed at a minimum thickness of 250 mils DFT (1/4 inch). The thickness shall be increased in deeper areas to accommodate the groundwater pressure or other specific conditions as recommended by the applicator or as directed by the Engineer. Upon request, calculations provided by the manufacturer showing thickness requirements shall be submitted to the Engineer for review and approval. System B - The corrosion protection polymer coating shall be installed at a minimum thickness of 125 mils DFT (1/8 inch) or as called for in the plans for corrosion resistance. B. Materials 1. Cementitious surfacer shall be utilized as the first part of the system to provide a base coat to uniformly and smoothly resurface the existing structure and provide a high strength reinforcement barrier prior to the top coating which utilizes a premium 100% solids polymer. The proposed material shall be approved by manufacturer of proposed polymer top coat material with a suitability letter provided to the Engineer. Use one of the specified materials below or prior approved equal material (see Section 1.4 C): a. Epoxytec Mortartec Silicate RCMO1 by Epoxytec International, Inc. b. Mainstay Microsilica Mortar ML-72 by Madewell Products Corporation c. Tnemec Series 217 MortarCrete (1/4" or more) or Series 218 MortarClad (1/32" to 3/8") d. Strong Seal e. Quadex f. IRN-Liner EM by D&D Synergy, Inc. 2. The polymer coating system must be a structural (System A) or corrosion protective coating (System B) exhibiting the following properties or features: a. The polymer system must be 100% solids with no VOCs. b. The polymer system must be self -priming, requiring no primer before application, unless required by the manufacturer for a certain application. c. The polymer system must adhere to concrete with adhesion testing results in PSI that outperformed the cohesion of concrete (ASTM D-4541) and meet the minimum results recommended by the manufacturer. d. The polymer system must be able to properly cure under typical environmental conditions and shall perform as advertised by the manufacturer. e. The polymer system must withstand freeze -thaw and wet -dry cycles without causing adverse changes to the cure and performance properties. f. The polymer system must hang with vertical and overhead thickness capability of 1/8 inch to 1/4 inch without sag. Protective Coating System 1/27/22 09985-7 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 g. The polymer system must have a defined recoat window without preparation for simple repair requirements. Repairs shall comply with the manufacturer's recommendations. h. The polymer system shall be resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems, including severe hydrogen sulfide (up to 100,000 ppm) and highly corrosive chemicals. i. The polymer system must have undergone verification testing by a Certified Independent Third Party in good standing and be tested according to ASTM procedures. j. Material Type hybrid polymer k. Solids by Volume ASTM D2697 100% 1. Solvent (VOC) ASTM D3960 none m. Adhesion Strength (concrete) ASTM D4541 substrate failure n. Adhesion Strength (steel) ASTM D4541 1,500+ psi o. Water Absorption ASTM D1653 < 0.1 g/sq.m. p. Acid Exposure (pH 1, H2SO4) CIGMAT CT-1 passed q. Tensile Strength ASTM D638 7,450+ psi r. Flexural Modulus ASTM D790 600,000+ psi s. Flexural Strength ASTM D790 8,000+ psi t. Compressive Strength ASTM D695 14,000+ psi u. Elongation ASTM D2370 4-6% v. Complete Cure Time 18 hours (77F) Use one of the specified System A materials below or prior approved equal material (see Section 1.4 C): a. SprayWall as manufactured by Sprayroq, Inc. b. Epoxytec CPP (#RC3) by Epoxytec International, Inc. c. Mainstay DS-5 by Madewell Products Corporation d. IRN-Liner FRP by D&D Synergy, Inc. e. Raven 405 by Raven Lining Systems Inc. Use one of the specified System B materials below or prior approved equal material (see Section 1.4 C): a. SprayWall or SprayShield Green II as manufactured by Sprayroq, Inc. b. Epoxytec CPP (#RC3) by Epoxytec International, Inc. c. Mainstay DS-5 by Madewell Products Corporation d. IRN-Glaze Coat/Aqua Coat 61 by D&D Synergy, Inc. e. Green Monster Liner Structural by GML Coatings, LLC f. Tnemec Series G436 by Tnemec Company, Inc. g. Raven 405 by Raven Lining Systems, Inc. C. Execution 1. All structures to be coated shall be readily accessible to the Applicator. 2. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. Protective Coating System 1/27/22 09985-8 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 3. Any active leaks shall be plugged and all flow bypassed or diverted until the protective coating work is complete and the structural epoxy coating has cured, been tested and accepted by the Owner. 4. Temperature of the surface to be coated should be maintained between 50F and 100F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. Where varying surface temperatures do exist, coating installation shall be scheduled when the temperature is falling versus rising, and shall meet minimum manufacturer's recommendations. 5. New Portland cement concrete structures shall have cured a minimum of 28 days prior to commencing polymer structural lining system installation. 6. Application procedures shall conform to all the recommendations of the polymer coating material manufacturer, including material handling and storage, mixing, safety, and particularly surface preparation, application equipment and method. 7. Top coating or additional coats of the structural polymer coating should occur as soon as the prior coat becomes tack free, but no later than the recoat window for the specified material. Additional surface preparation procedures will be required if the manufacturer's recommended allowable recoat window is exceeded. 8. Follow all published and manufacturer recommended application methods. Properly mix and apply all materials to the specified surfaces by manufacturer's approved application methods. 2.7 QUALITY ASSURANCE AND ACCEPTANCE A. During application, Applicator shall regularly perform and record polymer coating thickness readings with a wet film thickness gage or other approved similar measuring probe, such as those meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, to ensure uniform thickness during application or recommended manufacturer's readings type. The Applicator shall Record and Document all phases of the scope of work as specified in this document, as well as the confined space documentation, and submit all the documentation to the Engineer for review. The QA/QC Documentation shall include but not be limited to environmental conditions, batch numbers, quantities of all materials used for each structure, type of abrasive blasting aggregate, all surface testing such as pH, water break test, compressor blotter test, ICRI CSP comparison with replica plates to confirm adequate surface profile, wet film thickness, and holiday testing. B. Applicator shall perform holiday detection on all surfaces coated with the polymer coating in the presence of the coating manufacturer's representative. After the polymer coating has set hard to the touch, surfaces shall first be dried and an induced holiday may be made on to the coated concrete surface, which shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188-99). All detected holidays shall be marked by the coating manufacturer's approved marking methods and repaired by abrading the coating surface with grit disk paper or other hand grinding method. After abrading and cleaning, additional epoxy coating material can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's recommendations. C. Adhesion Testing. If millage thickness is in question, the Owner / Engineer has the right to require a destructive test. All touch-up/repair procedures shall follow the protective coating manufacturer's recommendations. D. NOTE: The mil thickness will be measured and confirmed with the scored and pulled test samples. In structural repairs (partially or fully deteriorated design assumptions), it is critical to confirm the design thickness E. A final visual inspection as well as a holiday spark tester shall be utilized for testing by the Applicator and witnessed by the Owner's representative. Any deficiencies in the finished coating shall be marked and repaired by the Applicator according to the procedures set forth herein and as recommended by the material manufacturer. END OF SECTION Protective Coating System 1/27/22 09985-9 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13270 CLEANING SANITARY SEWER PART 1 - GENERAL The Contractor shall furnish all labor, materials and equipment necessary for properly cleaning the sewer system. The sewer pipes and structures shall be cleaned using mechanical, hydraulically propelled, and/or high velocity water jet sewer cleaning equipment. The cleaning process shall remove all sand, silt, solids, roots, rags, sludge, grease, rocks, bricks, gaskets, pieces of broken pipe, tuberculation and scale and miscellaneous debris from each sewer segment and the manholes. The selection of cleaning equipment and method shall be based on the type and condition of the sewer pipe and will be subject to the City's approval of the method used and the applicable pay item. All cleaning equipment and devices shall be operated by personnel who are highly experienced using that type of equipment. The Contractor shall submit references as proof that they are capable of cleaning sanitary sewers per this specification. The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. If the results obtained by the proposed sanitary sewer cleaning equipment are not satisfactory, the Contractor shall use different personnel, equipment and/or attachments as necessary to accomplish the work. More than one type of equipment or attachments may be required, such as the use of a Warthog spinning jet nozzle. Contractor shall prevent debris from escaping the section being cleaned by any effective means, and may require a debris trap, weir, dam or flow -through plug be used in the downstream manhole so that all the solids and debris are trapped for removal. Light cleaning is defined as the removal of settled deposits up to 15% of the pipe diameter for sizes up to 24", and up to 10% of the pipe diameter for pipe sizes 27" and larger. Medium cleaning is defined as the removal of settled deposits consistently above the limits of light cleaning and up to 25% of the pipe diameter. Heavy cleaning is defined as the removal of settled deposits consistently above 25% of the pipe diameter. Depth of debris must be verified by the Owner as being consistent or averaged for the reach before the Contractor proceeds with the cleaning operation or proof of existing conditions shall be provided to the Owner before payment is requested. Specialty Mechanical Cleaning is defined as the removal of roots and hardened grease that cannot be accomplished with standard water jetting equipment. Mechanical Cleaning is defined as the use of a chain cutter or other mechanical equipment required to remove tuberculation and scale from DIP or CIP pipe. Mechanical and Specialty Mechanical Cleaning must use a centering device to assure complete cleaning of the entire circumference of the pipe and must be approved by the Owner before being used. The use of Mechanical and Specialty Mechanical Cleaning pay items quantities shall not overlap within the same pipeline being cleaned. All mechanical cleaning includes removal of the debris generated by the process. The Contractor may use either a vactor truck or a closed -loop cleaning system for pipe sizes up to 24 inches. The use of a closed -loop system that pumps the solids to a closed debris collection container and decants the liquid back into the sewer without emitting significant noise and odor is much more efficient for larger pipe diameters with high volumes of debris, and therefore is required for pipe sizes over 24 inches. Only closed -loop cleaning systems which decant all the water and can pass the paint filter test for debris disposal at the Orange County Landfill are eligible to collect the pay item for Sanitary Sewer Debris Disposal (Closed -Loop System Only). If the Contractor uses a vactor truck for the cleaning process, then he is responsible for the cost of the debris disposal. Solids shall not be discharged or allowed to escape downstream during the cleaning process. Sewers shall remain in service during the primary cleaning procedure. If required by the project scope, the final cleaning and CIPP lining shall be completed while the sewage flow is bypass pumped or maintained by other approved means. The Contractor shall submit a post -cleaning video inspection of the final cleaned pipeline for review and approval by the Engineer and CIPP liner installer before proceeding with the CIPP liner installation. Any excessive groundwater leaks, as determined by the Engineer, shall be sealed with a packer and acrylamide chemical grout injection before installing the CIPP liner. Satisfactory precautions shall be taken to protect the sewer pipes and manholes from damage that might be inflicted by the improper use of the cleaning method or equipment. Any damage done to a pipe or structure by Contractor negligence shall be repaired by the Contractor at no cost to and to the satisfaction of the City. Cleaning Sanitary Sewer 6/10/21 13270-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 The Contractor shall be responsible for obtaining the water meter and all related costs. All expenses shall be considered incidental to the cleaning of the sanitary sewers. No fire hydrant shall be obstructed or used when there is a fire in the area. PART 2 - EQUIPMENT A. All cleaning equipment shall include an extraction device that removes all solids and does not release particulate matter or allow the removed debris to pass downstream from the cleaning access point. The cleaning equipment shall be able to operate without the need of sewage flow control during the primary cleaning operation. The Contractor is responsible to use whatever means necessary to remove tuberculation or scale from iron pipes or hard -packed sediment on the bottom of the pipeline without damaging the existing pipe. Extreme care shall be used to prevent pipe damage or collapse. The Contractor shall minimize the discharge of odors into the atmosphere by any possible means. B. Hydraulic -Propelled Devices: Hydraulic -propelled devices include high velocity water jet cleaning, mechanical rotary cutting devices, and other devices which require a head of water to operate utilizing a collapsible dam. Any dam used must be easily collapsible to prevent damage to properties due to flooding. The flow of wastewater present in the sanitary sewer shall be utilized to provide the necessary water for hydraulic cleaning devices whenever possible. When additional quantities of water from fire hydrants are necessary to expedite cleaning procedures, the water shall be conserved and not used unnecessarily. Whenever hydraulically -propelled cleaning tools which depend upon water level to provide the cleaning force, or any tool which retards the flow of water in the sanitary sewer is used, precautions shall be taken to insure that the water level created and the increased hydraulic gradient upstream does not cause flooding damage to any property served by the sewer system. Vactor trucks can be used upstream of the work segment to prevent sewage backups that might occur during cleaning or lining operations. Any damage to property as a result of flooding shall be the liability and responsibility of the Contractor. C. High Velocity Water Jet Cleaning: The jetting equipment must be specifically designed and controlled to thoroughly clean the pipe without damage. A working pressure gauge shall be used on the discharge of all high-pressure water pumps. The jet nozzles shall be adjustable from an upward angle used to clean the top of the pipe, to a downward angle in order to clean the bottom depending on the pipeline needs and corrosion conditions. The pressure and flow rate shall also be adjustable and controlled to an appropriate level for the cleaning requirements, so as to prevent damage to the crown of the pipe if it is severely corroded. In addition, the hose reel speed shall be controlled to pull the jetting head through the pipe at an appropriate speed between 1 to 15 feet per minute. The primary pump should be rated at least 180 gallons per minute (gpm) at 2000 psi and have additional capacity as needed to perform the work. Closed -loop system equipment shall have a reel and hose that is capable of cleaning at least 1000 LF of sewer pipe in a single reach without the need to reposition the equipment to another access point. Vactor cleaning equipment shall have a reel and hose that is capable of cleaning at least 500 LF of sewer pipe in a single reach. The pressurized nozzle shall be turned off or flow reduced anytime it is stopped, in order to prevent damage to the pipe from extended periods in one location. D. Mechanical Cleaning: Mechanical cleaning shall be done with approved equipment and accessories, in addition to normal water jet cleaning. The Contractor shall submit the equipment manufacturer's operation manual and instructions to the Engineer for review and they shall be followed strictly unless approved by the Engineer. Chain cutters, root saws, rods, scrapers, porcupines, cable machines and other approved equipment and accessories shall be used as appropriate to accomplish the work. E. Debris Collection: The debris collection system shall include a vacuum/pumping system with a sealed containment unit that must be able to safely transport the sanitary sewer debris to a legal disposal site without leakage or emitting any significant amount of odor. The system must have the capacity to keep up with the cleaning operation and be able to handle a high percentage of solids. The debris collection system shall be capable of capturing Cleaning Sanitary Sewer 6/10/21 13270-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 99% of the solids and debris, and decanting only water back into the collection system downstream of the debris collection point. PART 3-EXECUTION A. The Contractor shall be required to have all materials, water source, equipment, and labor necessary to complete the work on the jobsite prior to beginning the cleaning process. The Contractor shall only use biodegradable cleaning materials which will not create hazards to health or property or affect treatment plant processes. B. All equipment and devices shall be operated by experienced operators so that cleaning process is efficient and effective, and the pipe is not damaged during the cleaning process. The cleaning process shall include a multi -step cleaning procedure until the entire pipeline is clean and has been approved by the Engineer after reviewing the post -cleaning TV inspection. The water jet cleaning nozzle shall be inserted through the downstream manhole of the segment being cleaned. The jetting action from the nozzle will propel the cleaning head upstream to a chosen point in the pipeline (depending on the amount of sediment) to loosen the sludge, sediment and debris. The operator shall retract the nozzle back downstream to the access manhole, where a submersible pump or vacuum suction line will transport the collected solids and water to the debris collection container. C. The debris collection system shall separate the solids and return only solids -free water back into the collection system downstream of the segment being cleaned. The operator will send the nozzle upstream again to a further point in the pipeline and repeat this procedure until the furthest upstream point has been reached and the pipe is clean of all loose coatings and corroded pipe, sludge, sediment and debris. The Contractor is responsible to use whatever means necessary to remove all undesirable material from the line without damaging the pipe. D. Final cleaning and TV inspection done immediately before CIPP liner installation shall be completed without active sewage flow in the pipeline. If approved by the Owner, the Contractor may plug the line for a short time to accomplish these tasks. If the line is plugged, the Contractor shall have a vactor truck monitoring and controlling the sewage level at the next upstream manhole. When the Contractor is confident that the pipeline is completely clean, he shall perform the video inspection and submit it to the Engineer and CIPP liner installer for review and approval before proceeding. If the Engineer or CIPP liner installer rejects the cleaning, then the Contractor shall provide the necessary additional cleaning and re -inspection video at no additional cost to the City. E. The Contractor is responsible to secure a portable water meter from Orlando Utilities Commission (OUC) and pay all costs for the purchase of the water used for the work and is responsible for all costs to transport and legally dispose of all waste material. F. In addition to the requirements herein, the Contractor shall maintain a clean work area so as to comply with Federal, State, and local environmental and anti -pollution laws, ordinances, codes, and regulations when cleaning pipes and disposing of waste materials and debris. The Contractor shall also keep the work area and surrounding premises free of accumulations of dirt, dust, waste materials, rubbish and debris. Suitable containers for storage of waste materials, debris and rubbish shall be provided until time of disposal. It is the sole responsibility of the Contractor to secure a licensed legal dump site for the disposal of the sewer debris. Under no circumstances shall sewage or solids removed from the sanitary sewer system be spilled or dumped onto streets or into ditches, catch basins, or storm drainage systems. The removed solids shall not be disposed of into a sanitary sewer, but the liquid sewage may be discharged back into the sanitary sewer system after the solids have been settled out. END OF SECTION Cleaning Sanitary Sewer 6/10/21 13270-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13271 SANITARY SEWER SYSTEM TELEVISION INSPECTION PART 1 -GENERAL A. Description This section includes closed-circuit television inspection with digital audio-visual recording and reports associated with the inspection of sanitary sewers. The vendor providing this service shall have a minimum of five (5) years experience providing the same service required for this project. B. Definitions 1. Television Inspection: Operation necessary to complete a true -color audio-visual inspection and documentation for assessment or verification of existing internal sewer pipeline conditions. Furnish labor, materials, equipment, tools, and other incidental services for CCTV inspection. 2. MPEG: MPEG, which stands for Moving Pictures Expert Group, is the nickname given to a family of international standards fused for coding audio-visual information in a digital compressed format. For the purposes of this specification, digital audio-visual coding has a resolution of 352 pixels (x) by 240 pixels (y) and an interlaced frame rate of 30 frames per second. MPEG coding shall be named using the .mpg as the file extension. 3. Compact Disk -Read Only Memory (CD-ROM): For the purposes of this specification, CD- ROM shall be defined as a CD-R written or "burned" in accordance with the ISO-9660 Level 2 specifications. Alternatively, flash drives can be used for delivery of the videos. PART 2 - MATERIALS A. General Furnish the television inspection studio, television camera, audio-visual digital encoding equipment/software, and other necessary equipment, materials, electricity, labor, technicians, as may be needed to perform the television inspection. B. Television Inspection Equipment The television inspection equipment shall be capable of inspecting a minimum of 1,500 feet of sewer line, when entry into the sewer can be accessed from the upstream and downstream manholes. When entry is at one end only, the inspection equipment shall be capable of inspecting 750 feet by a self-propelled unit. The inspection equipment shall be capable of clearly televising the interior of a 6-inch-diameter sewer and larger sizes. SANITARY SEWER SYSTEM TELEVISION INSPECTION 6/10/21 13271-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2. Transport the television equipment in a stable condition through the sewer line to be inspected. Throughout the inspection, position the camera equipment with the camera directed along the longitudinal axis of the sewer. When the television equipment is towed by winch and bond through the sewer line, the winches shall be stable with either locking or ratcheting drums. Winches shall be inherently stable under loaded conditions. The bonds shall be steel or of an equally non -elastic material to ensure the smooth and steady progress of the camera extension or traction through the sewer conduit. Prevent damage to the sewer conduit during the television inspection. In the case where the Contractor, for any reason, causes damage such as would be caused by incorrect deployment of bonds or retrieval of lodged equipment, the cost of repair or remedy shall be borne by the Contractor. C. Television Camera Use a television camera specifically designed and constructed for sewer pipeline inspection. The camera shall be waterproof and shall be operative in any conditions that may be encountered in the inspection environment. Provide a color pan and tilt camera to facilitate the inspection of service laterals and main line as well as manhole for defects. The television camera shall be capable of 360-degree rotational scan indicating salient defects. The tilt arc shall not be less than 225 degrees unless otherwise approved by the Engineer. The adjustment of focus and iris shall provide a minimum focal range of 3 inches in front of the camera's lens. 2. The distance along the sewer in focus from the initial point of observation shall be a minimum of twice the vertical height of the sewer. 3. The illumination shall be such as to allow an even distribution of the light without shadowing and be bright enough to reveal any and all defects. 4. The view seen by the television camera shall be transmitted to a monitor of not less than 11 inches in size. The television camera shall be capable of receiving and transmitting a picture having not less than a resolution 352(x) by 240(y). The travel speed of the television inspection camera shall be uniform and shall not exceed the maximum speed of 6 inches per second when problems are not evident, or slower as directed by the Engineer. 5. Test the television inspection equipment to verify the picture quality. Use the Macroni Regulation Chart No.I or the equipment manufacturer's recommendation to clearly differentiate between the following colors: white, yellow, cyan, green, magenta, red, blue, and black. 6. The television inspection equipment shall be of such quality as to enable the following to be achieved: a. Color: With the monitor adjusted for correct saturation, the six colors plus black and white shall be clearly resolved with the primary and complementary colors in order of decreasing luminance. SANITARY SEWER SYSTEM TELEVISION INSPECTION 6/10/21 13271-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 b. Linearity: The background grid shall show squares of equal size, without convergence/divergence over the whole of picture. The center circle shall appear round and have the correct height/width relationship (±5%). C. Resolution: The live picture must be displayed on a digital or analog monitor capable of providing a clear, stable image free of electrical interference with minimum horizontal resolution not less than 352(x) by 240(y) lines. The recorded image shall be at higher resolution that is typical of the latest equipment industry standards. d. Color Consistency: To ensure that the camera shall provide similar results when used with its own illumination source, the lighting shall be fixed in intensity prior to commencing the survey. In order to ensure color consistency, no variation illumination shall take place during the inspection. C. Engineer may periodically ask to check both the live and video picture color consistency against the color bar. Any differences will necessitate resurvey of the new length or lengths affected, at the Contractor's expense. f. The CCTV monitor display shall incorporate an automatically updated record in feet and tenths of a foot of the distance along the line from the cable calibration point to the center point of the camera or center point of the transducer, whichever unit is being used. The relative positions of the two center points should also be noted. Use a metering device that enables the cable length to be accurately measured; this shall be accurate f 1 % or 6 inches whichever is greater. Demonstrate that the tolerance is being achieved by tape measurement between manholes on the surface. This taped measurement must be included on each television log both written and digital. g. If the Contractor fails to meet the required standard of accuracy, the Engineer will instruct the Contractor to provide a new device to measure the footage. The Engineer may, at his discretion, instruct the Contractor in writing, to resurvey those lengths of sewer first inspected with the original measuring device using the new measuring device. h. Audio-visual recordings and collected data made during the television inspection shall become the property of the City. Submit to the Engineer immediately upon completion of the television inspection. D. Television Studio The television studio shall be large enough to accommodate two people for the purpose of viewing the television monitor while the inspection is in progress. The television studio shall be insulated against noise and extremes in temperature and shall be provided with means of controlling external and internal sources of light in a manner capable of ensuring that the monitor screen display is in accordance with the requirements of this specification. The Engineer shall have access to view the television screen at all times. Locate the central control panel and television camera control in the mobile television studio. Mount the television studio on a mobile vehicle (truck or trailer), which allows safe and orderly movement of the inspection equipment throughout the jobsite. SANITARY SEWER SYSTEM TELEVISION INSPECTION 6/10/21 13271-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 3 - EXECUTION A. Diversion of Wastewater Bypass pumping of wastewater will be determined, if necessary, based on the project specifics at the time of work assignment. Certain project tasks can be accomplished by temporarily plugging the pipe for a short period of time to complete final cleaning, video inspection, and lining insertion, with prior approval of the Owner or Engineer. B. Television Inspection Inspect sewer pipelines with pan and tilt conventional television imagery so as to record relevant features and defects of the pipeline under inspection. Inspection of pipelines shall be carried out in a format reviewed by the Engineer. Perform cleaning in accordance with the requirements of the contract documents. A skilled technician or supervisor who shall be located at the control panel in the mobile television studio shall control the operation of the television equipment. 2. If television inspection of an entire section cannot be successfully performed from one manhole, perform a reverse setup to obtain a complete television inspection. No additional payment will be made for a reverse setup. 3. Provide a complete television inspection of both the upstream and downstream manholes beginning at the top of each manhole and panning down to inspect the entire manhole. 4. Whenever prevailing conditions allow, position the camera head to reduce the risk of picture distortion. In circular sewers, position the camera lens centrally (i.e., in prime position) within the sewer. In noncircular sewers, picture orientation shall be taken at mid -height, unless otherwise agreed, and centered horizontally. Direct the camera lens along the longitudinal axis of the sewer when in prime position. A positioning tolerance of ±10% of the vertical sewer dimension shall be allowed when the camera is in prime position. 5. Perform television inspections during low flow conditions. The Engineer reserves the right to refuse any television inspection that, for any reason, does not produce an effective survey of the sewer pipe. If the water level is greater than 25% of the pipe diameter, conventional television inspection shall not be attempted without prior approval from the Engineer. In addition, if it is determined that effective conventional television inspection cannot be performed, notify the Engineer in writing. 6. Do not pull a jet cleaning device in front of the television inspection camera during inspection of the sewer line unless video recording with active flow is necessary and the flow prevents proper viewing, and has been approved by the Engineer. C. Digital AudioNisual Recording 1. Take continuous digital video recordings of the inspection view as it appears on the television monitor. It is intended that a digital video recording will be made of the complete television inspection of the sewer lines constructed as part of this project. The recording SANITARY SEWER SYSTEM TELEVISION INSPECTION 6/10/21 13271-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 shall also be used as a permanent record of defects. The recording shall be MPEG file format. The digital video encoding shall include both sound and video information that can be reproduced with a video image equal or very close to the quality of the original picture on the television monitor. The replay of the recorded video information, when reviewed by Windows Media PlayerTM, shall be free of electrical interference and shall produce a clear, stable image. The audio portion of the composite digital coding shall be sufficiently free of electrical interference background noise to produce an oral report that is clear and completely and easily discernible. 2. The audio portion of the inspection report shall include the location or identification of the section, the manhole -to -manhole direction of travel, and the distance traveled on the specific run encountered. The inspection camera equipment shall be on the specific run encountered. Continuously connect the inspection camera equipment to the television inspection or monitoring equipment. The recording and monitoring equipment shall have the built-in capability to allow the Engineer to instantly review both the audio and video quality of the recordings during the television survey. Playback speed shall be continuously adjustable from one-third normal speed for slow-motion viewing to normal playback speed. 3. Create separate MPEG files for each sewer line segment. In case of a reverse setup, store such inspection in a separate MPEG file. MPEG files shall be written to CD-ROM or DVD- ROM media for delivery to the Engineer. Multiple MPEGs may exist on each CD-ROM or DVD-ROM. Each CD-ROM or DVD-ROM shall be labeled, at a minimum, with the following information: Utility Owner, Project Name, Date of Inspection, ID Number, Sewer Line Sections, and TVI Contractor's Firm Name. 4. Name the MPEG files according to the following file specification: [Start Manhole Number]_[End Manhole Number]_[Month]_[Day]_[Year].mpg 5. The Engineer reserves the right to refuse an MPEG on the basis of poor image quality, excessive bit rates, inconsistent frame rates, or any other characteristics that may affect usability by the Engineer or Owner. D. Television Inspection Reports Prepare a television inspection report covering the television inspection work and the information acquired. Prior to beginning work, submit a sample hardcopy television inspection report to the Engineer for review. 2. Report sewer defects in accordance with the National Association of Sewer Service Companies (NASSCO) program known as Pipeline Assessment and Certification Program (PACP). The Engineer reserves the right to refuse any inspection report that does not comply with the PACP program. Prior to beginning work, submit current NASSCO PACP certification for the operator performing the inspection to the Engineer. Do not commence work until such certification is provided and approved. SANITARY SEWER SYSTEM TELEVISION INSPECTION 6/10/21 13271-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 E. Quality Control Operate a quality control system that will effectively gauge the accuracy of inspection reports produced by the operator. 2. The Engineer shall be entitled to audit the control system and be present when assessments of the sewer integrity are being determined. When requested by the Engineer in writing, forward sufficient details and information for such audit assessment to the Engineer. Should any report fail to achieve a margin that the Engineer deems satisfactory, the Contractor, without any additional compensation, shall recode and resubmit any data or reports that the Engineer deems necessary. END OF SECTION SANITARY SEWER SYSTEM TELEVISION INSPECTION 6/10/21 13271-6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13273 BYPASS PUMPING WASTEWATER PART 1 - GENERAL 1.01 SCOPE OF WORK A. The work covered by this Section consists of providing temporary bypass pumping of wastewater around the construction areas to facilitate all work involved with the project. The Contractor shall be responsible to maintain wastewater diverted around the construction area and provide uninterrupted wastewater service to the users of the system at all times while preventing any sewage overflows or spills. If the Owner cannot provide accurate flow data, then it is the Contractor's responsibility to estimate and design the bypass pumping system for the necessary maximum capacity needed to maintain the flow. The Contractor shall furnish, install, operate, and maintain all necessary equipment, materials, labor and power for the bypass pumping system for the duration of the project. The Contractor shall perform all restoration work related to the bypass pumping system to the satisfaction of the Engineer. If the Work involves a short duration disruption of normal sewage flow, then the Contractor can propose to use plugs and vactors/tankers to maintain the flow with the Engineer's approval of the Contractor's plan. B. The Contractor shall employ the services of a vendor or subcontractor who can demonstrate to the Engineer that they specialize in the design, installation, operation and maintenance of temporary bypass pumping systems. Approved vendors include Godwin Pumps, Rain For Rent, Thompson Pumps, and Mersino. The Contractor shall provide a list of references for projects that their vendor or subcontractor has completed in the past of similar size and complexity. The design, installation, operation and removal of the temporary pumping system shall be the Contractor's responsibility. The bypass pumping system shall meet the requirements of all codes and regulatory agencies having jurisdiction. C. The Contractor shall submit a bypass pumping plan to the Engineer for review and approval. The Contractor, in collaboration with the vendor/subcontractor shall prepare detailed plans and descriptions of the bypass pumping system according to the requirements set forth in Section 3.03 of this specification. Contractor shall outline all backup provisions and precautions regarding the safe handling of bypass pumped wastewater. No bypass pumper shall be installed until the submittal has been reviewed and approved by the Engineer. PART 2 - EQUIPMENT 2.01 GENERAL The Contractor shall provide and maintain adequate equipment, piping and other necessary appurtenances in order to maintain uninterrupted wastewater service for all pipelines affected by the construction work. The Contractor shall have backup pumps, backup generators, piping, appurtenances and/or tankers ready to deploy immediately in case of any failure of the bypass pumping system. Bypass Pumping Wastewater 8/20/21 13273-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2.02 PUMPS A. Bypass pumps shall be quiet pack type with proper sound attenuation resulting in a maximum SPL level of 55 decibels at the closest residence or business. If the quiet pack pumps are not sufficient to achieve this sound level resulting in complaints from adjacent property owners, then the Contractor shall install additional measures such as a plywood enclosure to reduce the noise to an acceptable level to address the complaint. B. All pumps used shall be fully automatic, self -priming, quiet pack type and shall not require the use of foot valves. Vacuum -assisted or compressor -assisted dry priming pumps are acceptable. Pumps may be electric, gas or diesel powered. All pumps must be designed to handle dry running for extended periods of time. C. In the event a Compressor -Assisted style pump is used, the compressor, under normal working conditions, must be able to exhaust the air from the system without discharging sewage or offensive odor into the atmosphere. Delivering the discharged fluid into a collection bucket through an external exhaust tube can pose damage to the environment and will not be accepted. D. The Contractor shall provide a standby pump for each size pump used in the bypass pumping system. The standby pumps shall be placed in -line by means of a manifold. The manifold shall be complete with isolating valves and non -return check valves to allow pumping to continue without disturbing the piping system in the event the primary pump should fail. The Contractor shall provide the appropriate automatic start/stop control panel necessary for each pump. 2.03 PIPING A. Flexible hose shall not be allowed for use as bypass piping, except as necessary at discharge connections as approved by the Engineer. B. Bypass pipe shall be constructed of rigid galvanized pipe with quick -connect fittings or high -density polyethylene pipe (HDPE) with fused joints. Flexible discharge hose will not be allowed unless authorized and approved by the Engineer for a special circumstances or purpose. All piping shall be designed to withstand at least twice the maximum system pressure or 50 psi minimum, whichever is greater. Suction pipes must be installed in a manner that will prevent the end of the pipe from sucking itself against any flat surfaces which could prevent proper function and it should have a strainer on the end unless rags are causing the strainer to be clogged. C. The pipeline must be located off the street except where the pipeline crosses side streets and driveways, where the contractor must place the by-pass pipelines in trenches and cover with temporary asphalt pavement or provide approved ramps. D. When needed, air release valves must be properly placed in -line at high points to alleviate trapped air and resulting high pressure within the discharge pipeline. Check valves and tees shall be used as necessary to connect bypassed flow from lateral or intersecting pipelines. Bypass Pumping Wastewater 8/20/21 13273-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2.04 TEMPORARY PIPE PLUGS A. Plugs used shall be multiple layer style inflatable plugs. Each plug shall be properly tagged and tested under the required pressure for each specific condition. Flow through plugs may be necessary for suction and discharge lines for the bypass system. B. Plugs must be used with the proper restraints that meet or exceed industry standards. C. All plugs shall be firmly attached to a stationary object above ground by a steel cable in order to prevent loss of the plug in the pipeline. PART 3- EXECUTION 3.01 GENERAL A. The bypass pumping system shall be properly sized to pump the maximum flow rate and the system shall include redundant pumps of each size in case of pump failure. The Contractor shall demonstrate that the pumping system is functioning properly and is sufficiently sized to successfully handle all flows by performing a test run for at least 24 hours prior to beginning work. B. The Contractor shall abide by all OSHA regulations for the duration of the project. The Contractor shall exercise extreme caution when working in a confined space or around toxic gases. Employees working in confined spaces shall have proper certifications and all necessary safety gear required. C. The Contractor shall have and maintain all materials, equipment and labor necessary to complete the repair or replacement of any part of the bypass pumping system on the job site prior to isolating the pipeline to be taken out of service. D. The Contractor is responsible for installing the bypass pipeline below grade as necessary to avoid roadway, sidewalk and driveway closures. The Contractor is responsible for locating and protecting existing utilities in the area where the Contractor chooses to install the bypass system. The Contractor shall install the bypass pipelines so as to minimize disturbance to existing utilities and shall obtain approval of the pipeline locations from the Engineer prior to installation. The Contractor shall pay all costs associated with the bypass pumping system, including restoration, locating and/or relocating utilities and obtaining approvals. 3.02 TRAFFIC CONSIDERATIONS A. The Contractor is responsible for any associated maintenance of vehicular or pedestrian traffic necessary to accommodate the bypass pumping system. The Contractor shall locate bypass pumping suction and discharge lines so as to not interference with the use of streets, sidewalks, private driveways and businesses, which may include temporary trenching of piping through intersections. Ingress and egress to adjacent properties shall be maintained at all times. Ramps, steel Bypass Pumping Wastewater 8/20/21 13273-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 plates, temporary walkways or other methods shall be deployed by the Contractor to facilitate vehicular and pedestrian traffic over the bypass piping. High traffic commercial properties or special events may require the use of an alternate method. 3.03 BYPASS PUMPING PLANS A. The Contractor shall submit comprehensive written plans to the City for review and approval that describes the bypass pumping system to maintain wastewater flows during construction. The Contractor shall also provide a sketch showing the location of bypass pumping equipment for each bypass pumping setup. The plan shall include any proposed vactor(s), tanker(s), pump(s), bypass piping, backup plan and equipment, work schedule, monitoring plan and log for monitoring the bypass pumping system. The bypass pumping plans must include the following: 1. Quantity and location of the pumps (primary and standby). 2. Model, size, flow capabilities and brief description of each pump. 3. Size, length, joints and material type of the suction and discharge piping. 4. Power requirements and source for electric motor driven units (if applicable). 5. Complete set of pump specifications with system demand curve. 6. Schematic drawing of the bypass pumping system, including a profile of suction and discharge piping. 7. Method of discharge pertaining to manholes. 8. Discharge manifold description including isolation valves and non -return valves. 9. Method and effectiveness of noise control for pumps. 10. Size, type and intended use of pipe plugs. B. All piping shall be designed to withstand at least twice the maximum system pressure or 50 psi minimum, whichever is greater. The Contractor shall cease bypass pumping and return the flow to the new or existing sewer if so directed by the Engineer. During bypass pumping, no wastewater shall be leaked, dumped, or spilled in any area outside of the existing wastewater system. When bypass operations are complete, all bypass piping shall be drained into the wastewater system prior to disassembly. 3.04 BYPASS OPERATION A. The City must approve the bypass plan prior to implementation of the bypass system. The Contractor shall plug off and pump down the sewer manhole or line segment in the immediate work area and shall maintain the upstream wastewater system so that surcharging does not occur. The Contractor shall be responsible for maintaining flows from pipes entering the system at manholes within the bypassed sewer segment. B. The Contractor shall be responsible for onsite monitoring of the bypass pumping operation 24 hours per day, 7 days per week, by onsite personnel responsible for proper operation and maintenance of the equipment. Any electronic monitoring in lieu of onsite monitoring must be detailed in the comprehensive written plan and approved by the City prior to use. If a remote system is used the Contractor Bypass Pumping Wastewater 8/20/21 13273-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 must furnish a list of emergency numbers and contacts that will be programmed into the telemetry system. Bypass pumps and motors shall have proper sound attenuation resulting in a maximum sound level of 55 decibels at any adjacent private property. C. The Contractor shall ensure that no damage will be caused to private property as a result of bypass pumping operations. The Contractor shall complete the work and satisfactorily pass all tests, inspections and repair any deficiencies as quickly as possible, prior to discontinuing the bypass pumping operation and returning flow to the sewer system. D. The Contractor shall immediately notify the City should a sanitary sewer overflow or spill occur and take the necessary action to clean up and disinfect the spillage to the satisfaction of the City and/or other governmental agency. 3.05 CONTRACTOR LIABILITY A. The Contractor shall be responsible for all required pumping, equipment, piping and appurtenances to accomplish the bypass pumping and/or maintenance of sewage flows and shall also be responsible for any and all damage that results directly or indirectly from the bypass pumping operation. The Contractor shall be liable for all damage claims, penalties and fines that the City incurs resulting from a sanitary sewage overflow or spill. In addition to the aforementioned costs, the Contractor may be fined $5,000 per each 24-hour period following an overflow that the wastewater overflow or spill is not completely cleaned up, disinfected, and the sewer system returned to operational status. B. The Contractor shall be responsible for all physical damage to the local sewer lines and laterals caused by the Contractor's equipment or employees. END OF SECTION Bypass Pumping Wastewater 8/20/21 13273-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13274 CURED -IN -PLACE POLYMER (CIPP) PIPE POINT REPAIR PART 1 - GENERAL This Section covers Cured -In -Place -Polymer (CIPP) pipe point repair lining of short lengths of existing pipelines by the installation of a resin -impregnated flexible tube which is installed with an inflatable packer and cured to form a hard, impermeable, corrosion resistant pipe within a pipe. When cured, the CIPP liner shall be formed to the interior of the host pipe, tight -fitting, chemical -resistant and water -tight. PART 2 - REFERENCED DOCUMENTS This specification references ASTM F 1216 (Rehabilitation of pipelines by the inversion and curing of a resin -impregnated tube), ASTM F 1743 (Rehabilitation of pipelines by pulled -in -place installation of a cured - in -place thermosetting resin pipe), and ASTM D790 (Test methods for flexural properties of non -reinforced plastics) which are made a part hereof by reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and these referenced documents, this specification shall govern. PART 3 - PRODUCT AND CONTRACTOR QUALIFICATION REQUIREMENTS 3.01 Proposed sewer lining products shall have a minimum 50-year design life. Only proven products and installation contractors with a minimum 5-year successful installation track record will be approved. All lining products and installers must be submitted to the City and be approved prior to receiving notice to proceed. Products and Contractors seeking approval must meet all of the following criteria to be approved as Commercially Acceptable: A. For a Product to be considered Commercially Acceptable, it shall have been successfully used within the State of Florida for a minimum of five years and test results shall be submitted from an accredited, independent third -parry testing laboratory supporting the long-term performance and structural strength of the product. No product shall be approved without this independent third -parry testing verification. B. For the Installer to be considered Commercially Acceptable, the Installer must have a minimum of five years of experience installing point repair liners, must be certified by the manufacturer of the product, and must satisfy insurance and bonding requirements of the City. Acceptable documentation of the installer's minimum experience and manufacturer's certification shall be submitted and approved by the City. PART 4 — MATERIALS 4.01 TUBE The tube or fabric material shall meet the requirements of ASTM F-1216 or ASTM F-2019. The tube of fabric shall be fabricated to a size that when installed will form to the internal circumference of the original pipe. Allowance should be made for circumference/radial stretching during installation. CIPP POINT REPAIR 6/10/21 13274-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 The inside layer of the finished liner maybe coated or uncoated. If the liner material is coated with a transparent flexible material, it must be compatible with the resin system used. If the liner material is uncoated, it must form a homogenous product after curing. The tube shall be capable of carrying the resin, withstanding installation pressures and curing temperatures. The tube or fabric shall contain no intermediate or encapsulated layers. No materials shall be included in the tube or layers of material that will be subject to delaminating within the cured pipe liner. The installed liner shall form a smooth transition on each end of the point repair. The finished liner shall be leak -free and tight -fitting to the internal circumference of the original pipe without wrinkles or aberrations. The wall color of the interior surface of the liner after installation shall be a uniform, light reflective color so that a detailed examination with closed circuit television inspection equipment can easily observe and verify a complete wet out and cure of the liner. 4.02 RESIN The resin system shall be a corrosion resistant vinyl ester resin, 100% solids epoxy resin, or silicate -based resin system. No modified fumed silica shall be allowed. Finished tube composites shall meet the requirements of ASTM F-1216 or ASTM F-2019 and other requirements contained in this specification. The resin system must be able to give sufficient working time above ground to enable proper impregnation of the tube or fabric, but also must be sufficiently cured within 3 hours to allow the removal of the packer or carrier. The point repair materials must meet or exceed the properties in Table 1 below. PART 5 - MINIMUM REQUIREMENTS 5.01 Table 1 Cured Liner Properties Shall Meet or Exceed the Following: ASTM Test Method Minimum Value Flexural Strength D790 4,500 psi Flexural Modulus D790 450,000 psi Tensile Strength D638 3,000 psi 5.02 The liner shall be designed with the minimum properties in Table 1, taking into consideration the condition of the existing pipe and shall be specifically designed for the proper size, type, depth and groundwater elevation of the pipe being lined. PART 6 — INSTALLATION 6.01 The tube shall be impregnated with a compatible manufacturer approved resin. 6.02 The tube shall be properly oriented and loaded onto the carrier train for installation within the defective area of the pipe. CIPP POINT REPAIR 6/10/21 13274-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 6.03 The carrier train shall be pulled or winched to the proper location and positioned by using a closed-circuit TV camera guiding the installation. The installation process shall follow the manufacturer's recommendations for inflation, curing and removal of the carrier train. PART 7 - TESTING REQUIREMENTS 7.01 CHEMICAL RESISTANCE The CIPP shall meet the chemical resistance requirements of ASTM F 1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. 7.02 HYDRAULIC CAPACITY Calculations must support that the finished CIPP shall have at least 100% of the full flow capacity of the original host pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficients for the host pipe material and CIPP liner. 7.03 CIPP FIELD SAMPLES When requested by the City, the Contractor shall submit tes linert results from field installations in the USA of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 5.01 have been achieved in previous field applications. Upon request by the Engineer, samples shall be made and tested as described in Section 9.01. PART 8 - INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS 8.01 GENERAL It shall be the responsibility of the Contractor to propose all manhole access points to the Engineer for approval before beginning the work. If a street must be closed to traffic because of the location of the access point, the Contractor shall utilize the MOT plan shown in the Drawings, if provided, or provide the required MOT at the cost agreed upon by the City. If the Contractor chooses to use an MOT plan that is different from one provided in the plans, the Contractor shall submit the signed and sealed MOT plans to the City Traffic Control Manager for approval before beginning work. The Contractor shall obtain a temporary water meter from OUC, in order to obtain water from fire hydrants for cleaning, lining and other work requiring water. 8.02 CLEANING OF SEWER LINES The Contractor shall remove all internal sediment and debris out of the sewer line that might interfere with the installation of the CIPP lining. Internal video inspection must be provided to the City for approval, which demonstrates that the existing pipe is properly cleaned before installation of the CIPP liner. 8.03 BYPASS PUMPING Bypass pumping of wastewater will be determined, if necessary, based on the project specifics at the time of work assignment. Certain tasks can be accomplished by temporarily plugging the pipe for a short period of time to complete final cleaning, video inspection, and lining CIPP POINT REPAIR 6/10/21 13274-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 insertion, with prior approval of the Owner or Engineer. The Contractor may also submit a CIPP point repair method for approval by the Engineer that utilizes a "flow -through" bladder and plug, which permits water to continue to flow through the pipe during the CIPP curing process. The "flow -through" bladder shall be a minimum diameter of 4 inches for liquids to pass through. 8.04 INSPECTION OF PIPELINES PRIOR TO AND AFTER POINT REPAIR INSTALL Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to verify that acceptable cleaning has been performed, determine the location of any conditions which may prevent proper installation of the CIPP, location of the proposed repair, and noting the locations so that these conditions can be corrected. A video recording and suitable log shall be submitted to the City for later reference. The finished CIPP should be continuous and uniform over the length of the repair area and extend at least one foot into structurally sound pipe. 8.05 LINE OBSTRUCTIONS If pre -installation inspection reveals an obstruction such as a dropped joint or a collapse that will prevent the inversion lining process, and the obstruction cannot be removed by sewer cleaning equipment, then the City shall make a point repair excavation to repair the pipe before lining. 8.06 PUBLIC NOTIFICATION The Contractor shall make every effort to maintain service usage throughout the duration of the project. In the event that a sewer must be taken out of service to complete the work, the maximum amount of time without service shall be 8 hours for any property served by the sewer. A public notification program shall be implemented, requiring the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the time period when sewer service will not be available during the work. The Contractor shall also provide the following: A. Written notice to be delivered to each home or business at least one day prior to the beginning of work being conducted, and a local telephone number for the Contractor that they can call to discuss the project or any problem which could arise. B. Personal contact with any home or business, which cannot be reconnected within the time stated in the written notice. 8.07 SERVICE CONNECTIONS The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing and curing the CIPP, so that they can be quickly restored. PART 9 - INSPECTION 9.01 For each work order released, one CIPP sample for each diameter shall be prepared and physical properties tested in accordance with ASTM F 1216, ASTM F-2019 or ASTM F-1743 Section 8, using the appropriate test method for the material used. The flexural properties must meet or exceed the values listed in Table I of the applicable ASTM. CIPP POINT REPAIR 6/10/21 13274-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 9.02 Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM F1743. The minimum wall thickness at any point shall not be less than 90% of the design thickness as calculated in paragraph 5.06 of this specification. 9.03 Visual inspection of the CIPP shall be in accordance with ASTM F 1743, Section 8.6. Upon acceptance of the work and testing, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work. END OF SECTION CTPP POINT REPAIR 6/10/21 13274-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13275 CURED -IN -PLACE POLYMER PIPE (CIPP) 1. GENERAL 1.1 It is the intent of this specification to provide for the reconstruction of pipelines by the installation of a resin -impregnated flexible tube, which is formed inside the original pipe by use of a hydrostatic head or air pressure. The resin is cured using hot water, steam or UV curing technology under hydrostatic or air pressure within the tube. The Cured -In -Place Polymer Pipe (CIPP) shall be continuous between structures, designed for use inside a fully deteriorated host pipe, tight fitting and have no wrinkles. 2. REFERENCED DOCUMENTS 2.1 This specification references ASTM F1216 (Rehabilitation of pipelines by the inversion and curing of a resin -impregnated tube), ASTM F1743 (Rehabilitation of pipelines by pulled -in -place installation of a cured -in -place thermosetting resin pipe), ASTM F2019 (Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic Cured -in -Place (GRP-CIPP) Using the UV -Light Curing Method and ASTM D790 (Test methods for flexural properties of non -reinforced plastics) which are made a part hereof by reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and these referenced documents, this specification shall govern. 3. PRODUCT AND CONTRACTOR QUALIFICATION REQUIREMENTS 3.1 Proposed sewer lining products shall have a 50-year design life and only proven installation contractors with a minimum 4-year successful installation track record will be approved. All lining products and installers must be submitted to the City and be approved prior to receiving notice to proceed. Products and Contractors seeking approval must meet all of the following criteria to be approved as Commercially Acceptable: 3.1.1 For a Product to be considered Commercially Proven, the liner manufacturer must be able to show independent third -party testing for the liner proposed and have been in business for over 5 years. The manufacturer must be able to demonstrate to the City's satisfaction of commercial viability. In addition, the contractor must have at least 150,000 linear feet of experience with the same CIPP product or similar CIPP products within the State of Florida. 3.1.2 For a Contractor to be considered as Commercially Proven, Contractor must satisfy all insurance, financial, and bonding requirements of the City and Contractor's staff experience shall meet as a minimum the following requirements. The proposed Superintendent(s) must have a minimum of three (3) years of CIPP lining supervisory field experience on projects totaling a minimum of 100,000 LF of 8-inch and a minimum of 15,000 feet of 24" or larger diameter CIPP liner installation using the methods and materials proposed for the Work, as documented by verifiable references. Cured -In -Place Pipe 8/24/21 13275-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 Superintendent(s) resume of projects: Each reference project shall include the pipe dimensions, length of installation, size/type of flow control required to perform the Work, description of the actual work performed including installation method, owner's name, telephone number and contact person, and date of installation. It is required that the Superintendent(s) named are the Superintendent(s) assigned to this project and on site during the entire project construction. All referenced experience shall be for projects completed within the United States or Canada and shall have used the same installation method, CIPP liner and resin combination proposed for this project. References will be checked. The Contractor is required to always have at least 1 qualified Superintendent on site during the construction activities. Installation Crew: At least 1 person other than the Superintendent from each of the CIPP installation crews shall have a minimum of 1-year of CIPP experience totaling at least 20,000 lineal feet of 8-inch or greater installed liner. The crew member with listed qualifications must be on the project site during all installation activities and for the entire project construction. Boiler or UV Curing Technician: Contractor shall provide the name and information for the boiler technician or UV Technician who will perform the actual Work. The boiler technician or UV Curing Technician must have a minimum of 2 projects totaling at least 10,000 lineal feet of CIPP lining in which a similar position was held. Lateral Cutter Technician: Contractor shall provide the name and information for the technicians who will perform the actual Work. The lateral cutter technician must have a minimum of 2 projects totaling at least 20,000 lineal feet of CIPP lining in which a similar position was held. CCTV Inspection Crew: Lead CCTV inspectors shall be NASSCO PACP certified to report gravity main liner defects. The final decision to accept or reject the product, manufacturer, and/or installer lies solely with the City. The named Manufacturer, Field Superintendent, CIPP Lead Installer, Boiler Technician, Lateral Cutter and CCTV Inspector must be employed to perform the Work for the entire duration of the contract, unless changes are specifically authorized by the City. 3.1.3 Sewer rehabilitation products submitted for approval must provide Third Party Test Results supporting the long term performance and structural strength of the product and such data shall be satisfactory to the City. Test samples shall be prepared so as to simulate installation methods and trauma of the product. No product shall be approved without independent third parry testing verification. 3.2 Documentation for the proposed CIPP Product and Installation Contractor must be submitted with the Bid or immediately upon the City's request in order for the Bidder's bid to be evaluated for commercial acceptability. The City will advise of acceptance or rejection before deciding to award the contract to a bidder. 4. MATERIALS 4.1 Tube - The sewn Tube shall consist of one or more layers of absorbent non -woven felt fabric and meet the requirements of ASTM F1216, ASTM F1743, or ASTM F2019 Section 5. The tube shall Cured -In -Place Pipe 8/24/21 13275-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. 4.1.1 The wet out Tube shall have a uniform thickness that when compressed at installation pressures shall meet or exceed the Design thickness. 4.1.2 The Tube shall be sewn to a size that when installed shall tightly fit the internal circumference and length of the host pipe without any wrinkles. Allowance should be made for small amounts of grout slurry used to correct pipe invert defects, and also the circumferential stretching of the liner during inversion. Overlapped layers of felt in longitudinal seams that cause lumps in the final product shall not be allowed. 4.1.3 The outside layer of the Tube (before wet out) shall be coated with an impermeable, flexible membrane that shall contain the resin and facilitate monitoring of resin saturation during the resin impregnation (wet out) procedure. 4.1.4 The Tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layers. No material shall be included in the Tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. 4.1.5 The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. 4.1.6 Seams in the Tube shall be stronger than the non -seamed felt. 4.1.7 The outside of the Tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA. 4.2 Resin - The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM F 1216, ASTM F1743, or ASTM F2019, the physical properties herein, and those which are to be utilized in the Design of the CIPP for this project. The resin shall produce CIPP which shall comply with the structural and chemical resistance requirements of this specification. 5. STRUCTURAL REQUIREMENTS 5.1 The CIPP shall be designed as per ASTM F1216, Appendix X.I. The CIPP design shall assume no bonding to the original pipe wall and a fully deteriorated host pipe with the groundwater depth assumed to be 90% of the soil depth above the crown of the pipe. 5.2 The Contractor must have performed long-term testing for flexural creep of the CIPP pipe material installed by his Company. Such testing results are to be used to determine the Long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing. A percentage of the instantaneous flexural modulus value (as measured by ASTM D-790 testing) shall be used in design calculations for external buckling. The percentage, or the long-term creep retention value utilized, shall be verified by this testing. Values in excess of 50% shall not be applied unless substantiated by qualified third party test data. The materials utilized for the contracted project shall Cured -In -Place Pipe 8/24/21 13275-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 be of a quality equal to or better than the materials used in the long-term test with respect to the initial flexural modulus used in Design. 5.3 The Enhancement Factor `K' to be used in `Partially Deteriorated' Design conditions shall be assigned a value of 7. Application of Enhancement (K) Factors in excess of 7 shall be substantiated through independent test data. 5.4 The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occurs during testing of field samples, new samples shall be cut from the work. Any reoccurrence may cause rejection of the work. The cured pipe material (CIPP) shall conform to the structural properties, as listed below. 5.5 MINIMUM PHYSICAL PROPERTIES Propelly Modulus of Elasticity Flexural Stress Test Method ASTM D-790 (short term) ASTM D-790 Cured Composite min. per ASTM F1216 250,000 psi 4,500 psi Cured Composite (400,000 psi Resin) 4,500 psi 5.6 The required structural CIPP wall thickness shall be based on the physical properties in paragraph 5.5, be in accordance with the Design Equations in the appendix of ASTM F 1216 using the following design parameters, and shall meet or exceed the stated minimum cured liner thickness. Design Safety Factor Retention Factor for Long -Term Flexural Modulus to be used in Design (as determined by Long -Term tests described in paragraph 5.2) Ovality* Enhancement Factor, k Groundwater Depth (above crown)* Soil Depth (above crown)* 2.0 1% - 50% 2% See Section 5.3 90% soil depth Varies Soil Modulus** = 1000 psi Soil Density** = 120 pcf Live Load** = H2O hi hg wgy Design Condition (partially or fully deteriorated)*** = fully deteriorated * Denotes information which can be provided here or in inspection video tapes or project construction plans. Multiple line segments may require a table of values. ** Denotes information required only for fully deteriorated design conditions. *** Based on review of video logs, conditions of pipeline can be fully or partially deteriorated. (See ASTM F 1216 Appendix) The City shall be sole judge as to pipe conditions and parameters utilized in Design. Design Parameters: Factor of Safety = 2.0 DR = Dimension Ratio = Diameter / thickness => t = D / DR Effective reduction of Ei-modulus to approximate effects of creep = 50 % Soil Modulus=1,000 psi, assumed highway loads Ovality % = 100 x (Mean Dia. - Minimum Dia.) / Mean Dia. * 2% ovality is typically assumed when the host pipe measurements have not been field verified, but may need to be increased based on actual conditions. Cured -In -Place Pipe 8/24/21 13275-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 5.7 The CIPP liner design shall be based on the pipe condition, depth, ovality, etc. as computed for the existing conditions and as shown, using ASTM F 1216 Design Equations. 5.8 Any layers of the tube that are not saturated with resin prior to insertion into the existing pipe shall not be included in the structural CIPP wall thickness computation. 6. TESTING REQUIREMENTS 6.1 Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F 1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. 6.2 Hydraulic Capacity - Overall, the hydraulic profile shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. 6.3 CIPP Field Samples - When requested by the City, the Contractor shall submit test results from field installations in the USA of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 5.5 have been achieved in previous field applications. Samples for this project shall be made and tested as described in Section 10.1. 7. CONTRACTOR RESPONSIBILITIES PRIOR TO LINER INSTALLATION 7.1 It shall be the responsibility of the Contractor to propose all manhole access points to the City representative for approval before beginning the work, and do so in a manner that will minimize costs to the City and/or minimize impacts to property owners and the public. If a street must be closed to traffic because of the location of the access point, the Contractor shall prepare and submit an acceptable MOT plan to the City Traffic Control Manager for approval before beginning work. 7.2 The Contractor shall obtain a temporary water meter from OUC, in order to obtain water from fire hydrants for cleaning, lining and other work items requiring water. 7.3 The Contractor is responsible to discuss the possibility of lateral Top Hats and/or lateral linings with the City representative before planning the CIPP lining. If CIPP lateral linings are to be installed, they must be done before the installation of the CIPP mainline. If a protruding lateral exists and must be cut flush, or a new lateral or any other type of new lateral connection to the main is to be constructed, then the CIPP lining of the main shall be done after the other work is completed. 7.4 Cleaning of Sewer Lines - The Contractor shall remove all sediment and debris from inside the sewer line that might interfere with the installation of the CIPP. Internal video inspection must be provided to the City for approval, which demonstrates that the existing pipe is properly cleaned and prepared before installation of the CIPP liner. Any excessive groundwater leaks, as determined by the Engineer, shall be sealed with a packer and acrylamide chemical grout injection before installing the CIPP liner. 7.5 Diversion of Wastewater - The Contractor shall provide for the diversion of wastewater around the section or sections of pipe designated to be lined. Bypass pumping of wastewater will be determined, Cured -In -Place Pipe 8/24/21 13275-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 if necessary, based on the project specifics at the time of work assignment. Certain project tasks can be accomplished by temporarily plugging the pipe for a short period of time to complete final cleaning, video inspection, and lining insertion, with prior approval of the Owner or Engineer. If bypass pumping is necessary, the pump and bypass lines shall be of adequate capacity to handle the flow. The City may require that the bypass pumping plan be submitted for approval. 7.6 Inspection of Pipelines — The Contractor shall perform closed circuit television inspection of pipelines by experienced personnel trained in locating defects, obstacles and service laterals, as well as verifying that the line has been properly cleaned before lining. The interior of the pipeline shall be carefully inspected to determine the location of any conditions which may prevent proper installation of the CIPP, and these locations shall be noted so that these conditions can be corrected. A video recording and suitable log shall be submitted to the City for later reference. 7.7 Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions such as sediment, solids, debris, roots or a protruding lateral that will prevent the proper installation of the CIPP. If post -cleaning TV inspection reveals an obstruction that cannot be removed by sewer cleaning equipment such as a dropped joint or a pipe collapse, then the City shall make a point repair excavation to repair the pipe before lining. 7.8 Public Notification - The Contractor shall make every effort to maintain service usage throughout the duration of the project. In the event that a sewer must be taken out of service to complete the work, the maximum amount of continuous time without service shall be 8 hours for any property served by the sewer. The Contractor shall be responsible for notifying each affected property owner to inform them of the time period when sewer service will not be available and provide the following information: A. Written notice to be delivered to each home or business at least one day prior to the beginning of work shall include a local Contractor telephone number that the property owner can call to discuss the work or any potential problems. B. Personal coordination with any home or business, which cannot be reconnected within the time stated in the written notice. 7.9 The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing and curing the CIPP, so that they can be quickly restored. 8. INSTALLATION 8.1 CIPP installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6, or ASTM F2019 with the following modifications: 8.1.1 Resin Impregnation - The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used to insure thorough resin saturation throughout the length of the felt tube. The point of vacuum shall be no further than 25 feet from the point of initial resin introduction. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. If an alternate method of resin impregnation is used, the method must produce the same uniform results. Any alternate resin impregnation method must be proven and to the satisfaction of the City. Cured -In -Place Pipe 8/24/21 13275-6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 8.1.2 Tube Insertion — The wet out tube shall be positioned in the pipeline using either inversion or a pull -in method. If pulled into place, a power winch should be utilized and care should be exercised not to damage the tube as a result of pull -in friction. The tube should be pulled -in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. 8.1.3 Curing shall be accomplished by utilizing hot water, steam, or UV Curing technology under pressure in accordance with the manufacturer's recommended cure schedule. While curing with hot water of steam the incoming and outgoing water or steam supply shall be monitored to accurately gauge temperature during the CIPP process. While curing with UV technology the monitoring device must be installed prior to the curing to begin. A monitoring device shall incorporate a tamper proof database that can electronically read and record the temperature of the liner at the pipe wall interface. The monitoring system shall incorporate a sensor array the full length of the liner with sensor spacing designed to ensure accurate readings throughout the entire CIPP liner. The output of this system will produce a data chart/curing log and will be submitted with the final CCTV inspection to the Project Engineer for review and approval. Temperature monitoring systems with a sensor array along the full length of the liner are required for liners in all sewers 8 inches or larger. This system shall be installed at the invert of pipe and be installed per manufacturer's recommended procedures. Temperature sensors shall be placed between host pipe and liner throughout the reach to record the heating and cooling that takes place on the outside of liner during the entire curing and cool down process. As a minimum, sensors shall be no greater than 10 feet apart for all pipe sizes 8 inches and larger. The monitoring system must be able to read temperature through offsets, bellies, sags, and turns commonly found in gravity pipelines. Where an inordinately efficient heat sink impinges upon the reach, ensure that sensors are positioned adequately to cover the zone. Prior to liner installation, the monitoring system shall be calibrated by the manufacturer's recommended procedure to ensure uniformity between sensors and instruments. The monitoring system must, at a minimum, meet channel to channel uniformity within +/- VF @ 78°F. Instrument to instrument channel uniformity must be within +/-1.5°F @ 78°F. Curing of the CIPP liner resin system shall be per the resin manufacturer's recommended processing regarding cure temperature range and dwell time at temperature. If any sensor or sensors along the reach indicate that there is a localized issue with respect to achieving proper curing per written installation procedure, Contractor shall address the issue prior to acceptance of the liner. Sensor array's database required in above paragraph shall have an output report that identifies each sensor by its station in reach and shows maximum temperature achieved during processing of CIPP and time sustained at, or above Manufacturer's minimum required curing temperature. The monitoring system must have an integrated GPS coordinate where the readings are occurring during the curing process and be documented in the tamper proof report. The liner temperature shall be recorded until the liner has completed the cool -down process. VericureTM system, CureViewTM system or Equal shall be used to monitor the temperatures during the cure cycle. 8.1.4 The connection between the cured -in -place pipe and the existing manhole shall be sealed to eliminate ground water infiltration into the sanitary sewer system using approved materials. Cured -In -Place Pipe 8/24/21 13275-7 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 9. REINSTATEMENT OF LATERAL OR BRANCH CONNECTIONS 9.1 It is the intent of these specifications that all lateral connections be reinstated without excavation, utilizing a remote controlled cutting device, monitored by a video camera. The Contractor shall verify he has a minimum of two complete working cutters plus spare key components on the site before each inversion. Unless otherwise directed by the authorized City representative, all laterals shall be reinstated. No additional payment shall be made for excavations for the purpose of reopening connections and the Contractor shall be responsible for all costs and liability associated with such excavation and restoration work. 9.2 The CONTRACTOR shall be responsible for continuity of sanitary sewer service to each property connected to the main sewer during the execution of the work during this contract. In the event that sewage backup occurs and enters dwellings, the CONTRACTOR shall be responsible for cleanup, repair and property damage costs and claims as associated therewith. 10. INSPECTION 10.1 One CIPP sample for each diameter shall be prepared and physical properties tested in accordance with ASTM F 1216 or ASTM F 1743 or ASTM F 2019, Section 8, using the applicable test method. The flexural properties must meet or exceed the values listed in Table 1 of the applicable ASTM. 10.2 Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM F1743 for each liner installation. The minimum wall thickness at any point shall not be less than 95% of the design thickness required in paragraph 5.6 of this document. 10.3 Visual inspection of the CIPP shall be in accordance with ASTM F 1743, Section 8.6. Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work. END OF SECTION Cured -In -Place Pipe 8/24/21 13275-8 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13276 CIPP LATERAL PIPE LINING PART 1 -GENERAL 1.01 SCOPE OF WORK A. The work covered by this specification section includes the rehabilitation of existing sewer laterals by insertion of a CIPP liner through a cleanout or the main. The process involves the inversion lining of existing sewer laterals with a vinyl -ester or epoxy resin -impregnated fiber liner having an impermeable inner surface. A lateral connection seal shall be required at the main and will be paid for as a separate non -overlapping pay item. The structural lateral liner shall be manufactured in a factory setting prior to its arrival on -site. The resin impregnated liner shall be formed to the host pipe by utilizing water or air pressure. Completed and cured CIPP lateral liner shall be a continuous, tight fitting, watertight pipe -within -a -pipe. The lateral shall be cleaned of debris and roots prior to installation of the liner. Related work items such as grinding laterals protruding inside the main, installing lateral connection seals, water jet or mechanical cleaning, TV inspection, and cleanout installation are separate pay items. 1.02 SYSTEM DESCRIPTION A. All materials shall be accompanied by test reports certifying that the material conforms to the ASTM listed herein. Materials shall be shipped, stored, and handled in a manner consistent with the written recommendations of the manufacturer. B. The Contractor shall conform to all work safety requirements of pertinent regulatory agencies and shall secure the site for the working condition in compliance with the same. The Contractor shall erect signs and other devices as necessary for the safety of the work site. C. The Contractor shall also perform all of the work in accordance with applicable OSHA standards and applicable confined space entry procedures. D. The Contractor shall obtain a temporary water meter from OUC, in order to obtain water from a fire hydrant for cleaning, lining and other work items requiring water. The Contractor shall be responsible for all costs including piping, equipment, tanker trucks, water meter and water purchase and the costs shall be included in the linear foot price of the liner. 1.03 REFERENCES A. American Society for Testing and Material Standards: 1. ASTM F-1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube. 2. ASTM F-1743 Standard Practice for Rehabilitation of Existing Pipelines CIPP Lateral Pipe Lining 5/18/21 13276-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 and Conduits by Pulled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP) 3. ASTM D-638 Test Method for Tensile Properties of Plastics. 4. ASTM D-790 Test Method for Tensile Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. National Association of Sewer Service Companies 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and detailed installation instructions for all equipment and products of this section. B. Shop Drawings: Submit shop drawings for all equipment and materials to be used during rehabilitation lining. C. Submittals with the manufacturer's description of the proposed lining methodology shall include information on the liner and resin material intended to be utilized. It shall include detailed instructions regarding curing procedures, including required curing and cooling time. D. The required liner thickness and design calculations shall be submitted by the Contractor for approval by the Engineer. E. Copy of the proposed letter to property owners advising them about the proposed work and the necessity of plugging the sewer service lateral for a day shall be submitted to the Engineer for review and approval prior to distribution. The notification letter shall be distributed by the Contractor to the property owners not less than 72 hours prior to implementation. 1.05 CONTRACTOR QUALIFICATIONS / REFERENCES The Qualifications of the CONTRACTOR shall be submitted for approval by the Engineer. These Qualifications shall include detailed descriptions of the following: A. The CONTRACTOR shall sign and date the information provided and certify that to the extent of his knowledge the information is true and accurate, and that the supervisory personnel submitted will be directly involved with the supervision of this project. Substitutions of personnel will not be allowed without written authorization of the OWNER. B. CONTRACTOR and specialty technicians shall be certified by the proposed product manufacturer and/or its authorized representative. Certifications shall be submitted to the OWNER and approved before beginning work. C. The CONTRACTOR shall provide the references of previous CIPP projects going back three years including the customer's contact name and phone number, project name and number, and the number of laterals rehabilitated. D. To be acceptable, the installer must have had a minimum of three years active experience with CIPP liners. CIPP Lateral Pipe Lining 5/18/21 13276-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 2 -PRODUCTS 2.01 LINER A. The liner material shall consist of a coated tubular liner impregnated with a vinyl -ester or epoxy resin. The continuous tubular liner shall conform to ASTM F-1216 or ASTM F-2019. The liner tube shall be manufactured to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during installation. The cured liner shall equal or exceed the minimum required liner thickness and calculated design CIPP wall thickness. B. The materials used to construct a full wrap and liner tube must withstand installation pressures, have sufficient strength to bridge missing pieces of pipe and have the flexibility to fit irregular pipe sections. The lateral connection dimensions shall be a 360-degree full wrap in the main with at least 5 inches on either side of the lateral and extend approximately 16 inches into the lateral. The full wrap saddle and liner tube shall conform to the shape of a "Tee" or "Wye" fitting, whichever is appropriate for the lateral being lined. 2.02 RESIN A. The resin system shall consist of a vinyl -ester or epoxy resin that when cured will conform to ASTM F-1216 or ASTM F-2019 physical properties and chemical resistance requirements. All testing shall be performed by a third party testing laboratory. The cured resin shall be evenly distributed within the tubular liner, conforming to the existing pipe, and bridging and filling joints, gaps and voids. The tubular liner shall not shrink or result in an annular space between the existing pipe and the cured liner. The finished cured in place liner shall be water tight and pass a minimum 3 psi air test for 3 minutes. B. Resin and tube materials shall be supplied by an approved manufacturer. 2.03 LATERAL MATERIAL TESTING Cured Liner Standard Results (Min.) Tensile Stress ASTM D-638 5,200 psi Flexural Stress Modified ASTM D-790 11,500 psi Modulus of Elasticity Modified ASTM D-790 375,000 psi 2.04 The finished pipe must be such that when the resin cures, the total wall thickness will be a homogeneous and monolithic tubular and resin composite that will be chemically resistant to degradation by exposure to domestic sewage. 2.05 The Contractor shall furnish, prior to use of the lining materials, satisfactory written guarantee of compliance with the manufacturer's standards for all materials and techniques being used in the inversion lining process. The CIPP Lateral Pipe Lining 5/18/21 13276-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 Contractor shall provide certified test results for approval by the Engineer, from the manufacturer that the material conforms to the applicable requirements and this specification. Material not complying with the requirements shall be rejected. 2.06 The liner thickness for each section of pipe in each size class shall be designed by the Contractor based on the pipe condition and actual field evaluation of site, soil, groundwater and loads, but shall meet or exceed the minimum required thickness. PART 3 -EXECUTION 3.01 PREPARATION FOR INSTALLATION OF LINER A. Design Requirements The following design requirements must be met by the Contractor for his pipe lining material and method of construction: 1. Where this specification does not specifically address the installation method and/or materials, ASTM F-1216 and ASTM F-1743 shall govern. 2. The rehabilitated sewer lateral shall not be susceptible to any H2S corrosion. 3. The liner shall have sufficient structural strength to support all dead loads, live loads, and ground water load imposed with the assumption that the host pipe is considered fully deteriorated. 4. The liner shall provide the least possible thickness or decrease in pipe diameter to meet the strength and other design requirements of this section. 5. The rehabilitated sewer laterals shall have no infiltration. Any infiltration observed after completion of lining shall be repaired and eliminated to the satisfaction of the Engineer at no cost to the Owner. 6. The rehabilitated sewer laterals shall be uniformly round and shall not have any visible ovality in circumference or any other visible defects such as wrinkles, collapsed or pushed in sections. Lined section of pipe shall accommodate standard sewer cleaning equipment for the specific pipe size and shall not collect sewage or create any flow obstruction. Any lined section of pipe which does not meet these requirements shall not be accepted for payment. The Contractor shall repair any defective sections to the satisfaction of the Engineer at no extra cost to the Owner. 7. The liner shall be constructed of a material which, when installed, shall provide a continuous, jointless and structurally sound liner able to withstand all imposed static, dynamic and hydrostatic loads on a long-term basis. B. Contractor Responsibilities Prior To Liner Installation 1. The Contractor shall distribute a notice to the property owners advising them of the proposed disruption of sewer service at least 48 hours prior to the proposed work. 2. If the Contractor requires an access pit to complete the lateral lining, the CIPP Lateral Pipe Lining 5/18/21 13276-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 associated cost of the access pit shall be the responsibility of the Contractor and be approved by the Engineer in advance of the work. If a cleanout it is required by the Engineer, it shall be constructed of approved materials and paid for according to the bid price. 3. Prior to lining any designated laterals, it shall be the responsibility of the Contractor to clean the pipe of any deposits, roots and obstructions before lining. A high pressure water jet nozzle shall be used to cut light roots, grease or other obstructions in the pipe. The debris shall be flushed down the lateral pipe to the main pipe and to the downstream manhole for removal. If inspection reveals an obstruction or defect that cannot be removed by conventional cleaning equipment, the Contractor shall notify the Engineer and an alternate cleaning or repair method may be approved. 4. Television inspection by closed circuit television camera shall be performed by certified NASSCO experienced personnel trained in locating breaks, holes, leaking joints, 112S damage, infiltration, and obstacles. The interior of the lateral pipeline shall be carefully video inspected to determine if it is clean and ready for lining. The video recording shall document the location and extent of any structural issues which may prevent proper liner installation and provided to the Engineer for review. Minor structural issues that may impede a successful liner installation shall be corrected and the Contractor shall receive approval from the Engineer prior to lining installation. The installation of a lateral connection seal is required and shall be installed without the need for excavation or demolition of any existing structures. All CIPP lateral lining shall be installed after or in conjunction with the connection seal installation. 6. If a protruding lateral exists and must be cut flush, or a new lateral or any type of new lateral connection to the main is to be constructed, then this work shall be completed before CIPP lining the main. 7. The Contractor shall provide for the control or blocking of flow within the lateral pipe being lined. The Contractor shall maintain all wastewater flow until the lining is totally cured. 8. In the event of active infiltration into the lateral, the Contractor shall eliminate the infiltration for a proper installation of the liner. 9. The Contractor shall not interfere with the employees, suppliers or contractors of the Owner in the performance of any work that they may consider necessary to maintain flow in the gravity sewer system in case of an emergency. 3.02 INSTALLATION OF LINER A. A resin and catalyst system compatible with the requirements of this method shall be used. The lining materials shall be per the manufacturer's standards to provide the required minimum cured lining thickness. B. When simultaneously installing the connection seal and lateral lining tube, the material shall be loaded into the delivery system consisting of a bladder/applicator pressure apparatus above ground. A remote positioner with winch attached will position the applicator into place. Air pressure supplied to the apparatus shall be used CIPP Lateral Pipe Lining 5/18/21 13276-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 to hold the wet -out material in the connection between and including the lateral service pipe and mainline pipe connection. The pressure will be adjusted to be sufficient pressure to cause the liner material to expand completely into the lateral pipe. The termination point may be a pre -determined point beyond the lateral connection fitting to the main, or to the cleanout near the right-of-way line. The Main/Lateral bladder assembly shall extend past all ends of the liner, so that no cutting or grinding shall be required. The full wrap lateral connection portion must first be pressed into the main line sewer pipe, and then the tubular portion inverted into the lateral a minimum of approximately 16 inches. C. Liner Curing The liner shall be cured in conformance with the system manufacturer's recommendations. The curing process shall be no more than 3 hours. The initial cure shall be deemed to be completed when inspection of the liner appears to be hard and sound. D. Cool -Down The Contractor shall cool the hardened liner in conformance with the system manufacturer's recommendations. Cool -down may be accomplished by the introduction of cool air into the inversion tube if approved by the manufacturer. E. Finish The finished lining shall be continuous over the entire length of an insertion run and be as free as commercially practicable from visual defects such as wrinkles, foreign inclusions, dry spots, pinholes, and de -lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined pipe. The surface shall be smooth and free of waviness throughout the pipe. Infiltration leaks shall not be visible. Any defects which will or could affect the integrity or strength of the lining shall be repaired at the Contractor's expense, as approved by the Engineer. 3.03 TESTING OF THE LINER A. For every 50 laterals one sample shall be taken and sent to a third parry test laboratory for confirmation of short term flexural modules and strength properties in accordance with ASTM F-1216. The cured liner shall equal or exceed the minimum required liner thickness and calculated design CIPP wall thickness. B. The test results shall meet or exceed the values used in the design of the CIPP lateral liner. C. Any infiltration leaks must be repaired in conformance with the system manufacturer's recommendations and to the satisfaction of the Engineer at no extra cost to the Owner. 3.04 FINAL INSPECTION After installation of the liner, the Contractor shall perform a TV inspection in the presence of the Owner's Representative. A lateral launching TV camera shall be used. The finished liner shall be continuous over the entire length of the installation. The CIPP Lateral Pipe Lining 5/18/21 13276-6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 liner shall be free of visual defects, damage, deflection, holes and the like. There shall be no infiltration through or from behind the liner. Any evidence of infiltration shall require repairs performed by the Contractor in conformance with the system manufacturer's recommendations and to the satisfaction of the Engineer at no extra cost to the Owner. 3.05 CLEAN-UP After installation of the liner, the Contractor shall clean-up the entire project area and restore the work area to the original condition. All excess material and debris shall be disposed of by the Contractor, in accordance with State and Federal laws and regulations. 3.06 WARRANTY A. The liner shall be certified by the manufacturer for specified material properties. The Contractor shall warrant the liner and liner installation for one (1) year from project final completion. During the warranty period, any defects which affect the integrity or strength of the pipe shall be repaired at the Contractor's expense in a manner agreed to by the Owner. B. If a liner fails to cure, the Contractor shall be required to remove and replace the failed liner or lateral at no additional cost to the Owner. This shall include all materials labor and equipment for excavation, demolition, backfilling, cutting concrete, pipe shoring, temporary pavement, permanent pavement, permits, restoration and other incidental work required to remove and replace the liner or existing lateral at no additional cost to the Owner. END OF SECTION CIPP Lateral Pipe Lining 5/18/21 13276-7 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13277 PREFABRICATED FIBERGLASS (FRP) MANHOLE LINERS PART 1 GENERAL: 1. SCOPE OF WORK: The Contractor shall furnish all labor, materials, equipment, and tools necessary for the installation of fiberglass manhole liners. 2. QUALITY ASSURANCE: Qualifications A. The liner manufacturer shall have a minimum of five (5) years experience in manufacture of the specific liner to be used. B. The Contractor/Installer shall have a minimum of three (3) years experience with the means and methods of materials utilized and the installation procedures. 3. REGULATORY REQUIREMENTS: The Contractor shall comply with all applicable laws, rules, regulations or ordinances imposed by all applicable federal, state, regional and local agencies. 4. WARRANTY: A. Installation: Provide a full labor and materials warranty for a period of twelve (12) months from the date of final completion. B. Liner: Manufacturer's standard warranty on the material. 5. SUBMITTALS: Submit the Manufacturer's technical literature and recommended installation procedures. 6. REFERENCES: This section references American Society for Testing and Materials (ASTM) standard specifications, which are made a part hereof by such reference and shall be the latest edition and revisions thereof. FRP Manhole Liners 1/27/22 13277-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 2 PRODUCTS: 1. GENERAL: The purpose here is to give a general description of what is required, not to cover all details, which may vary in accordance with exact requirements of the repairs. The intention is to cover the furnishing, delivery, installation and field-testing of all materials, equipment and apparatus. The FRP lined manhole shall include a new approved ring and cover and complete covering of all internal surfaces with a fiberglass liner insert as approved by the Engineer. 2. MATERIALS -PREFABRICATED FIBERGLASS LINER: A. The materials used for lining manholes shall be engineered to support a standard 16,000 pound vertical dynamic wheel load (H20) when used in conjunction with an integral fiberglass cone section or reinforced precast top slab. Inserts shall comply with ASTM D3753 and D3753-05E1 - Standard Specification for Glass -Fiber Reinforced Polyester Manholes and Wet Wells. The FRP liner shall have minimum pipe stiffness of 2.01 psi when tested per ASTM D3753 latest edition, Section 6. B. The manhole liner shall meet all requirements of ASTM Specification D3753 for glass fiber reinforced polyester manholes. Inserts shall be single piece barrel and reducer without seams, joints, or sections, comprised of chopped strand and continuous fiber glass reinforcement within isophthalic polyester resin. Materials shall be resistant to corrosive attack from sanitary sewage gases including sulfuric acid and shall satisfy the 100,000 hour criterion in ASTM D 3753. Interior and exterior surfaces shall be relatively smooth and be free of sharp projections and protruding glass fibers. No blisters or delamination shall be visible. C. The annular void grout shall be standard 6-bag (Type II) Portland cement mix producing a minimum 3,000 psi compressive strength at full cure (28 days). D. A quick setting, high strength cement grout shall be used for positioning and sealing the liner prior to annular void grouting. E. An anti -floatation anchor shall be required in accordance with the Manufacturer's recommendation. 3. LINED PRECAST MANHOLE TOP SLAB FOR FLAT TOP MANHOLES ONLY: A. Concrete shall be 4,000 psi minimum. B. Reinforcing steel shall be grade 60. C. Manhole liner top shall be 1/4" minimum thickness of fiberglass (same material as manhole liner) cast into the concrete slab with an approved anchoring system. D. Use an acid proof mortar mix to set and level the manhole frame on the precast top slab. The Contractor shall utilize a mortar approved by the Engineer. FRP Manhole Liners 1/27/22 13277-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 3 EXECUTION: 1. PREPARATION: Safety -The Contractor shall carry out his operations in strict accordance with all OSHA, City Confined Space Program, Fall Protection Program and Manufacturer's safety requirements. Particular attention is drawn to those safety requirements involving entering confined spaces. In addition, the Contractor shall be responsible for implementing traffic control procedures in conformance with CITY and FDOT standards. 2. MANHOLE LINER INSTALLATION (PREFABRICATED FIBERGLASS): A. This lining method requires the excavation and removal of the existing manhole frame, chimney, corbel/cone, and other portions as necessary for the proper insertion of a prefabricated fiberglass manhole liner of the diameter shown in the plans. B. Excavate the area around the existing manhole sufficiently wide and deep enough to facilitate the removal of the manhole frame, chimney, cone and walls as necessary to allow for full depth installation of the manhole liner to the existing base. C. The bottom of the manhole liner shall be cut to fit the existing manhole bench as closely as possible. Cutouts in the manhole liner shall be made to accommodate existing pipes, drops and cleanouts. The gap between the existing manhole and the new liner wall shall be bridged with short lengths of pipe of the same material as the liner or as shown on the details and approved by the Engineer. D. The manhole liner shall be lowered into the existing brick or concrete manhole and set into a quick setting grout mixture. A thorough bottom seal shall be obtained in order to prevent loss of grout from the annular space between the outside of the manhole liner and the interior of the old manhole. A 6-inch minimum height of quick setting grout shall be placed above the initial bottom seal in the annular void area between the manhole liner and the existing manhole to ensure adequacy of the bottom seal. The annular void between the manhole liner and the existing brick or concrete manhole shall be filled with a cement grout as approved by the Engineer. E. Precast manhole top slab shall be completely protected from chemical attack by a 1/4" minimum thickness liner (same material as manhole liner) extending across the entire bottom of the flat slab top, continuing up the chimney and returning onto the top of the flat slab (6"minimum). Liner material shall be cast into the concrete slab with an approved anchoring system and shall be continuous, free of voids and holes. The manhole top slab, frame and cover shall be installed in accordance with the standard detail. The top slab shall be designated to support a standard 16,000 pound vertical dynamic wheel load (AASHTO H20). F. All manhole surfaces not covered by the liner shall be hand covered with similar compatible material with the FRP Liner. All lamination of fiberglass shall result in equal thickness and strength as the manhole liner and be constructed in accordance with the FRP manhole Manufacturer's recommendations. FRP Manhole Liners 1/27/22 13277-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 G. Contractor may connect pipes to the FRP liner with an appropriate Inserta-Tee fitting or if approved by the Engineer seal the openings around pipes with oakum soaked in sealing gel and completely cover with hand laminated fiberglass or epoxy mortar. 3. BACKFILL: A. At all points where a lateral pipe has been exposed (such as at service connections or other points where the old pipe must be removed and replaced according to the detail), the lateral pipe and coupling may be encased in cement -stabilized sand or flowable fill if required by the Engineer. Particular care shall be taken to ensure proper compaction of the soil beneath and around the lateral pipe, in order to reduce subsidence and resultant deflection of the lateral connection. Backfill shall be placed and compacted to finished grade per the details and as approved by the Engineer. 4. DISPOSAL OF DEBRIS: A. Under no circumstances shall sewage or solids be dumped onto pavement or anywhere else resulting in runoff into a storm drainage system or body of water. Contractor shall remove all solids or semi -solids resulting from the work from the site in watertight trucks and shall be transported to a legal disposal site without spillage onto the roadways. END OF SECTION FRP Manhole Liners 1/27/22 13277-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 SECTION 13278 CHEMICAL GROUTING FOR SEALING LEAKS OR FILLING VOIDS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and inject plural component chemical (polyurethane, acrylamide, or acrylate) grout to fill voids, seal leaking structures and pipe joints, seal nonstructural wall openings, lift roadway pavement depressions, lift concrete slabs, and correct pavement alignment issues at the locations shown in the Plans or as directed by the Engineer. Furnish all labor, equipment and materials required to inject appropriate grout material. Work may be performed at night or on weekends as deemed necessary by the Owner. Review the available subsurface information and visit the site to assess the severity of issue to be corrected, the site geometry, equipment access conditions, and location of existing structures and above ground facilities. Any damage resulting from the injection operation is the sole responsibility of the Contractor. Field locate and verify the location of all utilities in the vicinity of the project site prior to starting the work. Maintain uninterrupted service for all existing utilities throughout the performance of the work. 1.02 SYSTEM DESCRIPTION A. All materials shall be accompanied by test reports certifying that the material conforms to the ASTM listed herein. Materials shall be shipped, stored, and handled in a manner consistent with the written recommendations of the manufacturer. B. The Contractor shall conform to all work safety requirements of pertinent regulatory agencies and shall secure the site for working conditions in compliance with the same. The Contractor shall be responsible for all MOT devices as necessary for the safety of vehicles, pedestrians and workers at the work site. C. The Contractor shall also perform all of the work in accordance with applicable OSHA standards and applicable confined space entry procedures. D. The Contractor shall obtain a temporary water meter from OUC, in order to obtain water from a fire hydrant for work requiring water. The Contractor shall be responsible for all costs including piping, equipment, tanker trucks, water meter and water purchase and the costs shall be included in the unit price pay items. 1.03 REFERENCES A. American Society for Testing and Material Standards: 1. ASTM D1621-16 Standard Test Method for Compressive Properties of Rigid Cellular Plastics 2. ASTM D 1622 /D 16M-14 Standard Test Method for Apparent Density of Rigid Cellular Plastics 3. ASTM 2414 Standard Practice for Sealing Sewer Manholes Using Chemical Grouting B. American Water Works Association Standards CHEMICAL GROUTING 2/21/22 13278-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 C. American National Standards Institute D. National Association of Sewer Service Companies 1.04 SUBMITTALS A. The proposed start date and duration of the project sequence. B. The type and size of all equipment to be used. Describe the methods to be used to achieve the requirements of this Specification. The materials to be used and anticipated injection rate and quantity. C. A description of construction methods to be used for site preparation, including the methods for measurement concerning lifting requirements, existing groundwater infiltration, and a pre -construction comparative survey documenting existing road conditions and underground structures. D. A description of construction methods to be used to perform the injection of the permeation or compaction chemical with a detailed sequence of injection points. E. Manufacturer's technical data sheet verifying that proposed materials meet all requirements this Specification. This may include the gel time of the permeation chemical of each individual component (resin and activator) of any two-part polymer. F. Certification for the metering device or the Contractor's plan for measuring the quantity of material injected. G. Proposed plan to monitor inside subsurface drainage structures during injection and to prevent excessive chemical migration into any existing structures. 1.05 CONTRACTOR QUALIFICATIONS/REFERENCES A. The onsite superintendent supervising the work described in this Section must have at least three years of verifiable successful experience using the proposed injection method and expertise of all materials specified herein. B. Provide documentation of each project successfully completed, listing the project name and location, name of contracting party with current contact number, a brief description of the work, and dates of completion. Prior to the start of the work, submit the Contractor and superintendent qualifications to the Engineer for approval. C. Manufacturer certification that the proposed installer is approved to install the proposed product(s). D. Chemical manufacturer shall have been producing the proposed product(s) for a period of not less than 10 (ten) years E. Verifiable documentation from municipal clients confirming the installer's experience and knowledge of successful permeation chemical injections within the last 3 years. D. Verifiable documentation from municipal clients confirming the installer's experience and knowledge of successful compaction chemical injections within the last 3 years. PART 2 - PRODUCTS 2.01 COMPACTION GROUT (SOIL DENSIFICATION / VOID FILLING) A. For the purpose of soil densification, filling subsurface voids, lifting pavement, slabs CHEMICAL GROUTING 2/21/22 13278-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 or structures, a two -component, closed -cell, hydrophobic, high -density polyurethane material must be used. Upon injection, the material results in rapid expansion and curing and must have an apparent overall density of 4.7 pounds per cubic foot to 6.5 pounds per cubic foot, tested in accordance with ASTM D1622 (without conditioning). The material must have a minimum cured compressive strength of 100 psi tested in accordance ASTM D1621. B. The compaction grout chemical shall not be affected by the presence of excess water. Chemical reaction time shall be 18 seconds or greater and must be at 85% full strength in 15 minutes. If work is performed within a travel lane, it must be safely restored within 60 minutes after the last injection of material. 2.02 PERMEATION GROUT (LEAK SEALING / SOIL STABILIZATION) A. The product used must be an extremely low viscosity hydrophilic polymer such as polyacrylamide or acrylate as necessary to yield a gel reaction in the presence of water. Polyurethane may also be used, but must be a very low viscosity, hydrophilic material. Sodium silicate shall not be accepted. The proposed grouting material must possess an extremely low viscosity (1-2 centipoise), allowing it to follow infiltrating water for sealing leaks or to deeply penetrate soils for soil stabilization. The permeation grout solution must be able to be adjustable from a few seconds to several hours resulting in the cured grout as a water barrier or soil stabilizer. B. The permeation grout chemical must have a 7-day minimum compressive strength of 200 psi (with fine sand) as per ASTM C579. 2.03 EQUIPMENT A. Contractor must provide hydraulic and/or pneumatic injection equipment, including, but not limited to, a pumping unit capable of injecting material to the locations and depths required with electric generating capabilities necessary to support the injection operations. The equipment must be capable of controlling the rate of flow of material to achieve the desired results while minimizing blowback and blowouts. Use equipment with a certified flow meter or volumetric measurement device having a visual readout to measure the amount of material injected at each location. Provide a certification for the metering device to the Engineer. B. Contractor must be equipped with pressure and temperature control devices capable of maintaining proper temperature and proportionate mixing of the specified materials. Ensure the equipment properly mixes two component materials when two component materials are injected. C. Contractor must use equipment capable of drilling the required diameter injection holes through concrete, pavement or other masonry materials without damaging the integrity of the existing structure. D. Contractor shall be equipped with laser levels and target readers, zip levels and other measuring devices capable of monitoring movement at the surface of the pavement or structure to verify that the necessary void filling and improvement has occurred without adversely affecting the existing profile. CHEMICAL GROUTING 2/21/22 13278-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 PART 3 - EXECUTION 3.01 PREPARATION FOR INJECTION A. Compaction Grouting 1. Prepare a pavement and structure profile from laser level measurements of each area to document pre-existing conditions to ensure movement does not exceed 1/8 inch of the final planned elevation during the injection operations. Prior to beginning any work, submit a report documenting this inspection and the recorded elevations to the Engineer for approval. Include photographs of the area documenting the location and length of existing cracks. Prior approval of the report will not be required for any emergency or urgent response work. 2. Injection holes must be drilled at an approximate spacing of 3 to 6 feet using an offset grid pattern when possible through the pavement above the area requiring remediation. The exact location, spacing, and hole size shall be selected by the Contractor and approved by the Engineer. The rate and amount of material injected must be determined by the Contractor to obtain proper densification of the base soils to level or lift the slab or pavement to the proper elevation. B. Permeation Grouting 1. Prior to chemical injection, the Engineer will identify the known locations exhibiting signs of inflow and infiltration within the lateral connections, pipe joints, or buried structure where the Contractor will inject permeation chemicals to seal the leak. 2. Contractor shall determine appropriate hole spacing for injection to successfully seal, stabilize and fill the identified leaks. Test sections may be necessary to determine the best hole spacing depending on soil types and soil / void conditions encountered. Typical spacing will vary between 3 to 6 feet along the length of the pipeline for covering long runs, as compared to just sealing around a leaking joint. In some cases, it may be necessary to install soil pipes or grout needles to transfer grout further out into the soils away from the structure. 3.02 EXECUTION OF CHEMICAL INJECTION A. Compaction Grouting 1. Inject the polyurethane to the depth shown in the Plans. If not shown in the Plans, select the exact location, spacing, hole size and depth of the injection tubes with the approval of the Engineer. Material must be injected at least one foot below the existing water table. When direct access to voids is available, provide a means to confine the placement and inject the polyurethane directly into the void. 2. When direct access to voids is not available, drill a series of holes sized no larger than required for the injection tube placement at approximately 3 to 6 foot intervals or as determined by the Engineer and or Contractor. When drilling through reinforced concrete, determine the location of existing reinforcing prior to drilling injection holes. 3. Inject the material gradually to avoid excessive force build up. If the movements exceed 1/8 inch beyond the desired profile, take corrective actions to stop the movement and CHEMICAL GROUTING 2/21/22 13278-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 perform repairs. Immediately notify the Engineer if signs of damage are observed, such as new cracks in the pavement, increased size of existing cracks, or separation of joints in paved and unpaved surfaces. Repair any damage to the concrete slab/pavement, adjacent structures, gutters, and shoulders resulting from the injection operations to the satisfaction of the Engineer, and at no cost to the Owner. Allow the polyurethane material to cure before allowing traffic on to approach slabs adjusted by polyurethane injection. B. Permeation Grouting I . Engineer and/or Contractor shall determine the amount of grout to be injected into each location to ensure all areas within the work area are fully grouted. Grouting shall be done starting at the lowest point and working from side to side and up vertically. Injection of each location is required even with evidence of grout travel to that hole. The amount of grout to be injected at each hole is to be determined by the Contractor and/or Engineer based on the particular soil and water conditions for the location. Injection pressures will vary depending on soil conditions. 2. In some cases, a secondary pass may be necessary at each location to verify filling of voids and soil. The permeation chemical can be adjusted necessary to permeate soil (or reaction time) contingent upon conditions encountered such as severity of infiltration of the buried infrastructure. This can be done at any time throughout the grouting process on a batch by batch basis. 3.03 MEASUREMENT & PAYMENT A. Payment for chemical grout shall be based on the actual quantity of material measured in gallons that was injected, as authorized and accepted or approved by the Engineer. B. Payment for injection ports shall be measured per each based on the actual quantity needed and the pay item price shall include the cost of drilling and patching the hole. 3.04 SAFETY A. A copy of the Material Safety Data Sheet (MSDS) must be present onsite at all times. B. Workers must wear protective rubber gloves, full protection safety glasses, chemical goggles or face shield and any other necessary safety precautions as outlined in the product MSDS when handling or pumping grout. C. All chemicals used onsite including grout and chemicals to clean pumps and equipment shall be non-flammable and completely cleaned up and removed from the work site.. 3.05 WARRANTY A. The chemical grout shall be certified by the manufacturer for the specified material properties and the intended use. The Contractor shall warrant the chemical grout installation for one (1) year from final completion. During the warranty period, any defects which affect the function, integrity or strength of the grout shall be repaired or replaced at the Contractor's expense in a manner agreed to by the Owner. END OF SECTION CHEMICAL GROUTING 2/21/22 13278-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13279 CIPP MAIN TO LATERAL CONNECTION SEAL POST -LINING PART 1 - GENERAL 1.1 SCOPE OF WORK A. The work specified in this section consists of providing a leak free, structural connection seal installed without excavation at the interface of the mainline and lateral pipelines after the main has been CIPP lined. 1.2 GENERAL A. The structural connection seal will be accomplished using a fabric tube of a particular length and a polymer resin with physical and chemical properties appropriate for the application. The lateral tube within a translucent inversion bladder is vacuum impregnated with the resin then placed inside a protective carrying device. The mainline liner that is attached to the lateral tube is affixed around a rigid launching device. The launching device and protective carrying device are winched into the existing sewer. When the launching device is properly positioned at the lateral connection, the mainline portion of the liner seal is inflated and the resin saturated tube is inverted up through the lateral pipe using air or water pressure. Once the tube/resin composite is cured, the launching/carrying device is removed. The cured - in -place main to lateral connection seal system shall be "T-Liner", "InnerCure" or Owner approved equal. 1.3 SUBMITTALS A. The CONTRACTOR (installer) shall submit shop drawings, samples of materials, and other information to the OWNER for review in accordance with City requirements for submittals. Included shall be design calculations for the work. 1.4 QUALIFICATIONS A. The Qualifications of the CONTRACTOR shall be submitted with the submittal. These Qualifications shall include detailed descriptions of the following: 1. The CONTRACTOR shall sign and date the information provided and certify that to the extent of his knowledge, the information is true and accurate, and that the supervisory personnel submitted will be directly involved with the supervision of this project. Substitutions of personnel will not be allowed without written authorization of the OWNER. 2. CONTRACTOR and specialty technicians /installer shall be certified by the proposed product manufacturer and/or its authorized representative. Certifications shall be submitted to the OWNER for approval prior to work. 3. The CONTRACTOR shall provide the references of previous projects going back three years including the customer's contact name and phone number, project name and number, and the number of connection seals installed. 4. The installation crew supervisor shall have a minimum of three years of Lateral Connection Seal Post Lining 2/8/22 13279-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 experience and 1,000 main to lateral connection seal installations. PART 2 - PRODUCTS 2.1 GENERAL A. The finished liner shall be fabricated from material as specified in this section which when cured will be resistant to the corrosive effects of the raw sewage and hydrogen sulfide. 2.2.1 LINER SIZING A. The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the conduit to be repaired as specified by the OWNER. 2.3 CONNECTION SEAL MATERIAL A. The installed liner shall consist of a lateral portion and the mainline portion with one or more layers of flexible needled felt and/or fiberglass material. The tube will be capable of conforming to offset joints, bells, and disfigured pipe sections. The resin will be polyester, vinyl ester or epoxy with proper catalysts as designed for the specific application. The cured -in -place pipe shall provide a smooth bore interior. Both the lateral pipe and the main connection shall have a design report documenting the design criteria with fully deteriorated pipe section for the lateral and partially deteriorated for the main relative to the hydrostatic pressures, depth of soil cover, and type of soil. The mainline portion of the connection seal shall be a full -circle, minimum 16-inch long, CIPP liner providing a water -tight connection between the mainline liner and the lateral liner. Installation shall be accomplished remotely from the main using air or water for inversion. The cured connection seal shall be watertight and shall conform to the existing pipe and eliminate any leakage at the lateral to main connection area. B. The composite of the materials above will, upon installation inside the host pipe, exceed the minimum test standards specified by the American Society for Testing Methods. Physical Characteristics Test Procedure Minimum Value Flexural Strength ASTM D790 4,500 psi Flexural Modulus ASTM D790 250,000 psi Long Term Modulus Reduction for Creep 50% Design Considerations Criteria Tube Design ASTM F 1216 Appendix X1 Hydrostatic Buckling ASTM F 1216 Appendix X1 The CIPP design for the lateral tube and mainline connection shall assume no bonding to the original host pipe. Lateral Connection Seal Post Lining 2/8/22 13279-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2.4 LINER DESIGN A. The minimum required structural CIPP wall thickness shall be based on the physical properties described above and in accordance with the design equations in the appendix of ASTM F 1216, and the following design parameters: Design Safety Factor 2.0 Retention Factor for Long -Term Flexural Modulus to be used in Design 50 % Ovality* 2 % Groundwater Depth (above pipe invert)* ft. Soil Depth (above pipe crown or top of pipe)* ft. Soil Modulus 700 psi Soil Density 120 pcf Live Load One H2O passing truck Design Condition (lateral pipe) Fully deteriorated Design Condition (main pipe) Lined Main Pipe Partially deteriorated Design Condition (main pipe) Unlined Main Fully deteriorated Pipe *Denotes information which can be provided here or in inspection video tapes or project construction plans. Multiple line segments may require a table of values. Note: There are two conditions that require design calculation in accordance with ASTM F1216. 1) Lateral piping. 2) The connection in the main, lined or unlined main. B. The lining manufacturer shall submit to the OWNER for review complete design calculations for the liner, both main connection and lateral pipe designs, signed and sealed by a Professional Engineer registered in the State of Florida and certified by the manufacturer as to the compliance of his materials to the values used in the calculations. A safety factor of 2 shall be applied in the design calculation. The lateral host pipe shall be considered fully deteriorated, the previously lined portion of the main pipe shall be considered partially deteriorated. The liner shall be designed to withstand a live load equivalent to one H-20 passing truck plus all pertinent dead loads, hydrostatic pressure and grout pressure (if any). For design purposes, the water table shall be considered at grade elevation. The liner shall be designed in accordance with ASTM F 1216. The buckling analysis shall account for the combination of dead load, live load, hydrostatic pressure and grout pressure (if any). The liner side support shall be considered as if provided by soil pressure against the liner. The existing lateral pipe shall not be considered as providing any structural support. If the main pipe has been lined a partially deteriorated condition is to be used for the design of the main. Hydrostatic loads must be considered in three existing pipe conditions 1) mainline design, for previously lined mains and 2) unlined mains as well as 3) the lateral pipe design for unlined pipe. Modulus of soil reaction shall be 700 psi, corresponding to a moderate degree of compaction of bedding and a fine-grained soil as shown in AWWA Manual M45, Fiberglass Pipe Design. C. Liner shall be neither accepted nor installed until design calculations are acceptable to the OWNER for the pre-existing pipe conditions. Lateral Connection Seal Post Lining 2/8/22 13279-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 3 - EXECUTION 3.1 CLEANING SEWER LINES A. Prior to any lining of a pipe, it shall be the responsibility of the CONTRACTOR to remove internal deposits from the pipeline in accordance with City specifications. Both mainline and lateral line shall be properly cleaned before liner installation. 3.2 TELEVISION SURVEY A. Television survey shall be performed in accordance with City specifications. The interior of the pipeline shall be carefully surveyed to determine the locations and extent of any structural failures. The location of any conditions which may prevent proper installation of lining materials into the pipelines shall be noted so that these conditions can be corrected. A video and suitable log in PACP format shall be kept and a copy turned over to the OWNER. 3.3 FLOW BYPASSING A. The CONTRACTOR, when required, shall provide for the transfer of flow through or around section or sections of pipe that are to be repaired. The proposed bypassing system shall be acceptable in advance by the OWNER. The acceptance of the bypassing system in advance by the OWNER shall in no way relieve the CONTRACTOR of his responsibility and/or public liability. The flow bypassing shall be done in accordance with City requirements. 3.4 LINE OBSTRUCTIONS A. It shall be the responsibility of the CONTRACTOR to clear the line of obstruction. If survey reveals an obstruction that cannot be removed by conventional cleaning equipment, the CONTRACTOR shall make a point repair excavation in accordance with City requirements to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the OWNER prior to the commencement of the work. 3.5 LINER INSTALLATION A. The tube is inspected for tears or frayed sections and shall be impregnated with the polymer resin per the manufacturer's recommendations. All resin shall be contained to ensure no public property or persons are exposed to the liquid resin. B. The saturated tube along with the inversion bladder will be inserted into the carrying device. The connection liner is affixed on the launching device. The launching/ carrying device is pulled into the pipe using a cable winch. The resin saturated connection seal is completely protected during the pull and no resin shall be lost by contact with manhole walls or the pipe during the pull. The mainline liner shall not be contaminated or diluted by exposure to dirt, debris, or water during the pull. Lateral Connection Seal Post Lining 2/8/22 13279-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 C. The installer shall document the placement of the liner by internal video inspection with a camera being inserted from the cleanout, if one is available. D. The connection seal is expanded against the mainline pipe and lateral tube is inverted out of the launcher/carrying device by controlled air or water pressure. The installer shall be capable of viewing the lateral liner contacting the lateral pipe from the beginning to the end of the repair, if a cleanout is available. The connection seal and the lateral tube portion are held tightly in place against the wall of the host pipe by controlled pressure until the cure is complete. E. When the curing process is complete, the pressure will be released. The inversion bladder and launching device shall be removed from the host pipe with the winch. No barriers, coatings, or any material other than the cured tube/resin composite, specifically designed for desirable physical and chemical resistance properties, should ever be left in the host pipe. Any materials used in the installation other than the cured tube/resin composite are to be removed from the pipe by the installer. 3.6 ACCEPTANCE AND TESTING A. The finished connection seal shall be one piece and shall be free from visual defects, damage, deflection, holes, delamination, uncured resin, and the like. There shall be no visible infiltration through the liner or from behind the liner at the connection. B. A camera shall be inserted into the lateral pipe via a clean -out (if available) upstream of the upper most portion of the cured in -place lateral liner. The camera is then moved through the lateral pipe until it traverses the entire lined section of the lateral and mainline connection. If any deficiencies are found, the OWNER at its option may require the CONTRACTOR to correct the defect at no additional cost to the OWNER. Any corrective measures shall follow the manufacturer's recommendations and be pre -approved by the Owner. C. Verification of a properly installed lateral lining connection shall require a jetting test in accordance with the following specifications. Testing shall be conducted after the connection has cured in accordance with manufacturer's specifications and before the final video inspection is performed. Testing shall consist of inserting a high velocity, hydraulic cleaning type, 360-degree spinning nozzle and CCTV camera in the mainline pipe and positioning the nozzle at the connection. The water from the nozzle shall be directed downstream for a minimum of one minute at the upstream edge of the connection in the mainline at a minimum pressure of 1500 psi and a minimum flow rate of 65 gpm. The cost for the test shall be included in the connection liner installation cost and no separate payment shall be made. 3.7 CLEANUP A. After the liner installation has been completed and accepted, the CONTRACTOR shall clean up the entire project area and restore the work area to equal or better condition as existed before the work. All excess material and debris not incorporated into the permanent installation shall be disposed of by the CONTRACTOR. Lateral Connection Seal Post Lining 2/8/22 13279-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 3.8 Warranty A. The liner shall be certified by the manufacturer for specified material properties. The Contractor shall warrant the liner and liner installation for one (1) year from final completion. During the warranty period, any defects which affect the integrity or strength of the pipe shall be repaired at the Contractor's expense in a manner agreed to by the Owner. B. If a liner fails to cure, the Contractor shall be required to remove and replace the failed liner or lateral at no additional cost. This shall include all materials labor and equipment for excavation, demolition, backfilling, cutting concrete, pipe shoring, temporary pavement, permanent pavement, permits, restoration and other incidental work required to remove and replace the liner or existing lateral at no additional cost to the Owner. END OF SECTION Lateral Connection Seal Post Lining 2/8/22 13279-6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 SECTION 13280 CIP MAIN TO LATERAL CONNECTION SEAL PRE -LINING PART 1 - GENERAL 1.1 SCOPE OF WORK A. The work specified in this section consists of providing a leak free, structural connection seal installed without excavation at the interface of the mainline and lateral pipelines before the main has been CIP lined. 1.2 GENERAL A. The structural connection seal will be accomplished using a fabric tube of a particular length and a polymer resin with physical and chemical properties appropriate for the application. The lateral tube within a translucent inversion bladder is vacuum impregnated with the resin then placed inside a protective carrying device. The mainline liner that is attached to the lateral tube is affixed around a rigid launching device. The launching device and protective carrying device are winched into the existing sewer. When the launching device is properly positioned at the lateral connection, the mainline portion of the liner seal is inflated and the resin saturated tube is inverted up through the lateral pipe using air or water pressure. Once the tube/resin composite is cured, the launching/carrying device is removed. The cured - in -place main to lateral connection seal system shall be "InnerCure", "Cosmic" or Owner approved equal. 1.3 SUBMITTALS A. The CONTRACTOR (installer) shall submit shop drawings, samples of materials, and other information to the OWNER for review in accordance with City requirements for submittals. Included, shall be design calculations for the work. 1.4 QUALIFICATIONS A. The Qualifications of the CONTRACTOR shall be submitted with the submittal. These Qualifications shall include detailed descriptions of the following: 1. The CONTRACTOR shall sign and date the information provided and certify that to the extent of his knowledge the information is true and accurate, and that the supervisory personnel submitted will be directly involved with the supervision of this project. Substitutions of personnel will not be allowed without written authorization by the OWNER. 2. CONTRACTOR and specialty technicians / installer shall be certified by the proposed product manufacturer and/or its authorized representative. Certifications shall be submitted to the OWNER for approval prior to work. 3. The CONTRACTOR shall provide the references of previous projects going back three years including the customer's contact name and phone number, project name and number, and the number of connection seals installed. 4. The installation crew supervisor shall have a minimum of three years of experience and 1,000 main to lateral connection seal installations. Lateral Connection Seal Pre -Lining 2/21/22 13280-1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 2 - PRODUCTS 2.1 GENERAL A. The finished liner shall be fabricated from material as specified in this section which when cured will be resistant to the corrosive effects of the raw sewage and hydrogen sulfide. 2.2.1 LINER SIZING A. The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the conduit to be repaired as specified by the OWNER. 2.3 CONNECTION SEAL MATERIAL A. The installed liner shall consist of a lateral portion and the mainline portion with one or more layers of flexible needled felt and/or fiberglass material. The tube will be capable of conforming to offset joints, bells, and disfigured pipe sections. The resin will be polyester, vinyl ester or epoxy with proper catalysts as designed for the specific application. The cured -in -place pipe shall provide a smooth bore interior. Both the lateral pipe and the main connection shall have a design report documenting the design criteria with fully deteriorated pipe section for the lateral and partially deteriorated for the main relative to the hydrostatic pressures, depth of soil cover, and type of soil. The mainline portion of the connection seal shall be a full -circle, minimum 16-inch long, uncoated CIP liner providing a water -tight connection between the mainline liner and the lateral liner. The uncoated connection liner material shall have the ability to bond with the liner installed in the main and shall have a protective ring to protect the installed connection seal from damage when reinstating the lateral after installation of the liner in the main. Installation will be accomplished remotely from the main using air or water for inversion. The cured connection seal shall be watertight and shall conform to the existing pipe and eliminate any leakage at the lateral to main connection area. B. The composite of materials above will, upon installation inside the host pipe, exceed the minimum test standards specified by the American Society for Testing Methods. Physical Characteristics Test Procedure Minimum Value Flexural Strength ASTM D790 4,500 psi Flexural Modulus ASTM D790 250,000 psi Long Term Modulus Reduction for Creep 50% Design Considerations Criteria Tube Design ASTM F 1216 Appendix X1 Hydrostatic Buckling ASTM F 1216 Appendix X1 The CIPP design for the lateral tube and mainline connection shall assume no bonding to the original host pipe. Lateral Connection Seal Pre -Lining 2/21/22 13280-2 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 2.4 LINER DESIGN A. The minimum required structural CIPP wall thickness shall be based on the physical properties described above and in accordance with the design equations in the appendix of ASTM F 1216, and the following design parameters: Design Safety Factor 2.0 Retention Factor for Long -Term Flexural Modulus to be used in Design 50 % Ovality* 2 % Groundwater Depth = Pipe Depth (above invert)* ft. Soil Depth (above crown)* ft. Soil Modulus 700 psi Soil Density 120 pcf Live Load One H2O passing truck Design Condition (lateral pipe) Fully deteriorated Design Condition (main pipe) Lined Main Pipe Partially deteriorated Design Condition (main pipe) Unlined Main Fully deteriorated Pipe *Denotes information which can be provided here or in inspection video tapes or project construction plans. Multiple line segments may require a table of values. Note: There are two conditions that require design calculation in accordance with ASTM F1216. 1) Lateral piping. 2) The connection in the main, lined or unlined main. B. The lining manufacturer shall submit to the OWNER for review complete design calculations for the liner, both main connection and lateral pipe designs, signed and sealed by a Professional Engineer registered in the State of Florida and certified by the manufacturer as to the compliance of his materials to the values used in the calculations. A safety factor of 2 shall be applied in the design calculation. The lateral host pipe shall be considered fully deteriorated, the previously lined portion of the main pipe shall be considered partially deteriorated. The liner shall be designed to withstand a live load equivalent to one H-20 passing truck plus all pertinent dead loads, hydrostatic pressure and grout pressure (if any). For design purposes, the water table shall be considered at grade elevation. The liner shall be designed in accordance with ASTM F 1216. The buckling analysis shall account for the combination of dead load, live load, hydrostatic pressure and grout pressure (if any). The liner side support shall be considered as if provided by soil pressure against the liner. The existing lateral pipe shall not be considered as providing any structural support. If the main pipe has been lined a partially deteriorated condition is to be used for the design of the main. Hydrostatic loads must be considered in three existing pipe conditions 1) mainline design, for previously lined mains and 2) unlined mains as well as 3) the lateral pipe design for unlined pipe. Modulus of soil reaction shall be 700 psi, corresponding to a moderate degree of compaction of bedding and a fine-grained soil as shown in AWWA Manual M45, Fiberglass Pipe Design. C. Liner shall be neither accepted nor installed until design calculations are acceptable to the OWNER for the pre-existing pipe conditions. Lateral Connection Seal Pre -Lining 2/21/22 13280-3 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 PART 3 - EXECUTION 3.1 CLEANING SEWER LINES A. Prior to any lining of a pipe, it shall be the responsibility of the CONTRACTOR to remove internal deposits from the pipeline in accordance with City specifications. Both mainline and lateral line shall be properly cleaned before liner installation. 3.2 TELEVISION SURVEY A. Television survey shall be performed in accordance with City specifications. The interior of the pipeline shall be carefully surveyed to determine the locations and extent of any structural failures. The location of any conditions which may prevent proper installation of lining materials into the pipelines shall be noted so that these conditions can be corrected. A video and suitable log in PACP format shall be kept and a copy turned over to the OWNER. 3.3 FLOW BYPASSING A. The CONTRACTOR, when required, shall provide for the transfer of flow through or around section or sections of pipe that are to be repaired. The proposed bypassing system shall be acceptable in advance by the OWNER. The acceptance of the bypassing system in advance by the OWNER shall in no way relieve the CONTRACTOR of his responsibility and/or public liability. The flow bypassing shall be done in accordance with City requirements. 3.4 LINE OBSTRUCTIONS A. It shall be the responsibility of the CONTRACTOR to clear the line of obstruction. If survey reveals an obstruction that cannot be removed by conventional cleaning equipment, the CONTRACTOR shall make a point repair excavation in accordance with City requirements to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the OWNER prior to the commencement of the work. 3.5 LINER INSTALLATION A. The material shall be inspected for tears or frayed sections and shall be impregnated with the polymer resin per the manufacturer's recommendations. All resin shall be contained to ensure no public property or persons are exposed to the liquid resin. B. The saturated tube along with the inversion bladder will be inserted into the carrying device. The connection liner is affixed on the launching device. The launching/ carrying device is pulled into the pipe using a cable winch. The resin saturated connection seal is completely protected during the pull and no resin shall be lost by contact with manhole walls or the pipe during the pull. The mainline liner shall not be contaminated or diluted by exposure to dirt, debris, or water during the pull. C. The installer shall document the placement of the liner by internal video inspection with a camera being inserted from the cleanout, if one is available. Lateral Connection Seal Pre -Lining 2/21/22 13280-4 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 D. The connection seal is expanded against the mainline pipe and lateral tube is inverted out of the launcher/carrying device by controlled air or water pressure. The installer shall be capable of viewing the lateral liner contacting the lateral pipe from the beginning to the end of the repair, if a cleanout is available. The connection seal and the lateral tube portion are held tightly in place against the wall of the host pipe by controlled pressure until the cure is complete. E. When the curing process is complete, the pressure will be released. The inversion bladder and launching device shall be removed from the host pipe with the winch. No barriers, coatings, or any material other than the cured tube/resin composite, specifically designed for desirable physical and chemical resistance properties, should ever be left in the host pipe. Any materials used in the installation other than the cured tube/resin composite are to be removed from the pipe by the installer. 3.6 ACCEPTANCE AND TESTING A. The finished connection seal shall be one piece and shall be free from visual defects, damage, deflection, holes, delamination, uncured resin, and the like. There shall be no visible infiltration through the liner or from behind the liner at the connection. B. A camera shall be inserted into the lateral pipe via a clean -out (if available) upstream of the upper most portion of the cured in -place lateral liner. The camera is then moved through the lateral pipe until it traverses the entire lined section of the lateral and mainline connection. If any deficiencies are found, the OWNER at its option may require the CONTRACTOR to correct the defect at no additional cost to the OWNER. Any corrective measures shall follow the manufacturer's recommendations and be pre -approved by the Owner. C. Verification of a properly installed lateral lining connection shall require a jetting test in accordance with the following specifications. Testing shall be conducted after the connection has cured in accordance with manufacturer's specifications and before the final video inspection is performed. Testing shall consist of inserting a high velocity, hydraulic cleaning type, 360-degree spinning nozzle and CCTV camera in the mainline pipe and positioning the nozzle at the connection. The water from the nozzle shall be directed downstream for a minimum of one minute at the upstream edge of the connection in the mainline at a minimum pressure of 1500 psi and a minimum flow rate of 65 gpm. The cost for the test shall be included in the connection liner installation cost and no separate payment shall be made. 3.7 CLEANUP A. After the liner installation has been shall clean up the entire project arE condition as existed before the work into the permanent installation shall 3.8 Warranty completed and accepted, the CONTRACTOR a and restore the work area to equal or better All excess material and debris not incorporated be disposed of by the CONTRACTOR. A. The liner shall be certified by the manufacturer for specified material properties. The Contractor shall warrant the liner and liner installation for one (1) year from final completion. During the warranty period, any defects which affect the integrity or Lateral Connection Seal Pre -Lining 2/21/22 13280-5 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Rehabilitation IFB22-0161 strength of the pipe shall be repaired at the Contractor's expense in a manner agreed to by the Owner. B. If a liner fails to cure, the Contractor shall be required to remove and replace the failed liner or lateral at no additional cost. This shall include all materials labor and equipment for excavation, demolition, backfilling, cutting concrete, pipe shoring, temporary pavement, permanent pavement, permits, restoration and other incidental work required to remove and replace the liner or existing lateral at no additional cost to the Owner. END OF SECTION Lateral Connection Seal Pre -Lining 2/21/22 13280-6 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 NOTES: I. PROPOSED CLEANOUTS SHALL BE LOCATED AS CLOSE AS POSSIBLE TO THE R/W OR STREET SIDE OF THE SIDEWALK WITHOUT UNDERMINING IT, OR IN A LOCATION AS FAR AS POSSIBLE FROM THE ROAD AND WILL ALLOW FUTURE CONSTRUCTION OF THE SIDEWALK WITHOUT THE CLEANOUT BEING IN THE CONCRETE. 2. CLEANOUTS SHALL BE CONSTRUCTED BY INSTALLING A TEE AND COUPLINGS IN THE EXISTING LATERAL. TWO-WAY CLEANOUTS ARE REQUIRED. NO WYE CONNECTIONS WILL BE ALLOWED. MATERIAL SHALL BE SDR-26 PVC. 3. LATERAL CONNECTIONS OF DISSIMILAR MATERIALS SHALL BE CONNECTED UTILIZING TRANSITION ADAPTERS. TRANSITION GASKETS AND APPROVED MISSION OR FERNCO COUPLINGS WITH A STAINLESS STEEL STIFFNER BAND. 4. LATERAL CONNECTIONS TO EXISTING PVC LATERALS MAY USE PVC COUPLINGS. 5. CLEANOUT CAPS LOCATED IN DRIVEWAYS AND OTHER PAVED AREAS SHALL HAVE A CAST -IN -PLACE VALVE BOX WITH METAL COVER STAMPED WITH THE WORD "SANITARY" AND/OR "SEWER", ALL OTHERS SHALL BE PVC WITH AN INVERTED HEX -NUT CAP. 6. THERE SHALL BE NO DETECTABLE LEVEL OF INFILTRATION OR EXFILTRATION FROM THE SANITARY SYSTEM AT THE TIME OF INSPECTION. ANY EVIDENCE OF LEAKAGE MUST BE CORRECTED PRIOR TO ACCEPTANCE BY THE CITY. 7. ALL LATERALS SHALL BE MARKED AT CURB AND SIDEWALK WITH AN "X". * EXISTING OR FUTURE S/W; CLEANOUT LOCATION MAY VARY BASED ON SITE CONDITIONS AND ENGINEER'S DIRECTION. EXISTING SEWER MAIN AND LATERAL 2" SQURE INVERTD NUT MATCH INSIDE DIA. OF MISSION OR FERNCO STRONG BACK EXISTING PIPE. PROVIDE COUPLING WITH STAINLESS STEEL RUBBER BUSHING TO SHEAR BAND OR APPROVED EQUAL MATCH PIPES O.D. PROPOSED PVC PIPE SDR-26 (TYPI I I � EXISTING PIPE ICAL) TRANSITION COUPLING DETAIL N.T.S. 6" GRAVEL BEDDING COVER AND 18"X18"X6" CONCRETE FLUSH WITH PAVEMENT EXISTING CONCRETE OR ASPHALT PAVEMENT HEAVY WALL PVC RISER AND 18" CAST IRON FITTINGS WITH SCREW -ON CAP PROPERTY VALVE COVER BOX 2-WAY LONG 5' 6" THICK GRAVEL RADIUS LINE OR C U SHED ROCK SWEEP TEE S/W* TRAFFIC BEARING CLEANOUT N.T.S PLAN VIEW CONSTRUCT CLEANOUT CAP — FLUSH WITH FINISHED GRADE MAKE X-CUT ON TOP OF CURB PAVEMENT CLEANOUT DIA. TO MATCH LATERAL SIZE CONNECT TO EXISTING 4" OR 6" SERVICE LATERAL WITH MISSION OR FERNCO STRONG BACK COUPLINGS (TYPICAL) 5- PROPERTY S/W* LINE FINISHED GRADE 2-WAY LONG RADIUS SWEEP TEE CONNECT TO EXISTING 4" OR 6" SERVICE LATERAL PROFILE WITH MISSION OR FERNCO STRONG BACK COUPLINGS (TYPICAL) CLEANOUT DETAIL N.T.S. DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 NOTE: US FOUNDRY MODEL 420 MANHOLE RING AND JT COVER WITH CITY LOGO FOR SANITARY MH OR APPROVED EQUAL FROM E1 COMPANY COVER ADJUST FLUSH WITH PAVEMENT WITH BRICK AND MORTAR OR EJ COMPANY INFRA -RISER PER MANUFACTURER'S RECOMMENDATION STANDARD MANHOLE 22-3/4" 2" 23" 20 5/8r 74V 1 24-1/2 1 1 36" G_11 RING AND COVER PER ABOVE COMPACTED BASE OR CONCRETE AND/OR ASPHALT PATCH AS APPROVED BY ENGINEER MANHOLE FRAME AND COVER N.T.S. DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation PROPOSED MANHOLE LINER FERNCO STRONG BACK RC COUPLING WITH STAINLESS STEEL BAND OR GROUT ANNULUS BETWEEN MANHOLE LINER AND OLD APPROVED EQUAL MANHOLE WALL WITH 3,000 PSI CONCRETE/GROUT EXISTING PIPE EXTENSION TO BRIDGE BETWEEN MANHOLE LINER MANHOLE AND INCOMING LINES SHALL BE USED AS A TEMPORARY WALL PF FORM UNTIL GROUTING IS COMPLETED AROUND THE PI MANHOLE LINER. PROPOSED REMOVE FORM PIPE AND COAT MORTAR WITH EPDXYTEC EXISTING FRP LINER CPP PROTECTIVE COATING OR APPROVED EQUAL OVER ALL LATERAL PIPE CEMENT SURFACES AND SEAL THE PIPE TO THE MANHOLE LINER. CORE DRILL FRP LINER AND 6" GROUT CONNECT PROPOSED PIPE TO FRP LINER SEAL WITH INSERT -A -TEE OR OTHER APPROVED EXISTING MANHOLE BENCH OR BASE -----METHOD IFB22-0161 MATCH INSIDE DIAMETER OF EXISTING PIPE. PROVIDE RUBBER BUSHING TO MATCH PIPES O.D. EXISTING LATERAL PIPE FILL EXCAVATED AREA WITH FLOWABLE FILL UP TO PIPE SPRINGLME OR HIGHER INTERNAL PIPE CONNECTION WITHIN EXISTING MANHOLE BASE EXTERNAL PIPE CONNECTION ABOVE EXISTING MANHOLE BASE NOTES: 1. THE ROADWAY PAVEMENT SHALL BE SAW -CUT PRIOR TO REMOVAL OF THE MANHOLE TOP AND PAVEMENT RESTORED FOR FULL LANE WIDTH SQUARE AREA, 2. CONTRACTOR SHALL REMOVE AS MUCH OF THE EXISTING STRUCTURE AS REQUIRED FOR PROPER INSERTION OF THE MAXIMUM SIZE MANHOLE LINER. 3. THE WALLS, BENCHES AND INVERTS OF THE MANHOLE SHALL BE THOROUGHLY CLEANED AND ALL PROTRUSIONS REMOVED WITHOUT DAMAGING WALLS STRUCTURAL INTEGRITY. 4. PROVIDE A LEVEL BENCH SHELF AND/OR EXTENDED BASE AS REQUIRED FOR PROPER SETTING AND SEALING OF MANHOLE LINER. 5. ALL PIPE OPENINGS ON LINER SHALL BE CUT TO FIT EXISTING PIPE CONNECTIONS AS CLOSELY AS POSSIBLE AND PROVIDE PROPER LINER SUPPORT. 6. THE LINER SHALL BE A ONE-PIECE FRP SYSTEM WITH CONE TOP, DESIGNED TO WITHSTAND ALL EXTERNAL LOADS, INCLUDING H2O TRAFFIC. 7. THE CONTRACTOR AND ENGINEER SHALL FIELD VERIFY THE MANHOLE SIZE AND DEPTH BEFORE THE FABRICATION OR PURCHASE OF THE LINER. 8. ALL EXPOSED INTERIOR SURFACES NOT COVERED BY MANHOLE LINER SHALL BE EPDXY COATED TO PROVIDE 100% PROTECTIVE COATING COVERAGE AS APPROVED BY ENGINEER.. 9. CONTRACTOR TO PROVIDE FLOW MAINTENANCE AS NEEDED FOR PROPERLY COMPLETING LINER AND BENCH WORK. 10. A CITY REPRESENTATIVE SHALL BE PRESENT DURING MANHOLE LINER INSTALLATION TO WITNESS THE INSTALLATION AS PER MANUFACTURER'S RECOMMENDATIONS. 12. THE CONTRACTOR SHALL PROVIDE A WRITTEN, UNCONDITIONAL, FIVE YEAR, NON -PRORATED WARRANTY OF THE COMPLETED FIBERGLASS (FRP) MANHOLE. SET MANHOLE RING IN MORTAR EXISTING BASE REMOVE EXISTING MANHOLE RING, RISER, CONE AND WALLS AS NECESSARY TO A SUFFICIENT = DEPTH TO ALLOW INSTALLATION OF _ NEW MANHOLE LINER TO FULL DEPTH (TYPICAL) GROUT ANNULUS BETWEEN MANHOLE LINER AND EXISTING MANHOLE WALL WITH 3000 PSCONCRETE/GROUT FRP 6" GROUT SEAL (TYPICAL) COAT ALL BENCH SURFACES WITH - PROTECTIVE COATING SYSTEM PER SECTION 09985 AND CONNECT FRP MANHOLE TO THE PIPE LINER. ALL JOINTS ARE TO BE CHEMICALLY BONDED OR PHYSICALLY BONDED WITH COMPATIBLE MATERIALS. W x W SQUARE AREA REPAVE FULL LANE WIDTH SCUT AND REMOVE RING AND C4EREXAWISTING ASPHALT WITH 4201T (TYPICAL ALL PAVED AREAS) [REPLACE AL) (TYPICAL) EXISTING BASE COVER BRICKS 8"THICK CONCRETE AND MORTAR BASE COURSE WITH PROTECTIVE 3000 PSI MINIMUM COATING SYSTEM - (TYPICAL) (TYPICAL) EXCAVATABLE FLOWABLE FILL OR BACKFILL COMPACTED TO 98% OF MAXIMUM DENSITY FRP MANHOLE LINER (AASHTOT-180) WITH CONCENTRIC CONE PROPOSED MANHOLE LINER GROUT ANNULUS BETWEEN MANHOLE LINER AND EXISTING BRICK MANHOLE WALL WITH 3,000 PSI CONCRETE/GROUT MANHOLE WALL EXISTING RCP PIPE CIPP LINER LEFT LONG ENOUGH TO BRIDGE BETWEEN FRP MANHOLE LINER AND END OF EXISTING PIPE. CUT OFF CIPP AFTER FRP MANHOLE IS INSTALLED AND SEAL THE TWO TOGETHER WITH EPDXY. MANHOLE EXISTING FLOW CHANNEL PIPE MAIN EXISTING MANHOLE BASE FRP LINER INSTALLATION DETAIL MANHOLE LINER/CIPP LINED PIPE CONNECTION DETAIL COVER BENCH AND CHANNEL WITH �" EPDXYTEC CPP MORTAR O -z 4 12 1 EXISTING � rLATERAL PIPE PREPARE/REPAIR 0.8 CIA EXISTING BENCH k TO MOUNT REHAB LINER IN MORTAR i BENCH ELEVATION NOTE: CONTRACTOR SHALL FORM FLOW CHANNEL AND BENCHES BEFORE PIPE LINER REACHES THE MANHOLE COVER CHANNEL AND BENCHES WITH EPDXYTEC CPP MORTAR CONNECT LATERAL PIPES TO FRP LINER WITH HAND LAMINATED FIBERGLASS OR OTHER APPROVED METHOD BENCH RECONSTRUCTION DETAIL DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 SPECIAL CONDITION CLAUSES Bid Security: Bid Security shall be made payable to City, in an amount equal to ten percent of the bidder's Calculated Total For All Groups 1 through 4 (Items 1-135) in the form of a certified check, cashier's check, or a Bid Bond issued by a Surety that is licensed to conduct business in the State of Florida and has at least an "A- " rating in accordance with the most current A.M. Best Company financial strength rating. The Bid Security of the bidder shall be retained until such time as the City has executed and provided the awarded bidder with the Contract and Acceptance Form, and the bidder has furnished the required contract security, any insurance certificates and endorsements, whereupon it will be returned. If the bidder fails to comply with the solicitation requirements, or to furnish any required contract security or required insurance certificates and endorsements, within seven (7) days of the notification of intended award, the City may cancel the intended award and the Bid Security of that bidder may be forfeited up to the difference between the Calculated Total For All Groups 1 through 4 (Items 1-135) of the forfeited bidder. The Bid Security of all other bidders may be retained until the earlier of thirty (30) days after execution of the Contract and Acceptance Form or ninety (90) days after bid opening, whichever occurs first. Payment of Subcontractors Final and complete payment will be made on the basis of completion and acceptance by the City of the work performed under the contract and receipt of satisfactory evidence that all payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made in compliance with §218.735 (6) et sq. Florida Statutes. The existence of any unpaid bills or charges for labor, materials or other supplies used directly by the Contractor or any subcontractor under the contract, shall constitute cause for the City to withhold final payment until said bills or charges are paid. Periodic and Final Cleaning The Contractor shall: A. Schedule periodic cleaning to keep the worksite and adjacent properties free from accumulations of waste materials, rubbish, and windblown debris resulting from construction operations; B. Provide on -site container for the collection of waste materials, debris, and rubbish; C. Dispose of waste materials, debris, and rubbish from the Owner's property; D. Upon completion of work in each area, provide final cleaning and otherwise return space to a condition suitable for use by the City; A. Conduct cleaning and disposal operations to comply with City codes, ordinances, regulations, and environmental laws. Performance Bond and Payment Bond In accordance with Florida Section 255.05(1)(a), Florida Statutes, a Performance and Payment Bond is required of anyone entering into a formal contract with the City for the construction or repair of a Procurement and Contracts Division Page: 12 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 building or public works project. The City reserves the right to waive the requirement at any time for any project assigment of $200,000.00 or less. Accordingly, if the amount on the project assigment by the awarded bidder exceeds $200,000.00, a Payment and Performance Bond will be required in the amount of the awarded bidder's project assigment or in such other amount as may be directed by the City in writing within fifteen (15) days of the award of any project assigment resulting from this solicitation. No work shall be done prior to the delivery of a Payment and Performance Bond meeting the requirements of this Section to the City. In the event that the awarded project assigment amount is less than $200,000.00, a Payment and Performance Bond will be required thereafter in such amount as determined by the City if at any time, for any reason, including but not be limited to increased quantities, the value of the project assignment exceeds $200,000.00 as determined by the City. Such bond shall be acquired and delivered to the City within fifteen (15) days of notice from the City that a bond is required. Upon notice from the City that a bond is required no further work under the contract shall be undertaken until such time as a bond in conformance with this Section has been delivered to the City. The Contractor shall include the cost of any bonds required hereunder in their project assigment. If bonds are required hereunder and the term of the contract between the City and the Contractor is extended or renewed, Contractor shall provide a new or amended bond to reflect the new or extended period and increased value of the contract within fifteen (15) days of the request for the bond. The failure by Contractor to submit any conforming bond when required by this Section shall constitute grounds for termination of the contract by the City. All Payment and Performance Bonds shall be recorded by the City with the Clerk of the Circuit Court of the county where the work is located. These bonds shall remain in effect at least until one (1) year after the date of substantial completion of the entire work assigned to Contractor under the contract, except as otherwise provided by applicable laws or regulations. All bonds shall be in accordance with statutory bond provisions in Florida Statutes and all other applicable laws. All bonds shall be executed by such sureties as are licensed to conduct business in the state of Florida and, except as otherwise provided by applicable laws and regulations, are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of its authority to act. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its license to do business in the state of Florida is terminated or it ceases to meet the requirements of this Section, Contractor shall within five (5) days thereafter substitute another bond and surety, both of which shall be in accordance with these requirements and acceptable to City. In addition to the other bonding requirements, the surety (ies) named on the Performance Bond and Payment Bond submitted by Contractor shall be subject to the approval of City. If City has a reasonable objection to the proposed Surety, City may require Contractor to submit an acceptable substitute. Project Assigments The quantities for the items listed in this solicitation are for evaluation purposes only and should not be construed as representing actual quantities to be purchased. Moreover, it is understood by all bidders that Procurement and Contracts Division Page: 13 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 the City is not obligated to purchase any minimum or maximum amount during the life of a contract resulting from this solicitation. Favored Customer Clause: Should the awarded bidder (also referred to hereinafter as "Contractor"), of a contract resulting from this solicitation sell the same or substantially the same products or services as listed in this solicitation to another Governmental Agency, within the State of Florida, at a lower price than the price listed in this solicitation, the awarded vendor agrees to extend that same discounted price to the City of Orlando. Procurement and Contracts Division Page: 14 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 GENERAL CONDITIONS Bidder should read and follow the following instructions. 1. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bidder's Certification Form. 2. SEALED BIDS: All bids must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the bid opening and the bid number. Bids not submitted on the City's bid forms may be rejected. All bids are subject to the conditions specified herein and on any attached sheets, specifications, standard terms and conditions and special conditions. 3. NO BID FORM: In the event you elect not to bid this requirement, respond by returning this form, marking it "NO BID" and the reason therefor. NOTE: To qualify as a respondent, bidder must submit a "BID" or "NO BID" and it must be received no later than the stated bid opening date and time. 4. BID OPENING: Shall be public, on the date and at the time specified on the bid form, with the total bid amount being read aloud. It is the bidders responsibility to assure that their bid is delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered, will not be returned but will be retained in the "BID FILE" unopened. Telephone or telegraphic bids cannot be accepted. 5. PRICES, TERMS, and PAYMENT: All prices must be firm for the delivery schedule quoted herein. Bids stipulating "Price in effect at time of shipment" or other similar conditions will be considered not responsive to the bid invitation and will not be accepted. All prices shall be quoted F.O.B. delivered to any City of Orlando Department unless otherwise stipulated in the bid invitation. Bidder is requested to offer cash discount for prompt invoice payment. It is the policy of the City of Orlando to make payments of invoices in time to earn any offered cash discounts. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the Accounts Payable Office, whichever is later. a) TAXES: The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption number is 85-8015427957C-9 and is also stipulated on all our Purchase Orders. b) POLITICAL SUBDIVISIONS: Under Florida Law, prices contained in State Contracts shall be available to the City of Orlando, who might wish to purchase under a State Purchase Contract. The City of Orlando therefore reserves the right to purchase any commodities from a State Purchase Contract if in the best interest of the City. c) MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices, and all instructions pertaining to supplies and services. Failure to do so will be a bidder's risk. d) CONDITION and PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. e) SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. f) MARKING: Each individual container shall be marked with the brand name of the product, quantity and the name and address of the manufacturer. Each shipping container shall include the name of the vendor and must also clearly indicate the City of Orlando Purchase Order Number. g) INVOICING and PAYMENT: The supplier shall be paid in accordance with Florida Statutes, upon submission of invoices to: The Accounts Payable Section, City of Orlando, 400 South Orange Avenue, Orlando, Florida 32801. Invoices are to be billed at the prices stipulated on the purchase order and as outlined in this bid. All invoices must show the City of Orlando Purchase Order Number. 6. CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida Statutes. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Orlando. Further, all bidders must disclose the name of any City of Orlando employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the bidders firm or any of its branches. 7. AWARDS: As the best interest of the City of Orlando may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof, with one or more suppliers; to reject any all bids or waive any informality or technicality in bids received. 8. INSPECTION, ACCEPTANCE, and TITLE: Inspection and acceptance will be at destination unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the shipper (vendor) until accepted by the using department of the City of Orlando, unless loss of damage results from negligence by the City of Orlando or its Departments. 9. DISPUTES: In case of any doubt or differences of opinion as to the items to be furnished hereunder, the decision of the City of Orlando's Chief Procurement Officer shall be final and binding on both parties. All disputes between the parties shall be resolved in accordance with the City Procurement Code, (Chapter 7 of the City Code). 10. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the item(s) covered herein apply. Lack of knowledge by the bidder will in no way be cause for relief from responsibility. 11. LIABILITY: The vendor shall hold and save the City of Orlando, its officers, agents and employees harmless from liability of any kind in the performance of or fulfilling the requirements of the purchase order or contract which may result from this bid. NOTE: ANY AND ALL STANDARD OR SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. Procurement and Contracts Division Page: 15 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 STANDARD TERMS AND CONDITIONS 1. RECEIPT OF BIDS: a. Bids shall be submitted electronically via vendorlink to the Procurement and Contracts Division prior to the date and time specified herein. Bids will not be accepted after the designated time and date. It is solely the responsibility of the bidder to ensure timely delivery of their bid submittal. Bids under draft status will not be considered. b. Each bid shall be submitted in a sealed envelope and marked with the bid number, title of the bid, and bid opening date and time. c. If submitted by mail, the bid submittal shall be enclosed in a sealed envelope addressed to the City's Chief Procurement Officer (CPO), at the address listed below. Bids submitted by mail must be received in the office of the Procurement and Contracts Division by the time specified herein for the opening thereof. Please be advised that United States Postal Service (LISPS) Express and Priority service classes, are delivered to the City once daily. Accordingly, in order for a submission to be received by the office of the Procurement and Contracts Division when the services of the USPS are used, a proposer or bidder is responsible for ensuring that their submittal is transmitted in such manner as necessary for the USPS to receive, sort, and deliver to the City by the submittal due date and time. The City only collects other USPS mail one (1) time per day upon opening of the local Post Office branch, which is then sorted by the City for delivery to the Procurement and Contracts Division and other City departments. Submissions arriving at the USPS after the initial pick- up by the City will be placed in the City's call -box for pick-up and will not be delivered to or received by the Procurement and Contracts Division until the next business day. When using the USPS or any other mail delivery services, it is the sole responsibility of the bidder to ensure that bids or proposals are received in the office of the Procurement and Contracts Division by the due date and time. The City shall not be responsible for delays caused by any occurrence. d. All bids shall be mailed or delivered to the office of the Procurement and Contracts Division at the address listed below. Sealed bids are to be addressed as follows: City of Orlando Procurement and Contracts Division Attention: David Billingsley, CPSM, C.P.M. Chief Procurement Officer C/O Purchasing Agent: Silvia Coste, CPP, Senior Purchasing Agent 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 Procurement and Contracts Division Page: 16 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 2. COMMUNICATIONS; QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: a. To protect the integrity of the solicitation process and ensure fair consideration of all respondents, a prohibited communication period is hereby established commencing as of the time of the issuance of this solicitation and terminating upon execution of a contract (or, if the solicitation is cancelled, upon cancellation of the solicitation). Except for communication with the City's designated point of contact set forth in this solicitation or as otherwise authorized by the City's Chief Procurement Officer, during the prohibited communication period, the City prohibits communication regarding the solicitation by a respondent or potential respondent (or on a respondent or potential respondent's behalf) to or with any officer, elected official (including the Mayor and City Council), department, division, office, or employee of the City, or any other person or entity providing advice to the City related to this solicitation. During the prohibited communication period, all contacts and communications regarding the solicitation by a respondent, or potential respondent, including their agents, representatives and others on their behalf, shall be directed to the City's Procurement and Contract Services Division in the manner provided below in this solicitation, unless otherwise authorized by the City's Chief Procurement Officer. Prohibited contact or communications during the prohibited communication period may result in disqualification from the solicitation process, rejection of the solicitation, or termination of any resulting contract as determined by the Chief Procurement Officer. In addition, prohibited contact or communications may also be grounds for suspension and debarment of a respondent or potential respondent under the City's Procurement Code. b. Any questions by a bidder relative to the interpretation of specifications or the bid process shall be addressed in writing as indicated below. In order to be answered prior to the submittal deadline, questions must be received by the Procurement and Contracts Division ten (10) days prior to the date set for the receipt of bids. Please see the "Written Question(s) Form" under Forms and Submittals Section of this solicitation. Any interpretation made to prospective bidders with respect to questions submitted prior to the cut-off date for questions to be answered prior to the submittal deadline will be expressed in the form of an Addendum to the specifications which, if issued, will be conveyed to all prospective bidders no later than five (5) days before the date set for receipt of bids. Oral answers will not be authoritative. c. It will be the responsibility of the bidder to contact the Procurement and Contracts Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. d. All communication and contact regarding this solicitation shall be directed to the Purchasing Agent referenced on the cover page of this Invitation for Bids: Silvia Coste, CPP, Senior Purchasing Agent, Silvia. coste&orlando. gov City of Orlando Procurement and Contracts Division City Hall at One City Commons 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 (407) 246-2291 Fax (407) 246-2869 Website: http://www.cityoforlando.net/procurement/ Procurement and Contracts Division Page: 17 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 3. TERM OF THE CONTRACT: The term of the contract resulting from the solicitation, shall be for an initial thirty-six (36) month period. The contract may, by mutual assent of the parties, be extended for two (2) additional twelve (12) month periods or portions thereof, up to a cumulative total of sixty (60) months. 4. BIDDER'S CERTIFICATION FORM: Each bidder shall complete the "Bidder's Certification Form" included with this Invitation for Bids. The form must be acknowledged before a Notary Public with notary seal affixed on the document. The failure of a bidder to include this document with their bid submittal will be cause for rejection of the bid. 5. SUBMITTAL OF BIDS: Bids shall be submitted electronically via vendorlink the bid form(s) provided herein. All bids shall be properly executed. The signatures of all persons signing shall be in longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the bid. If the unit price and the total amount provided by a bidder for any item are not in agreement, the unit price alone shall be considered as representing the bidder's intention, and the totals shall be corrected to conform thereto. 6. BID INFORMATION: It is incumbent on the bidder to check the City of Orlando's website at https://vendorlink.cityoforlando.net or contact the Procurement and Contracts Division for current bid and award information, prior to and after the scheduled opening date of a solicitation, in accordance with the instructions provided herein, in section entitled, "Invitation for Bids Award Information". 7. EXCEPTIONS TO TERMS AND CONDITIONS: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the City's bid document(s). Inclusion of additional terms and conditions, such as those which may be on your company's standard forms, may result in your bid being declared non -responsive. 8. SPECIFICATIONS: a. The Specifications shown in the Invitation for Bids are intended to represent items of a quality level known to meet City's requirements. While the City endeavors to promulgate written Specifications that are accurate and nonrestrictive for bidding purposes, they may also reference an item by manufacturer's name and model number. Bidders are cautioned that in the event of a discrepancy therein, such difference must be timely questioned in writing. Any written question must be received by the Procurement and Contracts Division by the time set on this solicitation. Procurement and Contracts Division Page: 18 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 b. If any proprietary, trade, brand, or manufacturers' name or part number is used herein in describing the required equipment or materials, it shall be understood to indicate the minimum standard of composition and quality desired, and shall not be construed to exclude equipment or goods that equals or exceeds the functional capability and quality of the named equipment. The City, in its sole discretion, shall determine whether equipment or goods are equivalent in capability and quality. Bidders are strongly encouraged to submit equivalent equipment or materials for consideration during the question and answer period. If equivalent equipment or materials is proposed, indicate the manufacturer's name and model number for the equipment and include any literature or other explanation of the equipment's quality or performance with your bid. c. The equipment bid herein shall be new and shall be of the current production model. If applicable, detailed equipment specifications for make and model offered shall be provided with bid. d. Bidders may be required, at no expense or liability to the City, to make available for test/demonstration, equipment equal in all aspects to the equipment bid, and/or equal equipment that may be seen under operating conditions in the Central Florida area. 9. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications or any supplemental specifications as to details or the omission from same of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship shall be first quality. All interpretations of specifications shall be made upon the basis of this statement. 10. DISCOUNTS: Bidders may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Discounts will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. 11. ALTERATIONS/CHANGES TO BID PRICE FORMN: Bidder shall not change or otherwise alter the quantity or unit designations on the Bid Price Form(s). The unit price bid and total extensions must correspond to these designations. Each line item will be extended as indicated (quantity x unit price). The unit price shall prevail. 12. ADDENDA: It is the bidder's responsibility to contact the Procurement and Contracts Division prior to submitting a Bid to ascertain if any Addenda have been issued, to obtain all such Addenda, and return executed Addenda with the Bid. If you have downloaded this Bid from the Internet, please ensure that you also download all such Addenda. The failure of a bidder to submit acknowledgment of any Addenda that affects the bid price(s), is considered a major irregularity and will be cause for rejection of the Bid. Procurement and Contracts Division Page: 19 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 13. "NO BID" RESPONSE FORM: In the event you elect not to bid on this requirement, please complete and return the "No Bid" form included in this solicitation. 14. OPENING OF BIDS: Sealed bids will be received in the Procurement and Contracts Division until the due date and time as specified in this Invitation for Bids. Bids will be opened and the total unit items amount shall be publicly read aloud immediately following the published due date and time. No responsibility will attach to the City for the premature opening of a bid not properly addressed and identified. Bidders or their authorized agents are invited to be present at the bid opening. 15. BIDDER QUALIFICATION: Bids will be considered from firms who have adequate personnel and equipment and who are so situated as to perform prompt service. The City reserves the right to request information or conduct an inspection of the bidder's facility and equipment prior to the award of the contract. Bids will be considered only from firms which are regularly engaged in the business as described in this bid package; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded a contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practice in the industry and as determined by the City. Failure to comply with the established deadline for submittal of required documents may be grounds for disqualification. 16. INSPECTION OF PUBLIC RECORDS: Bidders may request copies of the solicitation records in person or by written request to the City Records and Archive Management Services located at 400 South Orange Avenue, 2nd Floor, Orlando, Florida, 32801 or by calling (407) 246-2148. You may also email your request to recordskorlando.gov Pursuant to Florida State Statute Chapter 119.07, sealed bids are exempt from public inspection until such time as the City provides Notice of Intended Action or until thirty (30) days after bid opening, whichever is earlier. 17. IRREGULAR BIDS: Bids made on other than the documents furnished by the Procurement and Contracts Division may not be considered. Changes in phraseology, additions, or limiting provisions made on the Invitation for Bids may render the bid irregular and may cause rejection. The City's Chief Procurement Officer, however shall have the authority to waive minor irregularities. Procurement and Contracts Division Page: 20 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 18. UNBALANCED BIDS: At determined by the City's Chief Procurement Officer in the CPO's discretion, the City may consider a solicitation response irregular and reject it if any of the prices are excessively unbalanced (either above or below the amount of a reasonable response) to the potential detriment of the City. The City further reserves the right to require backup documentation from the respondent if, in the Chief Procurement Officer's opinion, the prices are, or appear to be, excessively unbalanced. 19. WITHDRAWAL OF BIDS: After bid opening, no changes in bid prices or other provisions shall be permitted. Bidders may withdraw or correct a bid prior to the stipulated date and time for the opening of bids upon a written request to the City's Chief Procurement Officer. 20. EVALUATION OF BID AWARD: The City reserves the right to award the bid to the responsive and responsible bidder who submits the lowest bid meeting specifications. For purposes of this solicitation, the determination of the responsive and responsible bidder submitting the lowest bid shall be made after the application of all applicable programs and preferences established by the City, including but not limited to the City's MBE/WBE program and VBE preference. In determining whether a bidder is responsible, the City reserves the right to consider matters such as, but not be limited to, quality offered, delivery terms, and service reputation of the bidder. 21. AWARD OR REJECTION OF BIDS: The City's Chief Procurement Officer reserves the right to accept any, all or part of any bids, to waive minor irregularities, or to reject any, all or part of any bids, and to advertise for new bids, as the interest of the City may require. The City's Chief Procurement Officer also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid of a bidder who investigation shows is not in a position to perform the contract. In determining responsibility, the following other qualifications, in addition to price, may be considered by the City's Chief Procurement Officer: a. The ability, capacity and skill of the bidder to perform the service required. b. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts or services. e. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the bidder to perform the contract or Procurement and Contracts Division Page: 21 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 provide the service. g. The quality, availability and adaptability of the supplies, or services, to the particular use required. h. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. i. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surety to the City, or whether the bidder's taxes or assessments are delinquent. j. Such other information as may be relevent or secured. 22. SELECTION/REJECTION OF OPTIONS: The City of Orlando reserves the right to select/reject options which are bid, based on price and other considerations as deemed to be in the best interests of the City. 23. MULTIPLE AWARDS: The City reserves the right in its sole discretion after evaluation of all responsive bids, to award the work described herein to more than one responsive and responsible bidder. In such cases where an award is made to more than one responsive and responsible bidder, the City shall apportion the work among the various primary, secondary and alternate providers in such manner and at such time as it deems appropriate under the circumstances in its sole discretion and no minimum amount or proportion of work is guaranteed to any single provider or class of providers irrespective of such provider's designation as primary, secondary or alternate. 24. CONTINGENT FEES: The bidder warrants that no City official or employee was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies specified herein. 25. IRREVOCABLE OFFER: The submission of a bid shall constitute an irrevocable offer to the City by the bidder for a period of ninety (90) days from the date of bid opening to provide the goods and services set forth in this solicitation upon the terms, conditions, and provisions of this solicitation, at the pricing set forth in the bid. 26. PRICING AND ORDERING: The City will issue purchase orders directly to the awarded bidder for the purchase of supplies and materials. The awarded bidder shall honor these orders in accordance with the terms and conditions of the solicitation and their pricing and discounts terms as listed in their bid submittal. Unless otherwise specified, the awarded bidder shall stock sufficient quantities of supplies to meet the requirements of the City on an "as -needed" basis within seventy-two (72) hours after being notified of such requirements by the City. Procurement and Contracts Division Page: 22 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 27. RETURN OF MERCHANDISE: All items delivered must meet the Specifications herein. Items delivered not as specified will be returned at no expense by the City of Orlando. The City may return, for full credit, any unused items received which fail to meet the city's performance standards. Replacement items meeting Specifications must be submitted within a reasonable time after rejection of the non -conforming items. The supplier is to accept for full credit, any merchandise returned by the City within ninety (90) days from the delivery or pick up date. All merchandise to be acceptable for full credit is to be returned in a condition to allow for resale by the vendor and include reference to an applicable Vendor Invoice or Packing List. Full credit is to include all costs paid by the City related to the subject merchandise as determined by the appropriate Vendor Invoice or Packing List. 28. CONTRACT SALES REPORT The Contractor shall report sales and usage data to the City on an annual basis in Excel spreadsheet format. The following data at a minimum must be reported for each item included on the Price Form that is procured during the reporting period: • Contract name and number • Contractor name • Reporting period • Department/Division/Location name • Order date • Item description • Manufacturer name • Manufacturer part number • Unit of measure • Quantity • Contractor's list price • Unit price • Extended price • Total purchase amount for the quarter Submission of Contract Sales Reports is the responsibility of the Contractor, without prompting or notification by the City. The Contractor will submit by email the completed Contract Sales Reports to the Purchasing Agent identified in the Contract. The City shall work with the Contractor to develop the approved electronic format and content of the Contract Sales Reports to be used by the Contractor. Failure to provide Contract Sales Reports, including no sales status, may be grounds for default and /or cancellation of the Contract. 29. FAMILIARITY WITH SITE WORK AND CONDITIONS: The responsibility for the determination of accurate measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the bidder's. Submission of a bid shall constitute acknowledgment by the bidder that it is familiar with all such conditions. The failure or neglect of a bidder to familiarize itself with the site of the proposed Procurement and Contracts Division Page: 23 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 work, shall in no way relieve it from any obligations with respect to its bid. 30. RIGHT TO AUDIT RECORDS: The City shall be entitled to audit the books and records of a Contractor or any subcontractor to the extent that such books and records relate to the performance of the contract or any subcontract. The Contractor and its subcontractors shall retain and maintain financial records and other records relating to the contract for a period of five (5) years from the date of final payment under the contract and by the subcontractor for a period of five (5) years from the date of final payment under the subcontract unless a shorter period is otherwise authorized in writing by the City. If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 5-year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 5-year period, whichever is later. 31. ASSIGNMENT: The Contractor shall not sell, assign, or transfer any of its rights, duties, or obligations under the contract or under any purchase order issued pursuant to the contract, without the prior written consent of the City. The Contractor shall give full attention to the contract, to the faithful execution of the contract, and shall keep the same under its control. 32. FISCAL YEAR FUNDING APPROPRIATION: a. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City provided funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. b. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the Contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not amortized in the price of the supplies or services delivered under the contract or otherwise recoverable. 33. APPLICABLE LAW AND APPEALS: This solicitation is issued in accordance with and shall be governed by the provisions and procedures of Chapter 7 of the City of Orlando's Code which can be accessed online at: baps://www.municode.com/library/fl/orlando/codes/code of ordinances?nodeId=TITIICICO_CH 7PRCO or by contacting the Procurement and Contracts Division. Any appeal of matters relating to this solicitation must be filed in accordance with the requirements of Chapter 7 of the City Code. 34. WARRANTY: Bidder warrants that all equipment, materials and workmanship, whether furnished by bidder or its subcontractor(s), will comply with the City's specifications, drawings and other requirements. The Procurement and Contracts Division Page: 24 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for reperformance of the work provided by other Contractors. 35. CONTRACT AND ACCEPTANCE FORM: In order to expedite the contracting process after bid opening and preclude delays occasioned by subsequent contract execution, bidders are requested to sign the Contract and Acceptance Form included with this solicitation and return the form with their bid. In the event that a successful bidder fails to properly execute the Contract and Acceptance Form or return said form (or, if necessary, a letter of authorization) with their bid, the City shall notify the bidder of the City's intent to make an award and the bidder shall submit such form properly executed (together with a letter of authorization, if necessary, as set forth below) within fifteen (15) calendar days of receipt of notice from the City. Unless such time is extended by the City, the failure of a bidder to submit a properly executed form (and, where necessary, a letter of authorization) within said time period shall be cause for cancellation of the intended award by the City in its sole discretion. In the event that an intended award is cancelled, the award may then be made to the next lowest responsive and responsible bidder or the City's Chief Procurement Officer may decline to make an award. Successful bidders who default in properly executing the Contract and Acceptance Form after notification of the City's intent to make an award shall forfeit any bid security to the City and are subject to suspension and/or debarment by the City. Unless otherwise agreed by the City in its sole discretion, the Contract and Acceptance form shall be executed and notarized as follows: a. If the bidder is a corporation, the Contract and Acceptance Form shall be signed by an authorized corporate officer (i.e., President, Vice President, C.E.O, or C.O.O.). b. If bidder is a Partnership, the Contract and Acceptance Form shall be signed by a general or managing partner. c. If the bidder is a limited liability company, the Contract and Acceptance Form shall be signed by a Manager or Managing Member having authority to bind the company. d. If bidder is a sole proprietorship, the owner shall sign the Contract and Acceptance Form. If an aforementioned signatory is not available and a different authorized signatory executes the form, a letter of authorization reflecting the signatory's authority shall be submitted on the bidder's stationery stating that the person who signed the form is duly authorized to enter into such contract on behalf of the bidder. Such letter of authorization shall be signed by one of the designated signatories above or such other representative as may be acceptable to the City. If you have any questions regarding the execution of the Contract and Acceptance Form, please contact the Procurement and Contracts Division at (407) 246-2291 for further clarification. If a bid is accepted by the City of Orlando, the Contract and Acceptance Form will be executed by Procurement and Contracts Division Page: 25 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 the City with respect to the items awarded and returned to the bidder evidencing the City's acceptance of the bid. No award shall be final, and no bidder shall have any entitlement to a contract or award, until such time as the City has executed the Contract and Acceptance Form. Upon execution by both parties, the Contract and Acceptance Form will constitute the formal written contract between the City of Orlando and the bidder. Any such resulting contract shall be non-exclusive, and the City may procure the goods and services listed in said contract from other sources. Within one (1) week of receipt of the fully executed Contract and Acceptance Form, an awarded bidder shall provide to the City with any required bonds, indemnities, and insurance certificate(s). 36. ACCEPTANCE OF MATERIALS/SERVICES: The City will be deemed to have accepted the Work after the City's Chief Procurement Officer is notified by the using Department of its satisfaction that the Work is completed, in accordance with solicitation specifications. The Work under this Agreement shall remain the property of the Contractor until the City accepts such work. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to the Contractor. 37. CONTRACT ALTERATIONS: No waiver, alterations, consent or modification of any of the provisions of the contract shall be binding unless in writing and signed by the City's Chief Procurement Officer or the CPO's designee. 38. INDEMNIFICATION: The awarded bidder agrees to indemnify and hold harmless the City, its elected officials, officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with the contract. 39. INSURANCE: a. General Insurance Requirements. Within seven (7) days of receipt of a notification of intended award from the City, the Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s) acceptable to the City. The Certificate(s) of Insurance shall demonstrate that the awarded bidder has coverage in accordance with the requirements set forth herein. Insurance coverage must be in force throughout the contract term. Should a Contractor fail to maintain insurance as required or to provide acceptable evidence of insurance within seven (7) days prior to the expiration date of an insurance policy, the City shall have the absolute right to terminate the contract without any further obligation to the Contractor. In such event the Contractor shall be liable for the entire additional cost of procuring performance plus the cost of performing the incomplete portion of the contract at the time of termination. b. Subcontractors. Unless expressly specified otherwise in this solicitation, a Contractor and its subcontractors of any tier will be required at their own expense to maintain in effect at all times during the performance of the work insurance coverages with limits not less than those set forth below with insurers and under forms of policies satisfactory to the City. It shall be Procurement and Contracts Division Page: 26 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 the responsibility of the Contractor to maintain the required insurance coverages and to assure that subcontractors maintain required insurance coverages at all times. Failure of a Contractor to maintain adequate coverage shall not relieve it of any contractual responsibility or obligation. The requirements specified herein as to types, limits, and City's approval of insurance coverage to be maintained by a Contractor and its subcontractors are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor and its subcontractors under a contract. Any insurance carried by the City that may be applicable shall be deemed to be excess insurance and the Contractor's insurance primary for all purposes despite any conflicting provision in the Contractor's policies to the contrary. c. Certificates of Insurance. Prior to commencing work at the jobsite, and as a condition precedent to the Contractor's and his subcontractors' initiation of performance, the Contractor and its subcontractors shall furnish the City with certificates of insurance as evidence that policies providing the required coverage and limits of insurance are in full force and effect. The certificates shall provide that any company issuing an insurance policy for the work under a contract shall provide not less than 30 days advance notice in writing to the City prior to cancellation, termination, or material change of any policy of insurance (except for notice of non-payment of premium for which not less than 10 days advance notice in writing shall be required). In addition, the Contractor shall immediately provide written notice to the City upon receipt of notice of cancellation of an insurance policy or a decision to terminate an insurance policy. All certificates of insurance shall clearly state that all applicable requirements have been satisfied, including certification that the policies are of the "occurrence" type. Certificates of insurance for a Contractor and subcontractor -furnished insurance and notices of any cancellations, terminations, or alterations of such policies shall be mailed to the Procurement and Contracts Division at the address set forth for delivery of the bid. d. Additional Insureds. All insurance coverages furnished under a contract except Workers' Compensation and Employers' Liability shall include the City and its officers, elected officials, and employees as additional insureds with respect to the activities of the Contractor and its subcontractors. The City shall not by reason of their inclusion under these policies incur liabililty to the insurance carrier for payment of premium for these policies. e. Waiver of Subrogation. The Contractor and its subcontractors shall require their insurance carriers, with respect to all insurance policies, to waive all rights of subrogation against the City, its officers, elected officials, agents and employees and against other Contractors and subcontractors. f. Types of Coverage to be Provided. The awarded Contractor (and its subcontractors to the same extent and on the same terms as set forth below for Contractor) shall maintain the following coverages and furnish the certificate(s) of insurance on the policies and renewals thereof which indicate that insurance coverage has been obtained meeting the requirements of the contract. (i) Workers' Compensation and Employer's Liability. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees that, for any reason, may not fall within the provisions of a workmen's compensation law. This policy shall include an "all states" or "other states" endorsement. Exemption certificates shall be accepted if valid during the term of the contract, but only for those eligible corporate Procurement and Contracts Division Page: 27 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 officers pursuant to Chapter 440 of the Florida Statutes. Proof of workers' compensation coverage must still be provided for all employees, sub -contractors not eligible for exemption. The liability limits shall not be less than: Workers' compensation Statutory Employer's Liability $100,000 each occurrence (ii) Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor and the additional insureds against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicle, and shall cover operation on or off the site of all motor vehicles licensed for highway use, whether they are owned, non -owned, or hired. The liability limits shall not be less than: Bodily injury and $1,000,000 combined single Property damage limit each occurrence (iii) Commercial General Liability. This insurance shall be an "occurrence" type policy (excluding automobile liability) written in comprehensive form and shall protect the Contractor and the additional insureds against all claims arising from bodily injury, sickness, disease, or death of any person or damage to property of the City or others arising out of any act or omission of the Contractor or its agents, employees, or subcontractors. This policy shall also include protection against claims insured by usual bodily injury liability coverage, a "contractual liability" endorsement to insure the contractual liability assumed by the Contractor under its contract with the City, and "completed Operations and Products Liability" coverage (to remain in force for 2 years after final payment and subsequent to project completion). If the Contractor's work, or work under its direction, requires blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of structures, or damage to underground property. The liability limits shall not be less than: Bodily injury and $1,000,000 combined single Property damage limit each occurrence 40. LICENSES: Unless otherwise extended by the City, the calendar days of award date, to provide an permits, authorizations and/or certifications rendered during the term of the contract. 41. AUTHORITY: y awarded bidder will be required within fifteen (15) and all local, state, and federal licenses, approvals, which would be applicable for all services to be The City's Chief Procurement Officer or the CPO's written designee shall have authority to act on behalf of the City in matters related to the contract, including but not limited to the sending and receiving of any notices required hereunder. 42. PUBLIC ENTITY CRIMES: A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid to Procurement and Contracts Division Page: 28 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 provide any goods or services to a public entity, may not submit a bid with a public entity for the construction or repair of a public building or a public work, may not submit a bid on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in §287.017 of the Florida Statutes for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 43. PROMPT PAYMENT ACT: Payment by the City shall be made in accordance with Sections 218.70. et sq. Florida Statutes, Local Government Prompt Payment Act. 1. Proper Invoice For purposes of billing submission and payment procedures, a "proper invoice" by a Contractor, vendor or other invoicing party shall consist of at least all of the following: a. a description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them); b. the amount due, applicable discount(s), and the terms thereof; c. the full name of the vendor, Contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number; d. the Purchase Order or contract number as supplied by the City; and e. an identification by Division, Office or Department of the party(ies) to whom the goods were delivered or services provided. All invoices, in order to be classified as a proper invoice, shall be delivered to Accounts Payable, Business and Financial Services Department, City of Orlando, 400 South Orange Avenue, P.O. Box 4990, Orlando, Florida, 32802-4990. Finally, in addition to all of the above, in order to be considered a proper invoice, it must be based on a proper delivery, installation, or provision of the goods and/or services to and acceptance by the City (or party on behalf of the City); the vendor, Contractor or other party who is supplying the goods and/or services has otherwise complied with all of the contract's terms and conditions and is not in default of any of them; and if the contract requires any subcontractors or other parties to be bound by similar other "flow -down" requirements that those requirements have been complied with. 2. Dispute Resolution In the event a dispute occurs between a Contractor, vendor or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City Department, Office or Division which has the dispute along with a representative of the City's Procurement and Contracts Division and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other Procurement and Contracts Division Page: 29 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than forty-five (45) days, and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the City's Chief Procurement Officer shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within three business days after such decision. If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be deemed to have been issued. 44. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the awarded vendor, the submission of any bid in response to this Invitation for Bid constitutes a bid made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties and cities. Each governmental agency desiring to accept these bids, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials ordered and received by it and no agency assumes any liability by virtue of this bid. 45. EQUIPMENT: The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. 46. TERMINATION FOR CONVENIENCE: The City's Chief Procurement Officer may terminate any contract resulting from this solicitation for convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all work properly performed or materials provided prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination. 47. DRUG -FREE WORKPLACE CERTIFICATION: By submitting a bid in response to this Invitation for Bids, you are certifying that your company is a drug -free workplace in accordance with Florida Statute §287.087. 48. AMERICANS WITH DISABILITIES ACT: Persons with disabilities needing a special accommodation to participate in this proceeding should contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South Orange Avenue, Orlando, Florida 32801 telephone (407) 246-2291, not later than seven (7) days prior to the date on which the accommodation is requested. 49. PURCHASING CARD PROGRAM: The City of Orlando uses the VISA Purchasing Card Program to streamline our procurement process. In order to expedite payments to suppliers, The Bank of America VISA Purchasing Card and ePayable solution has been implemented to more effectively control our procurement activities and to achieve a significant cost savings over the traditional paper, purchasing and Procurement and Contracts Division Page: 30 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 payment system. As one of the City of Orlando's valued suppliers, your business may also achieve cost savings results by accepting the ePayables solution. Identified supplier benefits of this Program may include: • Reduction of payment time • Direct electronic deposit to your primary banking account • Increase in working capital • Elimination of invoicing • Reduced collection efforts • Enhanced corporate relationships • Reduced billing costs • Enhanced reporting • Increased sales as a "Preferred Supplier" Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards, therefore, The City encourages all vendors to accept the VISA ePayable solution. 50. RECIPROCAL LOCAL PREFERENCE: In the event the lowest responsive and responsible response to any Invitation for Bids or Request for Proposal is by a vendor whose principal place of business is in a city, county, or state which grants a preference for the procurement of such goods or services to a vendor whose principal place of business is in such area, then the City may award a preference to the (next) most responsive and responsible vendor having a principal place of business in the Metropolitan Statistical Area, (i.e., Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference granted by the area in which the lowest responsive and responsible vendor has its principal place of business. 51. EMERGENCY SUPPORT: It is hereby made a part of this Invitation for Bids that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be provided goods and services on a first priority basis. It is vital and imperative that the citizens of the City are protected from any emergency situation which threatens public health and safety, as determined by the City. Contractor agrees to provide, rent, sell, or lease all goods and services required by the City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and services acquired before, during and after a disaster, emergency or hurricane. Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. 52. SUBCONTRACTORS: The Contractor shall perform all of its obligations and functions under the contract by means of its own employees, or by a duly qualified subcontractor, which is approved in advance by the City. In the event a subcontractor is employed, the Contractor shall continuously monitor the subcontractor's performance, shall remain fully responsible to insure that the subcontractor performs as required and itself perform or remedy any obligations or functions, which the subcontractor fails to perform properly. Procurement and Contracts Division Page: 31 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 53. BID PRICES: Unless otherwise specified, Bid Prices must include all costs (labor, overhead, materials) and profit to perform the work specified in this Invitation for Bids. Bid prices shall remain firm for the entire contract period unless otherwise specified or changed by an Amendment. At each renewal period, price increases or decreases may be considered, provided they are reasonable and acceptable to the City. Any Amendment must be in writing and signed by both parties. 54. GOVERNING LAW / VENUE: Any contract entered into as a result of this solicitation shall be deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. Any litigation arising out of this contract shall be commenced in the State and Federal Courts of Orange County, Florida. Contractor shall comply with all applicable federal, state, and local laws in the performance of work under the contract. To the extent applicable, Contractor shall comply with Florida public records laws, including Sections 119.0701(2) (b) 1 through 4 of the Florida Statutes. 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, CONTACT THE CUSTODIAN OF THE PUBLIC RECORDS AT C/O DEPUTY CITY CLERK, RECORDS(&,CITYOFORLANDO.NET, TELEPHONE NUMBER (407) 246-35389 400 S. ORANGE AVE., ORLANDO, FL 32801. 55. RECYCLED CONTENT: In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City is requesting that bidders provide detailed information regarding any known or potential recycled material content in the product that may be extracted and recycled after the product has served its intended purpose, on the Bidder's Questionnaire as provided in this solicitation. 56. LIVING WAGE POLICY: As set forth in City Policy and Procedure 161.3 (for a copy, contact Procurement at 407.246.2291). Covered Service Contractors, as well as their subcontractors (first tier only), shall pay to all of their employees providing Covered Services pursuant to a contract with the City, a living wage for the time spent providing services to the City. (This provision does not include general administrative personnel unless they are assigned to a City project). "Living wage" means compensation for employment of not less than $15.00 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision or the service Contractor shall allow the City to audit (at service Contractor's place of business) its payroll records to determine if compliance has been achieved. Failure to comply Procurement and Contracts Division Page: 32 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 with the provision may result in termination of the contract and/or preclusion from future City contracts at the sole option of the City. This provision shall apply to all bid and Proposal awards for Covered Services, which involve City expenditures that exceed $100,000.00 per year. More particularly, this provision shall apply to single and multiple award agreements for Covered Services regardless of the initial value of the award whenever City expenditures exceed $100,000.00 in any one contract year. As for multiple award contracts (contract award which will be divided among several Contractors), at the point when the City has expended $100,000.00 on that contract in any one -contract year, regardless of whether such expenditure was to one Contractor or several Contractors, then the living wage provision shall apply to all Contractors who are a party to that award. For those contracts whose initial value was less than $100,000.00 but exceeded $100,000.00 prior to the end of the contract term, this provision will be applicable to that contract in the next quarter. To further clarify, the Living Wage policy does not apply to part time employees, or the part time employees of all subcontractors. Furthermore, the workers of temporary employment agencies are not covered by the City's Living Wage Policy. A hard copy of the City's Living Wage Policy is also available at the Procurement and Contracts Division. 57. ORDER OF PRECEDENCE: This solicitation shall be included and incorporated in the purchase order or contract resulting from this solicitation. The purchase order or contract, including any exhibits attached thereto, contains all the terms and conditions agreed upon by the parties. No other contract, oral or otherwise, regarding the subject matter of the contract, shall be deemed to exist or to bind either party hereto. Unless otherwise expressly provided in the purchase order or contract, in the event of any conflict between the terms of the contract or purchase order, the City's solicitation, and the vendor's response, the order of precedence shall be the contract or purchase order, followed by the solicitation, and then the response to the solicitation. 58. PATENTS AND COPYRIGHTS: The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under the contract, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. 59. TERMINATION FOR DEFAULT: The performance of Work under the contract may be terminated by the City's Chief Procurement Officer, in whole or in part, in writing, whenever the Chief Procurement Officer shall determine that the Contractor has failed to meet the performance requirements of the contract. The Chief Procurement Officer has a right to terminate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within the time specified in the contract, or if the Contractor fails to perform any other provisions of the contract. Notwithstanding the preceding, nothing herein shall be deemed to preclude the Chief Procurement Officer in the CPO's sole discretion on a case by case basis from providing the Contractor with written notice and a reasonable opportunity to cure the default prior to termination. Procurement and Contracts Division Page: 33 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Chief Procurement Officer or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Chief Procurement Officer, shall constitute authority for the Chief Procurement Officer to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, or not completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Chief Procurement Officer, for any expense incurred in excess of the contract prices. Such purchases shall be deducted from contract quantities or work. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Chief Procurement Officer. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Chief Procurement Officer that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. Nothing herein shall be deemed to preclude the City's exercise of any other rights or the City's pursuit of any other remedies that it may have herein or under law or in equity, including but not limited to any right of the City to terminate the contract for convenience. 60. TIME OF COMPLETION: The parties understand and agree that time is of the essence in the performance of the contract. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City's Chief Procurement Officer may at the CPO's discretion, cancel the contract for the convenience of the City. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. 61. CORRECTION OF WORK: The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to the contract whether observed before or after substantial completion of the Work, and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work. 62. INFORMATION: All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to the contract, shall be the sole property of Procurement and Contracts Division Page: 34 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents as necessary to perform the Work. 63. SAFETY MEASURES: The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site. 64. EXTRA WORK: The City, without invalidating the contract, may order changes in the Work within the general scope of the contract consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written amendment to the contract, and shall be executed under the applicable conditions of the contract. If the Contractor plans to make a claim for an increase in the contract price or an extension in the contract schedule/term, it shall first give the City written notice within ten (10) calendar days after the occurrence of the event giving rise to such a claim. This written notice shall be given by the Contractor to the City, and a written approval secured from the using Department and the City's Chief Procurement Officer, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. 65. FAMILIARITY WITH THE WORK: The Contractor acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof. The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of the contract by the Contractor serves as his stated commitment to fulfill all the conditions referred to in the contract. 66. TITLE AND RISK OF LOSS: The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work. 67. TRADE NAMES: In cases where an item is identified by a manufacturer's name, trade name, catalog number, or reference, it is understood that the bidder proposes to furnish the item so identified and does not propose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indicated therein by the bidder. The reference to a name brand is intended to be descriptive but not restrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes and catalogs will be considered provided each bidder clearly states in his bid or proposal exactly what he proposes to furnish and forwards with his bid a cut illustration or other descriptive matter which will clearly indicate the character of the article covered by his bid. The City hereby reserves the right to approve as an equal, or to reject as not being equal, any article the bidder proposes to furnish which contains major or minor variations from the specification requirements but may Procurement and Contracts Division Page: 35 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 comply substantially therewith. If no particular brand, model, or make is specified and if no data is required to be submitted with the bid, the successful contractor after award and before manufacturer or shipment may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge if such requirement of the specification is being complied with. 68. FEDERAL, STATE, AND LOCAL RULES / APPROVALS: The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement. 69. CLEAN WORK AREA: The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to an approved disposal location. 70. MISCELLANEOUS PROVISIONS: By submitting a bid, the bidder shall be deemed to have certified that the contract is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the work covered by the contract and is in all respects fair and without collusion or fraud. Bidder further warrants and certifies that they are authorized to enter into the contract and to execute same on behalf of the Contractor as the act of the said Contractor. The contract, including any Exhibits thereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of the contract shall be deemed to exist or to bind either party thereto. If any section, sentence, clause, phrase, provision, or other portion of the contract is, for any reason, held invalid or unconstitutional by a court or other body of competent jurisdiction, such portion shall be deemed a separate, distinct, and independent provision and such holding shall not affect the validity of the remaining portions of the contract. The contract is solely for the benefit of the parties to the contract and no causes of action shall accrue upon or by reason thereof to or for the benefit of any third parties. The City's Chief Procurement Officer or written designee shall have authority to act on behalf of the City in matters related to the contract, including but not limited to the sending and receiving of any notices required hereunder. Procurement and Contracts Division Page: 36 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 FORMS AND SUBMITTAL DOCUMENTS Procurement and Contracts Division Page: 37 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 ELECTRONIC BID PRICING FORM(S) INSTRUCTIONS This Solicitation uses an Electronic Bid Price Form. You may download the Microsoft Excel spreadsheet from VendorLink, or you may receive a disc from the Procurement and Contracts Division at no cost to you. Complete the Electronic Bid Price Form using Microsoft Excel. Insert your Vendor Name, City, State and Zip in the fields located at the top of the form (in yellow). The Electronic Bid Price Form has been designed to allow the vendor to insert data into the appropriate unlocked fields. These fields are labeled Part No., Manufacturer, and Firm Unit Price. For convenience, the Electronic Bid Price Form will automatically calculate and total. If you are submitting a "no bid" item or have an item that is "no charge" to the City, put a zero (0) in that field. Do not put "no bid", "no charge" or N/A in that field. Once complete, "save as" in Excel format, the Electronic Bid Price Form in a flash drive (that you provide). (Do not save as a pdf document.) Return Electronic Bid Price Form and one (1) hard copy in original format of your completed Bid Price Form together with your completed Invitation for Bids submittal in a sealed envelope, by the due date and time specified herein. Again, ensure your Vendor Name, City, State and Zip are included on both the Microsoft Excel spreadsheet and on the front of the envelope that you submit to the City. Be sure to save a copy for yourself as well. If you need further assistance in obtaining the Electronic Bid Price Form, you may contact the Procurement and Contracts Division at (407) 246-2291 and we would be more than happy to assist you. Procurement and Contracts Division Page: 38 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c1 1 ' 1 . •. = O O LO LO CD f— II_ O LO LO O 0 0 LO O 0 0 LO O LO 0 0 u i i O O r N KJ 60- 60- r r r N N N N M LO r r N N M r N 1 ~oo I LO LO 609- V) GG. 609- (-f} 6c} Ef} 6c} Ef} 6c} j— 6c) 6c} 6c} 6c} 6c} 6c} i i O K? Q9- Ef} i 1 i N 1 N L _3 1 ^ 1 N m i 3 � 1 N i fY1 1 T O 'L (D LLn 3 E a 1x O 1 m d : z WI 1 W 1100 L 1 1 s en _� U m r-I Z O w O v v�v�wwwwwwwwwwwww wwwwww O a a a a a a a a a a a a a a a a a a a a I 1 a I 1 1 Em Q 3 x LU J= Ln Lu w Z Lu 'a O x x H O ~ Z a Q Z Z O 0.O p 2 2 a U z U DC O o o W O o LL z Q Z U y~j oC O Z O Q W (D cc 0- x V Z 2 N (A H .. Q Z w~ 0 U W Q C) ~ CL 0.Q, W W N z x Z a Z a m " M V } 0 W M 00 x Z ac a cr z U w a c 0 �bA O "¢ oo w O " � W � O Z 1= a a o) � OC Z z w Q x O Lu • Q. Q .-. �. �' a� Q, Q. u �. " "03 U N U � N w CC V 0 O. � Q, r N " cC LU F- W W H W W N Z O s� O. "� "� N i" N N O " N ~ H O H 0 Q by N N �bA N _bA N 4 O 4 p O 00 N� Q O } OC U OC J 0 W " on ° O *- bA 4 O `� U .� � � D LAN m W O H LL J (� Q \O � bA an = O bA C" an �: bA g en g c� -2. bA bA -2. bA bA -2.1° bA 'd LL m x O O O +� " 0 ct O cd • W W M- O LN r O �" �" �' C~ O F- a o U LL a o ti " "" v U LA a x O 00 00 O U U N U Q i, N W �--� o z w v' o1401 ���,�� bn w H O, > � • � � • � � cd • •� bA O N to N O Q cd cd cd cd cd . . a x a x 0 0 0 U U � W W O x 3 g v z U W' 4- O a O a O a O a O a O a a V ' H a m N O Q O x Z N N ti ti ti ti ti . I 'd I 1 I 1 I Sy .--i M •--i M .--i ct •--i cZ .--i M� m W a 3 U o oA O oA O bo N y� 0 0 0 0 0 0 ..... O+ •� 0 N �/_, �0+ a i'�' a xi a� x U U U U U U C/1 C/� C/1 C/� C/1 C/�/� � w O Z g a ~ m W Lu Z ~ W Z LU �_ 0 � r N co Lf) CO f— 00 m O r r r N r M r r LO r CO r I� r 00 r d� r O N r N N N * 3 * 0 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O CD CD CD CD CD CD CD CD CD CD CD CD CD O O CDO CDO CDO CDO CD CD LC) O LO O cM M cM M cM M cM M M M 0 0 0 0Lr; O O O O O O�'t LO N N LO N N CO 'ba E03 6a E03 6a E03 6a 60- 61:y 60- O O O O 0 O O (D Cfl (D Cfl M M 61:y � It K? Y> EF3 Y> H-} O O LC) LO r m LO «} 6ci 6{} 6c) 6c} 6c) 609- bq N N dr 60- 60- } 6c} ({} 01) EFi wwwwwwwwwwwr3 ww���-!� UsU� wwwwwwww a a a a a a a a a a a a a a w w w w J a a a a a a a a a a a a H 0 r a M O O � z O z_ J W a U U C� `n ^ CD 121. o0 Q" ^ bA O bA O A2 _ "0 H CD � � 'n Q 'C O �+ " bA Q Q f� F� Z in O tr) • 0 V1 C� Q Q O cj' O s� CD bA bA 00 ^ ^ kn l� N cd _ + C:) ~O O " " � � N '- 0 O 0 s, O s� O s� C)O s� s� O N N c "cn O cd 4 4r O yN .: `+ C5 4 O `+-i 4O'0.�+•�O 4O-� 4-�0 . � = W .--i .--i 00 �n l� N "tS"-� . _ bA bA bA bA bA c� c� N N LL O-0 ti 0 cn � cn '`O C '� � r N -� Li S"•. �•' �". �"S. 5.-i i.. c� ct N N N N y O 0 O O O O N N N N N CJ C7 P- P N O 0 O 0 N cH c N to bA bA bA UUUUUaaaaa• a�`V O O O O O O i i i i i i i i i m M - mcz -- D O 69 s., ' �, • �, • �, • �, v� N � N "C N N 'C � y N i••i Sti �" 3•-i .� .� N'� •� � cd N cd N cd N CI P i P P-q P P-4 P P-4 P P-4 P.� Mtd +� + cd td O >~ >~ >~ >~ >~ a a a a O a� ai a� ai a o 0 0 U U U U 0 0 0 0 0 o O O 0 0 0 0 0 0 0 1.0 0 �+ 0 : m m � 4 . to $: �. = = N N ct v C) u >~ a� > > > > > > > > > > a??? a??? o o —11 �11 " moo ct H [� H [� H [� P~ H P~ H U U U U -t-T "0 o Oo 00 W --q W M LO CD fl- 00 M O r N M,I- LC) CD fl- 00 M O r N M1�1- LC) CD fl- 00 CY) O r N N N N N N N N M M M M M M M M M M' It It It It It It It It LO U) LO DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (D o O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O . 0-) 0-) LO d') O') LO O') d') LO r r LO NT It V� O) 0) LO 0) 0) m NT � LO � NT m r r LO . O O 'T 't 61:y LO M K? f,- P— 61:y O O Efl r r 6q M CO 60- LO LO 60- 00 00 K? LO LO Q1, O O 6{ O O 6") Q'> 011 Y> Y> H-} r r r r r r r r r r N N M co LO O') 60- E{} Efl 60- 60- 6q 6q 60- 60- 6q 6q Ef} 60 6q Q9- C1 a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a w w ct N bA O 00 U N �'• N �, �, ct _C�3 �c �O O N c2 M Ln Ln a1 c •C�3 N j d1 N O U 0 O ,terQ F, _Q O � O - O •� � JQ O O U p 0 .," O— O Z O Z w O 4, O 4-, O O O O y O N O m y O� O� y O� x., •� -- -- -- -- -- -- -ti -- -- -- -- -- -- -- -- -- -- -- -- -- U -a -O -O -O -O O O O O O O O O O O Oa, O O O O O O O O O " cilti t. y.., a, y.. a, y.., � y.. a, y.., y.., si y.., a, y.. t� y.., a, y. O O O O O O O O O 9 0 �, 0 -� N N N N N N N N N N N N N N N N N N N N Cd N N ^O N N ^O N N ^O N N ^O N N ^O N N ^O N N ^O N N ^O N N ^O N N ^acn s. C"r ^zj 0 -0 "a -C -0 -0 -a '. ^O ^O ^O 'cj ^O -0 -a 't3 to O O cd O O c�3 O O cd 0 0 m O O m 0 0 m O O m 0 0 m O O m 0 0 c� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 E 0 0 E 4-, 4, � 4-, 4, � 4-, 4, � 4-, 4, � 4-, 4, �+ 4-, 4, � 4-, 4, �+ 4-, 4, � 4-, 4, �+ 4, E � C O • N N N N N N N N V) N N in N N N N� N N� N N in N N� Q, Q, Cl, p, Q, Q, P, $E, p, Q, Q, P, ,� A U U U U U U U U U U, r1 N N m V) W.) ct 00 00 m -� Ld � cd O O cC �O "O ct N N 00 00 cd �" w CO It LO CD fl- 00 0) O r N M It LO CD fl- CO M O r N CO It LO CD fl- CO M O r N M IZI- Ln LS) LO LS) LO LS) LO (D CO (D CO (D (C (0 (C (0 (C f- I- r- r- I- r- I- r- I- r- co co co co 00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO m LO m O O O O O O O m m m O r 6cT Ef} H-T Ef} H-T Ef} H-T Ef} H-T Ef} H-T M H? Ef} Ef? e 7 U) U) O O U) U) lf) r r N U-) H3 M M '- r'- N N r 6-? 6-} 6-T 6-} Ni Ef} K? K-? K? K-? K? K-? Cq w C7L7C7L7C7wwwwwwv)v)avnvn J aawwwwwwwwww � Q H N N a z � � z Q o a LU ww�3�3 00 > > U U O O N N N M M �t ci N N 110 110 00 N ztQ Q Q Q Q N N N N 4- 4- A- 4- A- 4- 4- 4- A- a a a a cd cd cC O H o a U 0 0 0 0 0 0 0 0 0 0 0 o U a .- a .- a .� aILL •� � � o an an aA an aA an aA an aA on C-A Cw" N N t — ,—� — ,—� ,—� — ,—� ,—� — — Cd a.Q ^� � c� td td td c� cC c� cC c� cC c� cC c� c� O- O O O O O 0 a a a a04 EO '20 /�� P1 +-' r--' �--' r--' �--' r--' �--' r--' ' `•• .-- .--I .-- .--I .-- .--I 4O '.0.� �+ �+ � U •� �i •1 •.� i•i .'r i i •H i•i •'r i i •H i•i •'r i i •H i•i •'r i •I •H i--I m C) Ct m m C) m C) m C) > N �' r +' C� Ct 0 0 0 0 0 0 0 0 0 0 G) ' •--� . •--� . •--� . •--� . •--� . •--� O O O O � U= U U U UOU U U U U O4 U U U-!� vs �� U U U U U U U U U U LO (D I� 00 O O r N MIt LO CO I� 00 O O r N M It M (D I- M M O r N M 00 00 00 00 00 O O O O O O O O O O O r O r O r O r O r O r O r O r O r O r r r r r r r r r DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O p O O O O O O O O O O O O O O O O O O O O O O O O O O p O O O O O O O O O O O O O O O O O O O O O O O O O O L(j (0- Ef} 69 U) E0- (-Iq Ef} (-Iq Ef} (-Iq Ef} (-Iq Ef} (-Iq va va va va va va va va va 60- Ef} 69 00 LO M M C IZ O C W L H � ww Zaa>>>>>>>>>>>>>>>>c7wv�v� �* � v a E Ow O = 0 o°r v >% Q IL a .. O O H O °' O N r t9 w t9 o IL rn m O W o 0 0 0 0 0 0 0 0 0 G a • W . O, O W A � O c O O O O O O > > > > > > i L z u, Q.CL L N O N N N O N r Ad)0 N r--, Ad)0 N r--, d) �--, N r--, d) �--, N r--, d) -- r r+ � O N to b!J d > > > > a� Gi 0 Gi a� Gi a� Gi a� Gi °� �, �, O •L . O O i-1 3-i i-i 3-i i-i 3-iy w Vi CIi Q L as 7d 7d 7d 7d 7d O Q 'Ot•L v m �� a¢ ���Q V 0 � T Z r 00 ho o 5 � a p 'C U U LL m oct 03 O O 4 N N H bA bA N N oo O �O cV r;8 O O Y 'a V] vs V] cn M U P- a t N N N bA bA bA bA G> � ct3 0 88-�d 03 03 > > > > > > > > > > 0 0 0 0 o y y Uv � wwwwwwaaaaawaawa,a Uu�4 � ICT Ln C4 I- M O O N M I Ln CO I,- M M O N M�T M C4 I- � DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 BIDDER'S CERTIFICATION FORM: I have carefully examined the Invitation for Bids, Instructions to bidders, General, Standard and Special Conditions, Specifications, Contract and Acceptance Form and any other documents accompanying or made a part of this Invitation for Bids. I hereby propose to furnish the goods or services specified in the Invitation for Bids at the prices or rates quoted in my bid. I agree that my bid will remain firm for a period of up to ninety (90) days in order to allow the City adequate time to evaluate the bids. I agree to abide by all conditions of this bid and understand that a background investigation may be conducted by the Orlando Police Department prior to award. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this bid on behalf of the bidder as its act and deed and that the vendor/contractor is ready, willing and able to perform if awarded the bid. I certify, under oath, that this bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a bid for the same product or service. I further certify that no officer, employee or agent of the City of Orlando or of any other Proposer has a financial interest in this bid. I further certify that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. Advanced Pace Technologies, d/b/a Advanced Plumbing Ted NAME OF BUSINESS , BY: / = Q �7 SIGNATURE Chris Parker, VP of Municipal Divf NAME & TITLE, TYPED OR 638 E. Hwy 50, Suite 4 MAILING ADDRESS Clermont, FL 34711 CITY, STATE, ZIP CODE (352) 534-1504 TELEPHONE NUMBER 352 988-6229 FAX NUMBER bid@chooseapt.com E-MAIL ADDRESS State of Florida of Lake r Sworn to (or affirmed) and subscribed before me SEAL At1IIs 29 day of Mar , 2022, by 2016 ,' aris Parker, V f Mlqficipql Oivision Signatjr,e/f>f Notary Public, State of Florida ersonally Know -O - Produced Identification Type: Company Tax ID # 81-2375756 (The City only requires Company Tax ID numbers. The City is not requesting individual social security numbers.) XZbieNoltaR awPubStste of Flonaa Zae RussoMy GWW WSSIOn HH 150426 Expvas 0710 025 Procurement and Contracts Division Page: 39 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Respondents must disclose within their Bid the name of any officer, director, employee or agent (or their spouse or child) who is also an employee or officer of the City of Orlando. Furthermore, all Respondents must disclose the name of any City employee or officer (or their spouse or child) who owns, directly or indirectly, an interest of more than five percent (5%) in the Respondents firm or any of its affiliates or subsidiaries. By submission of this Bid, the undersigned certifies, under penalty of perjury, that to the best of their knowledge and belief, except as disclosed pursuant to the instructions above, that no officer or employee of the City (or their spouse or child), directly or indirectly, owns an interest of more than five percent (5%) in the Respondents firm or any of its affiliates or subsidiaries; nor does the Respondent know of any City officer or employee having any financial interest in assisting the Respondent to obtain, or in any other way effecting, the award of the contract to this Respondent. Comments: None Acknowledged by: Chris Parker, VP of Municipal Division Firm Name: Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology Signatu ut riz resentative: Name and Title (Print or Type): Chris Parker, VP of Municipal Division Date: 03/29/2022 °F0— PC E TF 'Oo :.GoRPOR4 c'yyo'G Q SEAL O'= O' 2016 4. ' <FRnnON� . ` C . % °j''��uinm J I I i i►%u���`0��� Procurement and Contracts Division Page: 40 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority -owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority - owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Advanced Pace Technologies, LLC d/b/a Name of Respondent: Advanced Plumbinq Technoloqv LO Title: Chris Parker, VP of Municipal Division Date: 03/29/2022 Procurement and Contracts Division Page: 41 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO. IFB22-0161 SANITARY SEWER LINING AND MANHOLE REHABILITATION: Upon execution of this contract below by the City of Orlando ("City"), the undersigned hereby agrees to provide all goods and services set forth in its bid in response to the above referenced solicitation ("Solicitation") in accordance with, and subject to, all terms, conditions, and provisions of the Solicitation at the prices set forth in the undersigned's bid for the items and work awarded to it by the City. This Contract and Acceptance Form to,,go&WJ W44 the (i) Solicitation, including all addenda, and (ii) the undersigned's bid in response'ii;�•,j cluding all schedules and forms submitted with the bid, alI of which are hereby, `� ;or erthis reference, shall constitute the formal written con J b een ity an lrri�8�rsigne ., `�, O, tz Q SEAL E6JOf Florida SIGNATU p ` 2°18 I �4nty of Lake Chris Parker, VP of Municipal Di v'i 0 ���rvodPark ffi d) and bscribed before me NAME & TITLE, TYPED OR PR OR1D;1,- �``` thisf Mare , 20 22 , by �urrruunwtu►utia�� ChriP of uni of Division Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology NAME OF BUSINESS Si ure of Notary 638 E. Hwy 50, Suite 4 MAILING ADDRESS Clermont, FL 34711 CITY, STATE, ZIP CODE PHONE: ( 352 ) 534-1504 FAX:( 352 ) 988-6229 Public, State of Florida ersonally Know (cir e r e ofa Punic Swe of IF-Waa zofe U"0 -OR- My CORtl�M58 W HH 160426 ry ' F-XPWW 07lM025 Produced Identification Type of Identification: E-MAIL: bid@chooseapt.com ■■aarrraaaaaaa■aaaaaaarraaaaaaaaaaaaaaaraaaaaaaaaaaaaaaaaarrraaaaaaaaaaaarrarraaarrrrr FOR USE BY THE CITY OF ORLANDO ONLY This contract is awarded to the party listed above as a: Primary Supplier: Secondary Supplier: This contract is for: All Item Numbers: or Item Numbers: j 0 2- INITIAL CONTRACT TERM: 741 zocz to -7 [ t 71 ACCEPTANCE: CITY OF ORLANDO, FLORIDA By: Chief Procurement Officer DAVID BILLINGSLEY, CPSM, C.P.M. Date: —S 4-7, to 2022 APPROVED AS TO FORM AND LEGALITY for the use and reliance of the City of Orlando, Florida, only. Assh Pant City Attorney ORLANDO, FLORIDA Date: 2 (o , 2022 Procurement and Contracts Division Page: 42 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 *** NOTE: BID PRICE FORM MUST BE SUBMITTED IN EXCEL WITH A HARD COPY.*** REVISED ELECTRONIC BID PRICE FORM Addendum One 1 You are invited to Bid on the following: IFB22-0161 SANITARY SEWER LINING AND MANHOLE REHABILITATION THE BIDDER, HAVING EXAMINED CAREFULLY THE SPECIFICATIONS, TERMS AND CONDITIONS HEREIN, PROPOSES TO FURNISH ALL LABOR, MATERIALS, EQUIPMENT, SERVICES AND OTHER ITEMS WITHOUT EXCEPTIONS FOR THE PROPER EXECUTION AND COMPLETION OF THE CONTRACT, AND IF AWARDED THE CONTRACT, TO COMPLETE THE SAID WORK WITHIN TIME LIMITS AS SPECIFIED FOR THE FOLLOWING BID PRICES. Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology •------------------------------------------------------ 638 E. Hwy 50, Suite 4 Clermont, FL 34711 ------------- ------------- '%(Company Name, City, State, Zip)'% Item Description Unit Unit Price(numbers only) GROUP 1 - CLEANING AND TV INSPECTION 1 Mobilization (Up to $20k Job Assignment) LS $500.00 2 Mobilization (Over $20k Job Assignment) LS $500.00 3 Light Jet Cleaning for 4" and 6" lateral pipe LF $15.00 4 Heavy Jet Cleaning for 4" and 6" lateral pipe LF $25.00 5 Light Jet Cleaning for 8" through 12" pipe LF $6.00 6 Heavy Jet Cleaning for 8" through 12" pipe LF $7.00 7 Light Jet Cleaning for 15" through 24" pipe LF $7.00 8 Medium Jet Cleaning for 15" through 24" pipe LF $10.00 9 Heavy Jet Cleaning for 15" through 24" pipe LF $15.00 10 Closed -Loop Light Jet Cleaning for 27" through 36" pipe LF $15.00 11 Closed -Loop Medium Jet Cleaning for 27" through 36" pipe LF $20.00 12 Closed -Loop Heavy Jet Cleaning for 27" through 36" pipe LF $20.00 13 Closed -Loop Light Jet Cleaning for 42" and 48" pipe LF $20.00 14 Closed -Loop Medium Jet Cleaning for 42" and 48" pipe LF $25.00 15 Closed -Loop Heavy Jet Cleaning for 42" and 48" pipe LF $30.00 16 Sanitary Sewer Debris Disposal (Closed -Loop System Only) TN $750.00 17 Specialty Mechanical Cleaning for 4" and 6" lateral pipe LF $10.00 18 Specialty Mechanical Cleaning for 8" through 12" pipe LF $15.00 19 Specialty Mechanical Cleaning for 15" through 24" pipe LF $20.00 20 Specialty Mechanical Cleaning for 27" through 36" pipe LF $25.00 21 Specialty Mechanical Cleaning for 42" and 48" pipe LF $30.00 22 Mechanical Cleaning for 4" and 6" lateral pipe LF $10.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 23 Mechanical Cleaning for 8" through 12" pipe LF $15.00 24 Mechanical Cleaning for 15" through 24" pipe LF $20.00 25 Mechanical Cleaning for 27" through 36" pipe LF $25.00 26 Mechanical Cleaning for 42" and 48" pipe LF $30.00 27 TV Inspection, Post -Cleaning for 4" and 6" lateral pipe LF $3.00 28 TV Inspection, Post -Cleaning for 8" through 12" pipe LF $3.00 29 TV Inspection, Post -Cleaning for 15" through 24" pipe LF $3.00 30 TV Inspection, Post -Cleaning for 27" through 36" pipe LF $3.00 31 TV Inspection, Post -Cleaning for 42" and 48" pipe LF $3.00 32 TV Inspection, Post -Lining for 4" and 6" lateral pipe LF $3.00 33 TV Inspection, Post -Lining for 8" through 12" pipe LF $3.00 34 TV Inspection, Post -Lining for 15" through 24" pipe LF $3.00 35 TV Inspection, Post -Lining for 27" through 36" pipe LF $3.00 36 TV Inspection, Post -Lining for 42" and 48" pipe LF $3.00 37 Cleanout for Lateral in Grass Area, 4" SDR26 PVC, F&I EA $1,000.00 38 Cleanout for Lateral in Grass Area, 6" SDR26 PVC, F&I EA $1,000.00 39 Cleanout for Lateral in Pavement, 4" SDR26 PVC, F&I EA $2,500.00 40 Cleanout for Lateral in Pavement, 6" SDR26 PVC, F&I EA $2,500.00 GROUP 1 TOTAL $9,195.00 GROUP 2 - FURNISH & INSTALL CIPP PIPE LINING 41 Mobilization (Up to $20k Job Assignment) LS $500.00 42 Mobilization (Over $20k Job Assignment) LS $500.00 43 4" lateral pipe, for job sizes from 1 ft to 500 ft, 3 mm LF $60.00 44 4" lateral pipe, for job sizes from 501 ft or more, 3 mm LF $60.00 45 6" lateral pipe, for job sizes from 1 ft to 500 ft, 4.5 mm LF $60.00 46 6" lateral pipe, for job sizes from 501 ft or more, 4.5 mm LF $60.00 47 8" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $34.00 48 8" pipe, for job sizes from 1,001 ft or more, 6 mm LF $34.00 49 Each 1.5 mm added over std 6 mm thickness for 8" pipe LF $5.00 50 10" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $42.00 51 10" pipe, for job sizes from 1,001 ft or more, 6 mm LF $42.00 52 Each 1.5 mm added over std 6 mm thickness for 10" pipe LF $5.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 53 12" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $49.00 54 12" pipe, for job sizes from 1,001 ft or more, 6 mm LF $49.00 55 Each 1.5 mm added over std 6 mm thickness for 12" pipe LF $5.00 56 15" pipe, for job sizes from 1 ft to 1,000 ft, 6 mm LF $59.00 57 15" pipe, for job sizes from 1,001 ft or more, 6 mm LF $59.00 58 Each 1.5 mm added over std 6 mm thickness for 15" pipe LF $5.00 59 18" pipe, for job sizes from 1 ft to 1,000 ft, 7.5 mm LF $79.00 60 18" pipe, for job sizes from 1,001 ft or more, 7.5 mm LF $79.00 61 Each 1.5 mm added over std 7.5 mm thickness for 18" pipe LF $5.00 62 21" pipe, for job sizes from lft to 1,000 ft, 9 mm LF $101.00 63 21" pipe, for job sizes from 1,001 ft or more, 9 mm LF $101.00 64 Each 1.5 mm added over std 9 mm thickness for 21" pipe LF $5.00 65 24" pipe, for job sizes from lft to 1,000 ft, 10.5 mm LF $114.00 66 24" pipe, for job sizes from 1,001 ft or more, 10.5 mm LF $114.00 67 Each 1.5 mm added over std 10.5 mm thickness for 24" pipe LF $5.00 68 27" pipe, for job sizes from lft to 1,000 ft, 12 mm LF $139.00 69 27" pipe, for job sizes from 1,001 ft or more, 12 mm LF $139.00 70 Each 1.5 mm added over std 12 mm thickness for 27" pipe LF $5.00 71 30" pipe, for job sizes from lft to 1,000 ft, 13.5 mm LF $159.00 72 30" pipe, for job sizes from 1,001 ft or more, 13.5 mm LF $159.00 73 Each 1.5 mm added over std 13.5 mm thickness for 30" pipe LF $5.00 74 36" pipe, for job sizes from lft to 1,000 ft, 15 mm LF $184.00 75 36" pipe, for job sizes from 1,001 ft or more, 15 mm LF $184.00 76 Each 1.5 mm added over std 15 mm thickness for 36" pipe LF $5.00 77 42" pipe, for job sizes from lft to 1,000 ft, 16.5 mm LF $254.00 78 42" pipe, for job sizes from 1,001 ft or more, 16.5 mm LF $254.00 79 Each 1.5 mm added over std 16.5 mm thickness for 42" pipe LF $5.00 80 48" pipe, for job sizes from lft to 1,000 ft, 19.5 mm LF $301.00 81 48" pipe, for job sizes from 1,001 ft or more, 19.5 mm LF $301.00 82 Each 1.5 mm added over std 19.5 mm thickness for 48" pipe LF $5.00 83 Grind protruding 4" or 6" lateral flush with main EA $500.00 84 CIPP Main to Lateral Connection Liner for 4" or 6" lateral in 8" through 12" main after "post" lining the main EA $3,900.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 85 CIPP Main to Lateral Connection Liner for 4" or 6" lateral in 8" through 12" main before "pre" liningthe main EA $3,900.00 86 Chemical Grout Seal Pipe Joint Leaks, 8" through 12" pipe GA $50.00 87 Chemical Grout Seal Pipe Joint Leaks, 15" through 24" pipe GA $50.00 88 Chemical Grout Seal Pipe Joint Leaks, 27" through 36" pipe GA $50.00 89 Chemical Grout Seal Pipe Joint Leaks, 42" and 48" pipe GA $50.00 90 Chemical Grout Seal Manhole Leaks GA $500.00 91 Chemical Grout Injection Port EA $1,500.00 92 Cleanout for Lateral in Grass Area, 4" SDR26 PVC, F&I EA $1,000.00 93 Cleanout for Lateral in Grass Area, 6" SDR26 PVC, F&I EA $1,000.00 94 Cleanout for Lateral in Pavement, 4" SDR26 PVC, F&I EA $2,500.00 95 Cleanout for Lateral in Pavement, 6" SDR26 PVC, F&I EA $2,500.00 96 Remove and Replace Ring and Cover EA $1,500.00 97 Concrete S/W Replacement, 4" Thick SY $150.00 98 Concrete D/W Replacement, 6" Thick SY $150.00 99 Concrete Curb Replacement, 4" Thick LF $250.00 100 Asphalt & Base Pavement Patch SY $500.00 101 Sod Replacement, Match Existing SY $10.00 GROUP 2 TOTAL $24,390.00 GROUP 3 - FURNISH & INSTALL CIPP POINT REPAIR LINING 102 Mobilization (Up to $20k Job Assignment) LS $0.00 103 Mobilization (Over $20k Job Assignment) LS $0.00 104 CIPP point repair lining up to 7 feet long for 8" pipe EA $0.00 105 CIPP point repair lining up to 7 feet long for 10" pipe EA $0.00 106 CIPP point repair lining up to 7 feet long for 12" pipe EA $0.00 107 CIPP point repair lining up to 7 feet long for 15" pipe EA $0.00 108 CIPP point repair lining up to 7 feet long for 18" pipe EA $0.00 109 CIPP point repair lining up to 7 feet long for 2 1 " pipe EA $0.00 110 CIPP point repair lining up to 7 feet long for 24" pipe EA $0.00 111 CIPP point repair lining up to 7 feet long for 27" pipe EA $0.00 112 CIPP point repair lining up to 7 feet long for 30" pipe EA $0.00 113 CIPP point repair lining up to 7 feet long for 36" pipe EA $0.00 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 114 CIPP point repair lining up to 7 feet long for 42" pipe EA $0.00 115 CIPP point repair lining up to 7 feet long for 48" pipe EA $0.00 GROUP 3 TOTAL $0.00 GROUP 4 - FURNISH & INSTALL FRP MANHOLE LINER or PROTECTIVE COATING SYSTEM 116 Mobilization (Up to $20k Job Assignment) LS $0.00 117 Mobilization (Over $20k Job Assignment) LS $0.00 118 FRP Manhole Liner, 42" diameter, per vertical foot VF $0.00 119 FRP Manhole Liner, 48" diameter, per vertical foot VF $0.00 120 FRP Manhole Liner, 54" diameter, per vertical foot VF $0.00 121 FRP Manhole Liner, 60" diameter, per vertical foot VF $0.00 122 FRP Manhole Liner, 66" diameter, per vertical foot VF $0.00 123 FRP Manhole Liner, 72" diameter, per vertical foot VF $0.00 124 Protective Coating System A, 48" diameter, per vertical foot VF $0.00 125 Protective Coating System B, 48" diameter, per vertical foot VF $0.00 126 Protective Coating System A, 60" diameter, per vertical foot VF $0.00 127 Protective Coating System B, 60" diameter, per vertical foot VF $0.00 128 Protective Coating System A, 72" diameter, per vertical foot VF $0.00 129 Protective Coating System B, 72" diameter, per vertical foot VF $0.00 130 Protective Coating System A, 84" diameter, per vertical foot VF $0.00 131 Protective Coating System B, 84" diameter, per vertical foot VF $0.00 132 Protective Coating System A, 96" diameter, per vertical foot VF $0.00 133 Protective Coating System B, 96" diameter, per vertical foot VF $0.00 134 Chemical Grout Seal Manhole Leaks, F&I GA $0.00 135 Remove and Replace Ring and Cover EA $0.00 136 Alternate M&P of Protective Coating System A SF $0.00 137 Alternate M&P of Protective Coating System B SF $0.00 GROUP 4 TOTAL $0.00 Calculated Total For All Groups 1 through 4 (Items 1-137) 1 $33,585.00 *** Note: Recheck your prices prior to submission, as Bids may not be changed after being opened. Bidder is NOT required to bid on all pay items.*** DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 BIDDER'S QUESTIONNAIRE: The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a question is not applicable, so indicate by writing "N/A". 1. COMPANY NAME: Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology Address of Principal Place of Business: 638 E. Hwy 50, Suite 4 City/State/Zip: Clermont, FL 34711 Phone: 352-593-5140 Fax: 352-988-6229 Name of primary Contact: Chris Parker Email: bidachooseapt.com 2. TYPE OF ORGANIZATION: Sole Proprietorship Partnership Non -Profit Joint Venture Corporation Other: LLC State of Formation: Florida Federal ID # 81-2375756 DUNS # 081268384 (The City only requires a Federal Tax ID Number, not a Social Security number. 3. EMERGENCY CONTACT PERSON: Philip Harbaugh Phone: 352-593-5104 Fax: 352-988-6229 Cell: 813-787-4914 4. INSURANCE COMPANY NAME: Jackson Agency, Inc DBA Allied Risk Partners Corp Agent Contact: Maria Benitez Phone: 305-824-3464 5. EXPERIENCE: A. Years in business: 5+ B. Years in business under this name: 5+ C. Years performing this type of work: 5+ 6. SUBCONTRACTORS - for informational purposes only: If bidder intends to use subcontractors, please provide the information below. All subcontractors listed remain subject to approval by the City. Name of subcontractors to be utilized and type of work: Name Type of Work M/WBE VBE Certified? City Certified? (Y or N) (Y or N) TBD Upon Award Procurement and Contracts Division Page: 43 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 7. LOCAL SERVICE FACILITY, IF APPLICABLE: A. Name of local service center: N/A B. Address of local service center: C. County local service center is located in: D. Contact: 8. RECYCLED CONTENT: Telephone number: A. Percentage of recycled material contained in the product: N/A B. Is your product packaged/shipped in material containing recycled content? Yes No C. Is your product recyclable after it has reached its intended end use? Yes No 9. REFERENCES: Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references for similar products which your firm has provided within the last three (3) years. Reference #1: Name: Citv of I Address: 39825 Alston Avenue, Zephyrhills, FL 33542 Telephone No.:: 813-780-0000 Ext. 3584 Fax No.: 813-780-0005 Contact: Joey Theel E-mail: JTheeln_ci.zeohvrhills.fl.us Reference #2: Name: City of St. Cloud Address: 3100 Communications Road, St. Cloud, FL 34769 Telephone No.:: 407-957-7124 Fax No.: 407-957-7369 Contact: Brian Liotta E-mail: bliotta@stcloud.org Reference #3: Name: City of Milton Address: 6738 Dixon Street, Milton, FL, 32572 Telephone No.:: 850-983-5419 Fax No.: 850-983-5415 Contact: Joe Cook E-mail: jecook@miltonfl.org Reference #4: Name: City of Clermont Address: 685 W. Montrose Street, 3rd Floor, Clermont, FL, 34711 Telephone No.:: 352-241-017 Contact: Jerrone McLaren E-mail: Imclaren(a�clermontfl.org Fax No.: 352-394-2379. Procurement and Contracts Division Page: 44 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 s� Furor (Rev. October 2018) Department of the Treasury Inlemal Revenue Sen�ru d o Req. uo*t fev 7 axPayer Give Form to the Identification NUMbeV avid Coafflficatl®n sequester. Do not send to the IRS. I* Go to www.irs.gov1ForrtlV@G for instructions and the latest information. 1 Name (as shown on your income tax return), Name is Advanced Pace Technologies, LLC on this line: do not leave this line blank. 2 Business name/disregarded entity name, it different from above Advanced Plumbing Technology 3 Check appropriate box for federal tax c€assiRcation of the person whose name Is entered on line 1- Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; sea instmctions on page 3): ❑ fndividuaysole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trustlestate single -member LLC Exempt payee code (if any) ❑✓ Limited liability company. Enter the tax classification (C-C corporation, S=S corporation. P=Partnership} P P Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC it the LLC is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC Is code (if any} another LLC that is not disregarded from the owner for U.S. federal tax purposes -Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax clarification of its owner. Other (rue Instructions) 11 cress (number, street, and apt. or suite no.) 638 E Highway 50, Ste A G City, state, and ZIP code Clermont, FL 34111 7 Usl account numberjs) here (a Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN), If you do not have a number, see How to get a TIN, later. (dote: If the account is in more than one name, see the instructions for line 1, Also see What Name and Number To Give the Requester for guidelines on whose number to enter. JUM Certification Under penalties of perjury, I certify that: rt:'D� fo scCoua� �u*�ta+.0 oLr.,:n. v» o.s.J name and address (optional) Social security numberI I —L] f-F1 or Employer identification number 8113 — 2 3 7 1 5 7 1 56 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me): and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. i am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (f any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently pubject to backup withholding because you Have failed to report all interest and dividends an your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and divi nus. yo not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign signature o Here I V.S. parson General Section references are to the Intemal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number ({TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you. or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Forrn 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S )proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later Cat. No, 10231 X - Form W-9 (Rev. 10-201 B) DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Executed in 1 Counterparts =AIA Document A310TM - 2010 CONTRACTOR: SURETY: United States Fire Insurance Company (Alame, legal status and address) (shame, legal ,status and principal place 305 Madison Avenue Advanced Pace Technologies, LLC dba Advanced of business) Morristown, NJ 07960 Plumbing Technology This document has Important legal 838 E. Highway 50, Ste 4 consequences. Consultation with Clermont, FL 34711 an attorney Is encouraged with OWNER. respect to Its completion or �arrre, legal status and address) modification. City of Orlando 400 South Orange Avenue Any singular reference to Orlando, FL 32801 Contractor, Surely, Owner or BOND AMOUNT: (10% ) Ten Percent of Amount Bid other party shall be considered piural where applicable. PROJECT: (Maine, location or address, and Project nurnber, if any) IFB22-0161 Sanitary Sewer Lining and Manhole Rehabilitation, Multiple locations, Orlando, FL The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment ofwhich the Contractor and Surety bind themselves, their Heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such tine period as may be agreed to by the Owner and Contractor, and die Contractor either (1) enters into a contract with (lie Owner in accordance with the terns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material funnished in the prosecution thereof, or (2) }lays to (he Owner the difference, not to exceed the aniouiit of this Bond, between the aniount specified in said bid and such larger amount for which the Owner 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. The Surety Hereby waives ally notice of an agreement between the Owner and Contractor to extend the time in which the Owner niay accept the bid. Waiv GE;EChN notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the timele Q : •'�� orb'�O acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consPl oi• an extension beyond sixty (60) days. U . SEAL If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bored_ ail be deenied to be Subcontractor and the term Owner shall be deemed to be Contractor. U , 2016 d'•. ��� When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the ca;'•.,, ,.• * any provision in this Bond conflicting with said statutory or legal requirement shall be deeined deleted herefro 1 a(itf,j F� *11" provisions conforming to such statutory or other legal requirement steal! be deemed ilicorporated her ' When so !!!ll it t furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common la b id. Signed and seale tis st day of March (1 t"ilrress) 2022 Advanced Pace Technologies, LLC dba dvanced Plumbing Technology (Fr-irrciynl _ (Seal) (Title) United States Fire Insurance Company (Seal) l) -((Titte) Lisa A. Roseland, Attorney -in -Fact & Florida Licensed Resident Agent Inquiries: f407} 786-7770 CAUTION: You should sign an original AiA Contract Document, on which this text appears In RED, An original assures that changes will not be obscured. unit AIA Document A310T" — 2010. Copyright Q 1963. 1970 and 2010 by The American Insftte of Architects, Alt rights reserved. WARNING: This At Am Document la protected by U.S. Copyright Laver and Infsrnafional Treatlas, Unauthorized repfodurtlon or distribution of this AW' Document, or any portion of It, may result In severe clvl$ and trlminaI penalties, and will be prosecuted to the maximum extent possible under the law. 1 purchasers are permitted to reproduce ten (io) coples of this documenl when completed. To report copyright violations of A1A Contract Oocumants, e-mail The American Instftuto of Architects' legal counsel, aopydghteala.erg. 061M DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE -MORRISTOWN, NEW JERSEY O096522 KNOW ALL LIEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Jeffrey W. Reich, Susan L Reich, Kim E Niv, Cheryl A- Foley, Robert P. O'Linn, Gloria A. Richards, Teresa L Durham, Sarah X O'Linn, Emily 1, Golecki Lisa A. Roseland, Nathan K. Reich each, its true and lawful Attorrey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety art d other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars (57,500,000). This Power ofAttorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bird United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Atomey revokes all previous Powers of Allomey issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2021 This Power of Attomey is granted pursuant to Article IV of the By -Laws of United States Fire insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant V ice President, the Secretary, or any Assistant Secretary shall have power on behalf of She Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of Attomey Or revocations of any powers of attorney, stipulations, policies of insurance, deeds, [eases, mortgages, releases, satisfactions and agency agreements, (b) to appoint, in writing, one or more persons for any oral] of the purposes mentioned in the preceding paragraph (a), including affixing the seal ofthe Corporation. Article ill, Officers, Section 3.1 1, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attomey or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printer!, facsimile, lithographed ur otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the €acsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may he authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hercunto sffived this 2Ra' day of Sentember_ 2021. UNITED STATES FIRE INSURANCE COMPANY Matthew E. Lubin, President State of New Jersey ) County of Morris ) On this 281h day of September, 2021, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. ME088A F! D 000 NOTARY PUMIC OF tip Ca =ns aslon i1 841261 i9 W 0==bd= Sqkw Melissa H. D'Aless'to (Notary Public) 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the 31s1 day of March 20 22 UNITED STATES FIRE INSURANCE COMPANY Alfred N. Wright, Senior Vice President DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 UNANIMOUS WRITTEN RESOLUTION OF THE MEMBERS OF ADVANCED PACE TECHNOLOGIES, LLC dba ADVANCED PLUMBING TECHNOLOGY, LLC. The undersigned, being all of the Members of ADVANCED PACE TECHNOLOGIES, LLC, a Florida limited liability company dba ADVANCED PLUMBING TECHNOLOGY, LLC (the "Company"), in lieu of holding a special meeting of the Members, do hereby consent in writing to the adoption of and do hereby adopt the following resolution WHEREAS, THE Members of the Company desire to allow Chris Parker to sign bonds and contracts on behalf of the Company. IT IS HEREBY: RESOLVED, That Chris Parker is permitted and allowed to sign bonds and contracts on behalf of the Company. Unanimous Written Resolution of the Members of Advanced Pace Technologies, LLC dba Advanced Plumbing Technology, LLC Dated Decemberc)3 , 2021. By: Prir its ivianager O/V �� A�e-/- DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 / ACOOR " CERTIFICATE OF LIABILITY INSURANCE PD7TE'MMIDD/YYYY) 02116/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(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 Agency Inc DBAAllied Risk Partners Corp aCONNo Ext : (305) 824-3464 C, No): (954) 473-3705 E-MAIL mbenitez@jacksonagency.com ADDRESS: 6971 W Sunrise Blvd #206 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Clear Blue Insurance Company 28860 Sunrise FL 33313 INSURED INSURER B : National Indemnity Company 20087 INSURER C : Wilshire Insurance Co. 13234 Advanced Pace Technologies LLC DBA: Advanced Plumbing INSURER D : GuideOne National Insurance Company LLC and APT Property Services LLC INSURER E : 638 E Highway 50 Ste 4 INSURER F : Clermont FL 34711 COVERAGES CERTIFICATE NUMBER: COI 22-23 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. TR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 � OCCUR DAMAGE To PREM SES Ea occurrence)l $ 100,000 _7CLAIMS-MADE MED EXP (Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 A AR01-RS-2102985-00 07/10/2021 07/10/2022 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY ❑ PRO ❑ LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ANYAUTO B OWNED �/ SCHEDULED AUTOS ONLY AUTOS 74APBOO5036 10/29/2021 10/29/2022 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ HIRED NON -OWNED AUTOS ONLY /� AUTOS ONLY PIP $ 10,000 X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 5,000,000 HCLAIMS-MADE AGGREGATE $ 5,000,000 C EXCESS LIAB XL00020546 07/10/2021 07/10/2022 DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? NIA E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ D Environmental/ Pollution Liability ENV562008691-00 02/11/2022 02/11/2023 Aggregate Each Claim 5,000,000 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / 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" CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Sample ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 .cvr' CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/22/2021 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 INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy (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 FrankCrum Insurance Agency, Inc. 100 South Missouri Avenue Clearwater, FL 33756 CONTACT NAME: PHONE (A/C, No, Ext): 800 277-1620 X 4800 FAX A/C, No): 727 797-0704 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURERA: Frank Winston Crum Insurance Company 11600 INSURED FrankCrum L/C/F Advanced Pace Technologies, LLC 100 South Missouri Avenue Clearwater, FL 33756 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 883040 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 LTR TYPE OF INSURANCE ADDL INSRD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGEPREMISES (RENTED Ea occurrence $ IVIED EXP (Any one person) $ PERSONAL R ADV INJURY $ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ GEN'L POLICY O PROJECT F-] LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED AUTOS SCHEDULED ONLY AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ $ UMBRELLA LIAB OCCUR EACH OCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DIED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N WC202200000 01/01/2022 01/01/2023 X PER STATUTE OTH- ERA E.L. EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) If yes, describe under E.L. DISEASE -EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Effective 12/16/2019, 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 CANCELLATION 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 Advanced Plumbing Technology 638 FL-50, Ste. 4 Clermont, FL 34711 Lam` ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 WRITTEN OUESTION(S) FORM: ? Any questions relative to interpretation of specifications or the solicitation process must be ° addressed to the City in writing. For uniformity, the City requests that you use the following format. No verbal inquiries will be accepted. Written questions must be received at least ten (10) days prior to the solicitation due date. Written questions received within ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the Purchasing Agent as identified in this Invitation for Bids. This form is provided for your convenience, however, emails to the Purchasing Agent are acceptable. Only written answers and clarifications in the form of a written Addendum to the solicitation will be binding. Oral answers will not be authoritative. SOLICITATION NUMBER: IFB22-0161 DATE SUBMITTED: SOLICITATION TITLE: SANITARY SEWER LINING AND MANHOLE REHABILITATION. COMPANY NAME: ADDRESS: CITY: CONTACT NAME: 1. STATE: ZIP: PHONE: 3. 4. 5. Procurement and Contracts Division Page: 45 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 ADDENDUM ACKNOWLEDGMENT FORM: The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date of each): Addendum No. 1 Addendum No. 2 Addendum No. Addendum No. Addendum No. Dated 03/17/2022 Dated 03/24/2022 Dated Dated Dated Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major irregularity and will be cause for rejection of the bid. Advanced Pace Technologies, LLC d/b/a Advanced Plumbing Technology Company AG> Signature Chris Parker, VP of Municipal Division Title "0 Q PC TF''�''- �O : •GORPoir 0 Q SEAL O ' 2016 Q. -17 C ( 0 <ERMpN , ��. L O RID P '��nnnnuuuua�� Procurement and Contracts Division Page: 46 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 "NO BID" RESPONSE TO INVITATON FOR BIDS Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 If your firm is unable to submit a bid at this time, would you please provide the information requested in the space provided below and return to: City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 We have received Invitation for Bids No. IFB22-0161, Sanitary Sewer Lining and Manhole Rehabilitation opening at 2:00 p.m., Local Time, City of Orlando, FL, on March 31, 2022. Reason for not bidding: Signature Name & Title, Typed or Printed Company Name Procurement and Contracts Division Page: 47 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Saniatry Sewer Lining and Manhole Rehabilitation IFB22-0161 ATTACHMENT "A" SUPPLEMENTARY CONDITIONS Procurement and Contracts Division Page: 48 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 SUPPLEMENTARY CONDITIONS 1. INTRODUCTION These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. 2. CONTRACTOR'S INSURANCE 2.1 General Liability Insurance. Bodily injury coverage shall be for not less than $1,000,000 for each occurrence and not less than $1,000,000 aggregate. Property damage coverage shall be for not less than $500,000 each occurrence and $500,000 aggregate. Personal injury coverage shall be for not less than $1,000,000 aggregate. or Bodily injury, personal injury, and property damage coverage shall be in a combined single limit of not less than $1,000,000 each occurrence and $1,000,000 aggregate. 2.2 Automobile Liability. Bodily injury coverage shall be for not less than $1,000,000 for each person and not less than $1,000,000 for each accident, per each occurrence. Property damage coverage shall be for not less than $500,000 for each occurrence. or Bodily injury and property damage coverage shall be in a combined single limit of not less than $1,000,000 for each occurrence and $1,000,000 aggregate. 2.3 Employer's Liability Insurance. Bodily Injury coverage by accident shall be for not less than $100,000 for each employee and $100,000 for each accident. Bodily Injury coverage by Disease shall be for not less than $100,000 for each employee and $100,000 for each aggregate disease. 2.4 Health Care Insurance. For CONTRACTOR choosing to satisfy the health benefits requirement of the Responsible Contractor Policy through a bona fide health benefits program, said CONTRACTOR shall comply with the following requirements: A. Offer a group health plan that complies with the minimum requirements of the Health Insurance Portability Act (P.L. 104-191); and SUPPLEMENTARY CONDITIONS 00800-1 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 B. Include minimum benefits as follows: Type of Benefit Minimum Benefit Acceptable to CITY Annual Deductible Net $2,000 in Network per year (i.e., Deductible could be $2,500 with CONTRACTOR contribution of $500 Medical 80% in Network co-insurance or the following maximum co -payments: $25 Primary Care Physician Office Visit; $60 Specialist Office Visit; $200 Emergency Room; $900 in -patient facility; $300 out -patient facility Mental Health/ 80% in Network co-insurance or the following maximum co -payments: Substance Abuse $30 per Office Visit; $300 per day in -patient facility Prescriptions 60% co-insurance or the following maximum co -payments: $15generic; $50 referred; $80 non -preferred Premium Payment 50% of monthly Employee -Only premium paid by CONTRACTOR 3. CITY OF ORLANDO CONSTRUCTION CONTRACT BID SPECIFICATIONS MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE PARTICIPATION Notice of Minority Business Enterprise Requirement Each Contractor must comply with the requirements, terms and conditions of Chapter 57, Article II and III, of the Code of the City of Orlando, Minority and Women -Owned Business enterprises (MBE/WBE), including the goals for minority and women -owned business participation and the goals for minority and female employment during the performance of this contract. The Contractor commits itself to the goals for minority and women -owned business participation and the goals for minority and female employment contained herein and all other requirements, terms and conditions of these bid conditions and Chapter 57 by submitting a properly signed bid and by executing an affidavit indicating both present and continued compliance with all minority and female requirements for this Contract. This notice is to assist you, however, there may be areas of concern to you which are not covered or which are only partially detailed herein. You, therefore, are encouraged to review Chapter 57 Articles II and III in their entirety. The Contractor will appoint a company executive to assume responsibility for the implementation of such requirements, terms and conditions; and will provide the name and contact information for the said executive to the Compliance Official. All Contractors are advised that the CITY specifically reserves the right that if during any fiscal year, bids are being sought by the CITY for a contract to provide supplies, services or construction and that the CITY has not achieved the goals established in accordance with the City Code, the contract may be awarded to the lowest responsible and responsive bidding minority or women -owned business enterprise, as applicable, meeting contract specifications unless it appears that the minority or women -owned business enterprise's bid is unreasonably priced, or if in the judgment of the CITY, the minority or women -owned business enterprise's bid is neither in the best interest of the CITY nor the lowest and best bid. For the purpose of this subsection, an "unreasonable price" is a price above competitive levels which cannot be attributed to the minority or women -owned business enterprise's attempt to cover costs inflated by the present effect of disadvantage or discrimination. Part I: Goals for Minority Business Enterprise Program A. It is the policy of the City of Orlando that Minority and Women -Owned Businesses shall have the maximum feasible opportunity to participate in the performance of CITY contracts. B. The Contractor agrees to use its best efforts to carry out this Minority Business Enterprise Policy through award of subcontracts to Minority and Women -Owned Business Enterprises to the fullest extent consistent with the efficient performance of this Contract. As used in this contract, the term "minority business" is defined as a SUPPLEMENTARY CONDITIONS 00800-2 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 business firm which is at least 5 1 % owned and controlled by minority group members and which has been officially certified by the CITY as an MBE. The minority ownership must exercise actual day-to-day management and independent control. For the purpose of this definition, minority group members are Black, Hispanic, American Indians, Alaskan Natives, Asian, and Pacific Islanders. As used in this Contract, the term "women -owned business" means a business firm which is at least 51 % owned and controlled by women and which has been officially certified by the CITY as a WBE. The women ownership must exercise actual day-to-day management and independent control. C. Only those companies which are certified, or companies which are certified by programs which have been granted reciprocity by the CITY, may be utilized to meet the goals established by Chapter 57. The Minority Business Enterprise Division Office can supply the Contractor with a list which names all those companies certified by the City. Should a Contractor wish to use a company granted certification through the City's reciprocity program, the Contractor should verify the status of that company with the Compliance Official prior to bid opening. Companies qualified through the use of reciprocity may only be used when they have been previously approved by the Compliance Official and only if the Contractor has been unable to find a certified company to perform the subcontracted portion of the Contract using the criteria and requirements listed in the Good Faith requirements. D. The Contractor agrees that at least 18% of the total dollar value of the contract on which the Contractor is bidding shall be subcontracted to Minority Business Enterprises; at least 6% of the total dollar value of the Contract on which the Contractor is bidding shall be subcontracted to Women -Owned Business Enterprises, unless these goals have been adjusted downward by the Compliance Official pursuant to Section 57.16. Such adjustments, if applicable, will be documented to you in the form of an addendum, otherwise the goals are as herein stated. At least 18% of the Contractor's work force shall be minorities; and at least 6% of the Contractor's work force shall be female or, if such levels are not achieved, the Contractor agrees to provide firm evidence of a good faith effort to meet the percentages, as more fully set forth in Part III below. E. For the purpose of this program, the term "subcontract" includes all construction, modification, equipment rental, materialmen, and service work, contracted for by the Contractor in the execution of the work under this Contract. Notwithstanding the fact that a Contractor may have the capability to complete the total project with its own work force and without the use of Subcontractors, each Contractor will still be required to take positive efforts to subcontract to minority and women -owned firms a share of the work consistent with the goals or obtain a waiver of such requirement from the CITY Compliance Official. F. The Contractor should only use those minority or women -owned companies listed by or confirmed in writing through the Minority Business Enterprise Division in order to receive full credit. G. The successful Contractor shall maintain records showing (a) awards to minority and women -owned businesses: (b) specific efforts to identify and award subcontracts to minority and women -owned businesses, (c) minority and female employment, (d) specific efforts to identify and employ qualified minorities and females, and (e) awards to non -minority and non -women owned businesses. H. Monthly MBE and WBE utilization status reports shall be submitted to the MBE Division on the CITY's designated B2G Now electronic payment reporting system and LCP Tracker to report certified payroll information. The CONTRACTOR will also need to submit the 132G Now Monthly Audit Summary Report and any other affidavits and related documents required to establish compliance with the Minority and Women Business Enterprise program goals for the project with the CONTRACTOR's Application for Payment. I. The MBE Division shall have the right to review and audit records, receipts and documents maintained by the Contractor, upon reasonable notice. Part II. Specific Good Faith Efforts for Minority Business Enterprise ("MBE") and Women Business Enterprise (11WBE11) Subcontractor Participation SUPPLEMENTARY CONDITIONS 00800-3 (>IOOK ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 The Contractor will be deemed in compliance with the City of Orlando Minority and Women -Owned Business Enterprise Chapter 57 Ordinance if it meets or exceeds the goals stated in Part I in its subcontracts, agreements and employment levels. Contractors who fail to achieve their commitments to the goals for minority and women -owned subcontracting participation should demonstrate their good faith efforts by documentation which includes, but is not limited to, the following: (1) Whether the Contractor, in the case of subcontract goals, at least ten (10) business days prior to the bid opening, provided written notice by electronic mail ("email"), facsimile, certified mail (return receipt request), or hand delivery, to all certified MBE's and WBE's which perform the type of work which the Contractor intends to subcontract, advising the MBE's and WBE's: (a) of specific work the Contractor intends to subcontract; (b) that their interest in the Contract is being solicited; and (c) how to obtain information about review and inspect the Contract plans and specifications. (2) Whether the Contractor selected economically feasible portions of the work to be performed by MBE's or WBE's including where appropriate, breaking down Contracts or combining elements of work into economically feasible units. The ability of a Contractor to perform the work with its own work force will not in itself excuse a Contractor's failure to meet Contract goals. (3) Whether the Contractor provided interested MBE's or WBE's assistance in reviewing the Contract plans and specifications. (4) Whether the Contractor submits all quotations received from MBE's and WBE's, and for those quotations not accepted, an explanation of why the MBE or WBE will not be used during the course of the Contract. Receipt of a lower quotation from a non-MBE/WBE prior to or at the time of bid opening will not in itself excuse a Contractor's failure to meet Contract goals; provided, however, a Contractor's good faith efforts obligation does not require a Contractor to accept a quotation from a MBE/WBE which is an unreasonable price. For the purpose of this subsection an "unreasonable" price is a price above competitive levels which cannot be attributed to the MBE/WBE's attempt to cover costs inflated by the present effect of disadvantage or discrimination. (5) Whether the Contractor elected to subcontract types of work that match the capabilities of solicited MBE/WBE's. (6) Whether the Contractor's efforts were merely pro -forma and given all relevant circumstances, could not reasonably be expected to produce sufficient MBE/WBE participation to meet the goals. (7) Whether the Contractor has provided a list of all MBE/WBE's with whom they negotiated. (8) Whether the Contractor included at the time of bid opening a list of the Contractor's proposed Subcontractors, on the Letter of Intent form, provided as set forth in Attachment 1; or submitted on company letterhead in substantially the same manner, signed by the Contractor and containing the number of Contract dollars to be awarded to each proposed MBE/WBE subcontractor. A final executed copy of the Letter of Intent, with the MBE/WBE's signature(s), must be provided to the Compliance Official no later than two (2) business days after the bid opening. In determining the sufficiency of a Good Faith effort, the City may also review (1) whether the MBE or WBE goal was met by other bidders; and (2) whether the Contractor has on other contracts within the past six (6) months utilized MBE/WBE's. SUPPLEMENTARY CONDITIONS 00800-4 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 If a Contractor fails to meet the goals as established in this document, the Contractor must provide the previously listed "good faith" information (including the Letter of Intent) at the time that the bids are opened; if the Contractor meets the goals as listed, he must submit a Letter of Intent, signed by an authorized agent of the Contractor, at the time of the bid opening (see paragraph 8 of Part II for further information). If a Contractor fails to meet the goals as listed herein but has provided good faith documentation as contained in Part II above, the Compliance Official may provide an extension of no more than five (5) business days. At the end of that period the Compliance Official shall once again review the Contractor's efforts to subcontract with MBEs and WBEs to ensure that the Contractor has made a good faith effort to comply. While no Contractor shall be found to be in non-compliance solely on account of failure to meet the MBE/WBE goals, Contractors which fail to achieve the goals and fail to make good faith efforts to achieve the goals may have their bids rejected as non -responsive, have bid award rescinded or may have other penalties imposed pursuant to Chapter 57. The Compliance Official will review the documentation presented by the Contractor for compliance with this document and Chapter 57. Minority Business Enterprise and Women Business Enterprise Subcontractors listed by the Contractor in the Letter of Intent cannot be changed by the Contractor without the prior written approval of the Compliance Official. Part III. Specific Good Faith Efforts for Minority and Female Employment Contractors who fail to achieve their commitments to the goals for minority and female employment must demonstrate their good faith efforts by documentation which includes at least the following: 1) Whether the Contractor has attempted to recruit minority or female employees through the use of the media, local hiring pools or other recruitment methods; 2) Whether the Contractor has initiated training programs to encourage the use of minority or female employees; 3) Whether the Contractor has made use of any local agencies (i.e., Blueprint Employment Office) which promote the placement of minority or female employees; 4) Whether the Contractor recruited for positions for which there are qualified minority or female applicants; 5) Whether the Contractor offered salaries which are comparable with standard local industry practices. If the Contractor is unable to meet the employment goals, has properly documented good faith effort, and the Compliance Official determines that the deficiencies are correctable, the Compliance Official shall inform the Contractor as to what actions must be taken to correct the deficiency. The Compliance Official will review the documentation presented by the Contractor for compliance with this document and Chapter 57. If there is any deviation from the MBE Utilization proposal as noted in the Contractor's submission, such deviation must be justified to the City. All deviations, whether before or after contract award and/or whether before or after commencement of work on the project, shall be reported to and approved by the Compliance Official. Failure to report deviations must be considered an inaccuracy or falsification and may result in a finding that the Contractor is non -responsive and the bid may be rejected or the Contract terminated for that reason. Contractors are required to execute and submit to the Compliance Official, copies of all ordinance -related sub - agreements within seven (7) days after Contract award, and from time to time, advise the Compliance Official of the SUPPLEMENTARY CONDITIONS 00800-5 (>IOOK ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 status of its compliance with appropriate requirements. If it is determined by the Compliance Official that a Contractor with the CITY for construction services at any time during the said term of Contract failed to maintain the minority and female employment levels and minority and women -owned business enterprise percentages established pursuant to City Code and set forth herein and also failed to show a good faith effort to maintain said levels and percentages, the Compliance Official shall document the non- compliance and shall attempt to resolve the discrepancy with the Contractor's assistance. If the Contractor fails to correct the violation, the City may then impose appropriate penalties. The Compliance Official shall designate a Contract Compliance Investigator or the MBE Project Manager to investigate whether a contractor with the City for construction services has at any time during the term of said contract failed to maintain the minority employment levels and minority business enterprise percentages established pursuant to Section 57.16 of City code and also failed to show a good faith effort to maintain said levels and percentages, the Contract Compliance Investigator or the MBE Project Manager shall document the non-compliance and report it to the Compliance Official. If the contractor fails to come into compliance or fails to show a good faith effort to come into compliance within fifteen (15) days in the case of minority employment levels, and within fifteen (15) days in the case of minority business enterprises, the Compliance Official may then impose appropriate penalties upon the contractor, to include but not be limited to (a) forfeiture of a portion of the retainage withheld pursuant to the contract, commensurate with the extent of the violation, (b) withhold MBE approval memorandum for failure to comply, and (c) M/WBE de -certification. The Compliance Official may in his discretion refer the contractor to the Chief Procurement Officer for debarment from submitting future bids to the City for a period of one (1) year. SUPPLEMENTARY CONDITIONS 00800-6 (>IOOK ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM In order to foster economic development and business opportunities, promote the growth and developmeifof local businesses, and rectify the economic disadvantages of service -disabled veterans and wartime veteran who have made extraordinary sacrifices on behalf of the nation, the City of Orlando has adopted a Veteran Busin s Enterprise ("VBE") Preference. For further information regarding this program, please refer to Chapter 7 of e Code of the City of Orlando. In order for a bidder to receive credit for VBE certification for this solicitation, the bidder st have its principal place of business in the Metropolitan Statistical Area (i.e. Orange, Lake, Seminole or Osc ola Counties) and be a certified veteran business enterprise by the State of Florida Department of Manageme Services as set forth in Section 295.187 of the Florida Statutes as of the date set for submittal of bids. If your company is currently certified, please enter the certification number an the expiration date in spaces provided below or submit a copy of the certificate received from the State of F rida Department of Management Services stating that your company is certified as a veteran business enterprise: Business Name: Certification Number: Expiration Date: There shall be no third party beneficiaries of the Veter n Business Enterprise Preference provisions of this solicitation or resulting contract. The City of Orlando sha have the exclusive means of enforcement of the Veteran Business Enterprise Preference Ordinance and any co act terms. No right of action for non -signatories of the contract is intended or implied. The City of Orla do is the sole judge of compliance. All solicitations and submittals awarded will be evaluated in accordance ith Chapter 7 of the Code of the City of Orlando. SUPPLEMENTARY CONDITIONS 00800-7 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 4. DOCUMENTS INCORPORATED BY REFERENCE Division II Technical Provisions/Construction Details and Division III Materials of the City of Orlando Standard Specifications for Road, Bridge, and Utility Construction ("White Book") are hereby incorporated into these Contract Documents by reference and shall be complied with by the CONTRACTOR. The Special Provisions modify or supplement the above -referenced document. The City of Orlando Roadway and Traffic Design Standards for Design, Construction, Maintenance, and Utility Operations for Streets and Highways ("Blue Book") are hereby incorporated into these Contract Documents by reference and shall be complied with by the CONTRACTOR. The General Conditions, Division I of the White Book, are not incorporated into these Contract Documents by reference. The CONTRACTOR shall comply with the General Conditions set forth herein in Section 00700. The current edition of the City of Orlando Engineering Standards Manual ("Engineering Standards Manual") as of the date of bid opening is hereby incorporated into these Contract Documents by reference and shall be complied with by the CONTRACTOR. The Engineering Standards Manual requires compliance with the specifications and standards of the Florida Department of Transportation's "Standard Specifications for Road and Bridge Construction" and the "Design Standards Manual," except when in conflict with the City of Orlando's White Book, Blue Book or Engineering Standards Manual, in which case the applicable provision of the City of Orlando documents shall prevail. The Engineering Standards Manual can be accessed at the following Internet address: http://www.cityoforlando.net/public_works/esd/records/resources.html. 5. STORMWATER POLLUTION PREVENTION PLAN The CONTRACTOR and its Subcontractors shall comply with the provisions of the Stormwater Pollution Prevention Plan and amendments thereto, which are a part of the Contract Documents, if applicable for this Project. The CONTRACTOR and each Subcontractor implementing any measure or provision of the Stormwater Pollution Prevention Plan shall sign and date a copy of the following certification statement before conducting any activities at the site: "I certify under penalty of law that I understand, and shall comply with, the terms and conditions of the State of Florida Generic Permit for Stormwater Discharge from Large and Small Construction Activities and this Stormwater Pollution Prevention Plan prepared thereunder." 6. RESPONSIBLE CONTRACTOR'S POLICIES/ DAVIS-BACON PAY RATE AND CLASSIFICATION 6.1 The wage rates set forth in the applicable Wage Determination General Decision for Orange County, Florida, identified in the Invitation for Bid, shall be the minimum hourly wage for the stated job classification to be paid to workers on this Project. However, no CONTRACTOR or Subcontractor's worker shall be paid at a rate less than the Living Wage of $15.00 per hour. 6.2 The CONTRACTOR shall post a copy of the CITY'S Living Wage and Responsible Contractor's Policies set forth in the Supplementary Conditions as Attachment 2 at CITY designated locations on the Project site. 7. OWNER DIRECT PURCHASES (ODP) 7.1 Notwithstanding anything contained in any of the Contract Documents to the contrary, CITY hereby reserves the right to purchase materials for incorporation into the Work directly from a Supplier and the Contract Price may be adjusted to account for any such CITY furnished materials. Any materials purchased directly by CITY shall be referred to as owner direct purchase materials ("ODP Materials") and the responsibilities of both CITY and CONTRACTOR relating to such ODP Materials shall be governed by the terms and conditions of these Supplementary Conditions, which shall take precedence over other conditions and terms of the Contract Documents SUPPLEMENTARY CONDITIONS 00800-8 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 where inconsistencies or conflicts exist. CONTRACTOR represents and warrants that it will cooperate with the CITY in implementing these procedures for the procurement of ODP Materials. 7.2 At any time upon the request of the CITY, CONTRACTOR shall provide CITY with a list of all intended Suppliers for such materials as specified by CITY for consideration for procurement by the CITY as ODP Materials. The list shall include price quotes from the Suppliers, as well as a description of the materials to be supplied, estimated quantities and prices. The CITY may, but is not required to use, the supplier selected by CONTRACTOR. Upon CITY's request, CONTRACTOR shall assign any or all of its subcontracts or other agreements with material Suppliers for such supplies to CITY or require its Subcontractors to assign its agreements with material Suppliers for such supplies to City, if applicable. 7.3 Upon request from the CITY, and in a timely manner, CONTRACTOR shall prepare a Purchasing Requisition Request Form which shall, in form and detail acceptable to CITY, specifically identify the materials which CITY, in its discretion, has identified and elected to purchase directly as ODP Materials. The Purchasing Requisition Request Form shall include: a. the name, address, telephone number and a contact person for the material Supplier; b. the manufacturer or brand, model or specification number of the item; C. quantity needed as estimated by CONTRACTOR; d. the price quoted by the Supplier for the materials identified; e. any sales tax associated with such quote; f. delivery dates as established by CONTRACTOR; g. any reduction in CONTRACTOR's cost for both the Payment Bonds and the Performance Bonds; h. shipping, handling and insurance costs; i. details concerning any bonds or letters of credit provided by the Supplier if included in such Supplier's proposal; j. Special terms and conditions which have been negotiated with the Supplier relative to payment, discounts, rebates, warranty, credits or other terms and conditions which will be assigned to the CITY; and k. Such other information as may reasonably be requested by CITY. CONTRACTOR shall include copies of Suppliers' quotations and specifically reference any terms and conditions, which have been negotiated with them concerning letters of credit, terms, discounts, or special payments. 7.4 After receipt of the Purchasing Requisition Request Form, CITY shall prepare a Purchase Order for all items of material which CITY chooses to purchase directly. The Purchase Order shall include the CITY'S Consumer's Certificate of Exemption number and a copy of the Consumer's Certificate of Exemption and a Certificate of Entitlement. The CITY'S Purchase Order shall be sent directly to the Supplier by the CITY with a copy sent to the CONTRACTOR, including a copy of the Certificate of Entitlement. Pursuant to the Purchase Order, the Supplier will provide the required quantities of material at the price established in the Supplier's quote to the CONTRACTOR or Subcontractor, or such other price as may be directly negotiated by the CITY, excluding any sales tax associated with such price. The ENGINEER shall be the approving authority for the CITY on Purchase Orders in conjunction with ODP Materials. 7.5 In conjunction with the issuance by the CITY of Purchase Orders for ODP Materials to Suppliers, CONTRACTOR shall execute and deliver to CITY one or more deductive Change Orders, referencing the full value of all ODP Materials to be provided by each Supplier from whom the CITY elected to purchase materials directly, plus all sales taxes associated with such materials in CONTRACTOR's bid to CITY, plus any savings to CONTRACTOR in the cost of Payment and Performance Bonds associated with such ODP Materials. The ENGINEER shall be the approving authority for the CITY on deductive Change Orders in conjunction with ODP Materials. SUPPLEMENTARY CONDITIONS 00800-9 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 7.6 Except as expressly stated herein, CONTRACTOR shall be fully responsible for all matters relating to the procurement of ODP Materials furnished by and incorporated into the Work in accordance with these Supplementary Conditions including, but not limited to, assuring the correct quantities, verifying documents and the placement of all orders in a timely manner, assuring coordination of purchases, providing and obtaining all warranties and guarantees required by the Contract Documents, and inspection and acceptance of the materials at the time of delivery. The CONTRACTOR shall coordinate delivery locations and schedules, sequence of delivery, loading orientation, and other arrangements normally required by the CONTRACTOR for the particular materials furnished. The CONTRACTOR shall provide all services required for the unloading, handling and storage of materials through installation. The CITY assumes the risk of loss of ODP Materials from the time title to such material passes from the Supplier at purchase, or upon delivery if allowed by Laws and Regulations. 7.7 Upon delivery of ODP Materials to such locations as the CITY may designate, the CONTRACTOR shall visually inspect all shipments from Suppliers, and sign off on all receiving reports for ODP Material delivered or received. The CONTRACTOR shall assure that each delivery of ODP Materials is accompanied by delivery tickets or such other documentation as is adequate to identify the Purchase Order against which the purchase is made. This documentation may consist of a delivery ticket and a copy of the invoice from the Supplier conforming to the Purchase Order together with such additional information as the CITY may require. The CONTRACTOR will then forward the delivery tickets to the ENGINEER to match up with the invoice for payment. The CITY shall be directly invoiced by the Suppliers for all ODP Materials. In the event that CONTRACTOR receives any invoices (other than copies of invoices the originals of which have been sent directly by the Supplier to the CITY), CONTRACTOR shall not pay such invoice and shall immediately notify the Supplier that the CITY must be directly invoiced on all ODP Materials. 7.8 The CONTRACTOR shall insure that ODP Materials conform to all specifications contained in the Contract Documents. CONTRACTOR shall determine prior to incorporation into the Work if such materials are patently defective, and whether such materials are identical to the materials ordered and match the description on the bill of lading. If the CONTRACTOR discovers defective or non -conformities in ODP Materials upon such visual inspection, the CONTRACTOR shall not utilize such nonconforming or defective materials in the Work and instead shall promptly notify the CITY of the defective or nonconforming condition so that repair or replacement of those materials can occur without any undue delay or interruption to the Work. If the CONTRACTOR fails to perform such inspection and otherwise incorporates into the Work such defective or nonconforming ODP Materials, the condition of which it either knew or should have known by performance of an inspection, CONTRACTOR shall be responsible for all damages to CITY resulting from CONTRACTOR's incorporation of such materials into the Work, including liquidated or delay damages. 7.9 The CONTRACTOR shall maintain records of all ODP Materials it incorporates into the Work. The CONTRACTOR shall account monthly to the CITY for any ODP Materials delivered into the CONTRACTOR's possession, indicating portions of all such materials which have been incorporated into the work 7.10 The CONTRACTOR shall be responsible for obtaining and managing all warranties and guarantees for all ODP Materials in the same manner and on the same terms as materials obtained by the CONTRACTOR as required by the Contract Documents. All repair, maintenance or damage -repair calls shall be forwarded to the CONTRACTOR for resolution with the appropriate Supplier or Subcontractor. The CONTRACTOR agrees and understands that it shall undertake all warranty enforcement and other related duties of the CITY for all ODP Materials. Additionally, all ODP Materials shall be warranted and guaranteed by the CONTRACTOR as part of the CONTRACTOR's warranty and guarantee of the Work to the same extent and degree as other materials procured and provided to the Work by CONTRACTOR. CONTRACTOR'S warranty and guarantee duties shall be governed by and carried out pursuant to the terms of the Contract Documents. To that end, the CONTRACTOR expressly agrees it shall make no distinction in discharging such warranty and guarantee duties and obligations between ODP Materials and equipment and materials otherwise supplied by the CONTRACTOR. 7.11 Notwithstanding the transfer of ODP Materials by the CITY to the CONTRACTOR's possession, the CITY shall retain legal and equitable title to any and all ODP Materials. The transfer of possession SUPPLEMENTARY CONDITIONS 00800-10 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 of ODP Materials from the CITY to the CONTRACTOR shall constitute a bailment for the mutual benefit of the CITY and the CONTRACTOR. The CITY shall be considered the bailor and the CONTRACTOR the bailee of the ODP Materials. Transfer of possession shall be deemed to occur immediately and automatically upon delivery of ODP Materials to the CITY without notice from CITY to CONTRACTOR. ODP Materials shall be considered returned to the CITY for purposes of their bailment at such time as they are incorporated into the Project. While in CONTRACTOR'S possession, CONTRACTOR shall handle and store all ODP Materials in a manner consistent with the Supplier's or manufacturer's instructions regarding handling and storage to ensure later installation of ODP Materials in a sound and undamaged condition. 7.12 The CONTRACTOR shall purchase and maintain builders' risk insurance sufficient to protect against any loss of or damage to ODP Materials. Such insurance shall cover the full value of any ODP Materials not yet incorporated into the Work during the period between the time the CITY first takes title to any of such ODP Materials and the time when the last of such is incorporated into the Work. The CONTRACTOR shall purchase and maintain builders' risk, "all-risk" insurance based on the completed value of the Project. The CONTRACTOR must name CITY as additional insured on its policy with respect to all ODP Materials and CITY shall be solely entitled to all proceeds related to the loss or damage of ODP Materials. 7.13 The CITY shall in no way be liable for any interruption or delay in the Work, for any defects or other problems with the Work, or for any extra costs resulting from any delay in the delivery of, or defects in ODP Materials. CONTRACTOR's sole or exclusive remedy shall be an extension of the time of completion of the Work for such reasonable time as determined by City. 7.14 CONTRACTOR shall be required to review all invoices submitted to the CITY by Suppliers of ODP Materials and either concur or object to the CITY's issuance of payment to the Suppliers, based upon CONTRACTOR's records of materials and any defects detected in such materials. The CITY shall directly pay all Suppliers with respect to ODP Materials purchased by the CITY. 7.15 In order to arrange for timely payment to the Suppliers of ODP Materials, CONTRACTOR shall promptly submit to CITY within ten (10) days of CITY's receipt of an invoice from a Supplier (i) a copy of the applicable purchase order as receiving report, (ii) copies of the delivery tickets, (iii) written acceptance of the delivered items by the CONTRACTOR, and (iv) such other documentation as may be reasonably required by the CITY. Upon receipt of the appropriate documentation, the CITY shall prepare a check drawn to the Supplier based upon the data provided by CONTRACTOR. This check will be made payable and remitted directly to the Supplier. The CONTRACTOR agrees to assist the CITY to immediately obtain partial or final release of waivers as appropriate. 7.16 At completion of the Work, CONTRACTOR will be provided with a deductive Change Order for the costs incurred by CITY to provide all ODP Materials not covered by previous Change Orders. Salvage ODP Materials shall be stored or removed from the site at the CITY's direction, or may be turned over to the CONTRACTOR by the CITY for salvage or disposal at the CITY'S discretion. 7.17 The procedures set forth herein for Owner Direct Purchases are intended to comply with the requirements of the Florida Department of Revenue for the direct purchase of materials by governmental entities for use in Public Works Contracts set forth in Section 12A-1.094 of the Florida Administrative Code, as amended. Under no circumstances shall any materials which will not be incorporated into the Work be purchased by the CITY as ODP Materials, including but not limited to any consumables such as fuel or any equipment related to the Work which will not be affixed or otherwise incorporated into the Work such as reusable construction equipment. 8. SOCIAL SECURITY NUMBER COLLECTION Pursuant to Section 119.071(5) of Florida law, the City is required to provide notification in writing of the purposes for which an individual's social security number is collected. The City collects social security numbers for the following purposes: identification and verification; tracking, employment verification and auditing. Social security numbers are also used as a unique numeric identifier and may be used for search purposes. SUPPLEMENTARY CONDITIONS 00800-11 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 9. E-VERIFY The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract. In addition, Contractor shall require any subcontractors performing work or providing services pursuant to the Contract to verify the employment eligibility of all new employees hired by the subcontractor during the term of the Contract. 10. PUBLIC RECORDS To the extent applicable, Contractor shall comply with Florida public records laws, including Sections 119.0701(2) (b) 1 through 4 of the Florida Statutes. 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, CONTACT THE CUSTODIAN OF THE PUBLIC RECORDS AT C/O DEPUTY CITY CLERK, RECORDS(a,CITYOFORLANDO.NET, TELEPHONE NUMBER (407) 246-35389 400 S. ORANGE AVE., ORLANDO, FL 32801. SUPPLEMENTARY CONDITIONS 00800-12 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 LETTER OF INTENT [*Instructions* Contractor shall place the following, in substantially the same form as provided below on their letterhead. In the event a Contractor fails to meet the MBE/WBE percentage goals and minority and female workforce as required by the attached documents, the Contractor shall complete and submit this Letter of Intent AT BID OPENING and shall provide evidence of a good faith effort as required by the "City of Orlando Construction Contract Bid Specifications Minority and Women -Owned Enterprise Participation, and Minority and Female Workforce percentages". Once the bids are opened, the Letter of Intent must be signed by the MBE/WBEs and returned to the Minority Business Enterprise Division no later than two days after bid opening.] Dear Compliance Official: have entered into an agreement(s) with the following Minority (Name of Contractor) and/or Women -Owned Business Enterprise(s) to do the following work for the listed, total contract amounts. 1) (MBE/WBE) (Scope of Work) (Subcontract Price) (NOTE: Extend list for additional MBE/WBE(s) as needed) The total percentage of the Contract being performed by MBEs % The total percentage of the Contract being performed by WBEs % The total dollar amount of contracts being performed by MBEs $ The total dollar amount of contracts being performed by WBEs $ The total percentage of the workforce or employment being performed by minorities % The total percentage of the workforce or employment being performed by females % I understand that I shall not be allowed to substitute or change MBE/WBE Subcontractors nor their scope of work nor the percentage of work performed by them, without the express prior approval of the Compliance Official. [ ] I was unable to meet the MBE and/or WBE goals on the project. My "good faith" effort documentation is attached to this letter. Authorized Agent of Contractor (must be signed) Authorized Agent of MBE/WBE (must be signed within two (2) days after bid opening SUPPLEMENTARY CONDITIONS Page 1 of 1 (>100K ROADWAY/NO STRUCTURE) (F) 1/3/2020 Date Date Attachment 1 DocuSign Envelope ID: 95FAA054-4153-47F2-AAC9-21063146C501 Sanitary Sewer Lining and Manhole Rehabilitation IFB22-0161 LIVING WAGE AND RESPONSIBLE CONTRACTOR'S POLICIES The following City policies are applicable to this construction Project: (1) CONTRACTOR, as well as its Subcontractors at all tiers, shall pay to all of their employees providing services pursuant to a contract with the CITY, a living wage for the time spent providing services to the CITY. (This provision does not include general administrative personnel unless they are assigned to a CITY project.) "Living wage" means compensation for employment of not less than $15.00 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision and the CONTRACTOR shall allow the CITY to audit (at CONTRACTOR's place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract and/or preclusion from future CITY contracts at the sole option of the CITY. (2) The CONTRACTOR, when paying its workers on this Project, shall pay such workers an hourly wage, based on classification for the Orlando region established by the Davis -Bacon Act (40 U.S.C. 276a-7) as supplemented by the Department of Labor regulations (29 CFR part 5) (hereinafter "hourly wage"). Additionally, CONTRACTOR shall provide said workers with health benefits. CONTRACTOR may satisfy this health benefits requirement by providing to its workers on this project either 1) health benefits through a bona fide program or 2) by increasing the hourly wage by 20%. Evidence of the existence of a bona fide health benefits program must be submitted to the City with the bid at the time of bid opening. The City, in its sole discretion, will determine whether a bona fide health benefits program is acceptable to the City. Payment of the appropriate wages must be documented in CONTRACTOR'S progress payment applications by the submission of certified payrolls by CONTRACTOR for the duration of this Agreement. Moreover, CONTRACTOR shall require compliance with these provisions for health benefits, Davis - Bacon hourly wages and certified payrolls by all Subcontractors at every tier, and CONTRACTOR will be held responsible for compliance by any Subcontractor or lower tier Subcontractor. Notwithstanding the foregoing, CONTRACTOR acknowledges and agrees that no hourly wage paid on this project by the CONTRACTOR and Subcontractors will be less than the living wage referenced in this Agreement. (3) The CONTRACTOR and Subcontractors at all tiers shall each classify all of their workers as either independent contractors or employees in accordance with the requirements of Laws and Regulations. Workers who are employees as defined by Laws and Regulations shall not be classified as independent contractors. The CONTRACTOR and Subcontractors shall each provide written notice to their workers classified as independent contractors of their classification status within seven (7) days after contract award or within seven (7) days of hiring if hired subsequent to contract award. Documentation demonstrating compliance with this requirement for each worker classified as an independent contractor shall be submitted by the CONTRACTOR with its first Application for Payment. For those workers classified as independent contractors hired after submittal of the first Application for Payment, documentation demonstrating compliance with this requirement shall be provided with the first Application for Payment submitted subsequent to the worker's hiring. (4) The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract. In addition, Contractor shall require any subcontractors performing work or providing services pursuant to the Contract to verify the employment eligibility of all new employees hired by the subcontractor during the term of the Contract. Documentation of E-verify confirmation shall be submitted by the CONTRACTOR with the first Application for Payment, or for those workers hired after submittal of the first Application for Payment, with the first Application for Payment submitted subsequent to the worker's hiring. (5) The CONTRACTOR shall post a copy of the CITY'S Living Wage and Responsible Contractor's Policies at designated locations on the Project site as required by the Contract Documents. 13 SUPPLEMENTARY CONDITIONS (>100K ROADWAY/NO STRUCTURE) (F) Page 1 of 1 1/13/2021 Attachment 2