Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-037Temp. Reso. #12923 March 13, 2017 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2017-- 3 r7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING A CONTRACT TO VACVISION ENVIRONMENTAL, LLC, UTILIZING PRICING FROM AN AGREEMENT OBTAINED THROUGH A FORMAL COMPETITIVE PROCESS BY THE CITY OF PINELLAS PARK, CONTRACT NUMBER 14/013 FOR THE FY17 WASTEWATER MANHOLE REHABILITATION INFLOW AND INFILTRATION PROJECT; AUTHORIZING THE APPROPRIATE CITY OFFICALS TO EXECUTE A PURCHASE ORDER AGREEMENT WITH VACVISION ENVIRONMENTAL, LLC FOR A PROJECT COST OF $1,603,062.80, WITH A CONTINGENCY OF 5% OR $80,153.14 FOR AN AMOUNT NOT TO EXCEED $1,683,215.94; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac conducted a Wastewater Master Plan Study in 2012, excessive Inflow & Infiltration (I & 1) was identified by wastewater pump station basins; and WHEREAS, at that time, the Director of Public Services chose to utilize available contracts awarded by other governmental entities for Wastewater Collection System Inflow and Infiltration Rehabilitation, as provided by City Code Section 6-148 (d), which states that the purchasing officer may utilize contracts with other governmental agencies; and WHEREAS, the Public Services Department FY17 locations for manhole rehabilitations (1,466) will be completed in Mainlands Sec 8, Heathgate, Les Chateaux, Temp. Reso. #12923 March 13, 2017 Page 2 of 5 The Pines of Woodmont, Sable Palm Village, Lakes of Carriage Hills, Belfort, Hidden Hollow, Malvern, Westwood 3, Courtyards of Broward, Mainlands of Tamarac, Bermuda Club, Timber Point, Villas at Woodmont, LaReserve, LaForet, Buttonbwood, Bonaire, Mainlands Sec 9, Westwood 4 and 4A, Village at Woodland Lake, Woodglen Condos, Woodland Estates, The Courts, The Gate, Mainlands Sec 3, 4 and 4A, Tamarac Lakes South, Banyan Lakes, Shakerwood, Shaker Village, Woodland Meadows, Woodland Green, Villa at Woodland Green, Forsyth, Greenbriar, Clairmont, Ashmont, Catalina, Westwood 7, The Boulevards, and The Woodlands as shown on "Exhibit A" (a copy of which is attached hereto); and WHEREAS, this project will provide for the rehabilitation of 1,466 manholes located throughout the City of Tamarac with a piggyback contract formally competed and available from the City of Pinellas Park, a copy of the Advertisement and approval legislation is on file with the City Clerk; and WHEREAS, the City of Pinellas Park, Contract Number 14/013 with VacVision Environmental, LLC, for the rehabilitation of manholes has favorable pricing, terms, and conditions, which was awarded and effective on February 27, 2014, (a copy of the proposal and the Regular Council Meeting Minutes are on file with the City Clerk), and the contract is effective until February 27, 2018 (a copy of which is attached hereto as "Exhibit B"); and WHEREAS, VacVision Environmental, LLC agrees to allow the City of Tamarac to piggyback their existing contract with the City of Pinellas Park, Contract Number 14/013, Temp. Reso. #12923 March 13, 2017 Page 3 of 5 with the same terms, conditions, specifications, and pricing and has prepared a project proposal in the amount of $1,603,062.80 (a copy of which is attached hereto as "Exhibit C"); and WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the FY17 Wastewater Manhole Rehabilitation Inflow and Infiltration Project (UT17D) as recommended by the Public Services Department; and WHEREAS, the Director of Public Services shall have the responsibility to assign Work Tasks based on the most economical and structural need for wastewater manhole repairs using the unit prices provided by VacVision Environmental, LLC, under the City of Pinellas Park issued Contract Number 14/013 in an amount not to exceed $1,603,062.80; and WHEREAS, the Director of Public Services and the Purchasing and Contracts Manager recommend the award of an agreement between the City of Tamarac and VacVision Environmental, LLC; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award and execute an agreement with VacVision Environmental, LLC, utilizing the City of Pinellas Park Manhole Rehabilitation Program contract in an amount not to exceed $1,603,062.80. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: Temp. Reso. #12923 March 13, 2017 Page 4 of 5 SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission hereby awards the manhole rehabilitation contract to VacVision Environmental, LLC, utilizing the City of Pinellas Park Contract Number 14/013 for the FY17 Wastewater Manhole Rehabilitation Inflow and Infiltration Project. The appropriate City Officials are hereby authorized to execute a Purchase Order Agreement in an amount not to exceed a project cost of $1,603,062.80 with a 5% contingency of $80,153.14 for a total project cost of $1,683,215.94. SECTION 3: The Director of Public Services is authorized to approve Work Tasks in accordance with the schedule of prices under said contract in an amount not to exceed $1,603,062.80 for project cost and for any additional Work Tasks upon approval of any change order(s) from funding provided through a contingency of 5% or $80,153.14 to be added to the project account for a project total of $1,683,215.94. SECTION 4: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000 per Section 6-147 of the City Code, and close the contract award, which includes but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp. Reso. #12923 March 13, 2017 Page 5 of 5 SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 2017. HA&�DRLESSLER MAYOR ATTEST: , PATRICIA TEUFEL, CMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: COMM. GOMEZ DIST 3: COMM. FISHMAN DIST 4: VICE MAYOR PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM kn/SAMUEL S. GOREN CITY ATTORNEY — mona 1 2 3 4 5 6 7 8 CITY OF TAMARAC B PUBLIC SERVICES ENCINEERING 1 ► ' ► LIFT STATION BASINS MANHOLE LINING A TO BE COMPLETED ' 0 REPRESENTS LIFT STATION LOCATION 0 WASTE WATER SEWER LINING LIFT STATION BASINS MANHOLE LINING TO BE COMPLETED IT62 OLS # ADDRESS slA;+M 7600 N.R. 70Lh AVE. Iss 2511 N.W. 48Lh u 7 4 N.W. 73r AVE. 5712 N.W. 58Lh AVE, s1000 9R LIST. AH12 B&7A N.W. B•Hh ST. 6259 NW 57th Sf 83W NR S2nd St 566156Lh ST.5899 WOODLANDS BLVD. 4900 SABAL PAWL BLVD. IL 4915 N.W. 51at CT. LIFT STATION BASINS MANHOLE LINING TO BE COMPLETED rrsx LS # ADDRESS w�Yxo 148 4523 N.R. 46th TB&. TI 5 005 AMBER LY. de u l A e l BAYB RY I.Y. 15B 5701 THME HICKORY CIR. Is 8ECK CT. I 7815 N.W. 71at AM III 25 200 N.. Oth is 28 7200 WEMOOD DR. Ios 28 500 N.W. 60th AVE. Its 32 7700 9.11. 82n ST. iouia mwe VUL PL. iLIAM! loow EXHIBIT "A" 7 a.. w6 w l 9 10 11 12 12923 "EXHIBIT B" TR #12923 CONSTRUCTION CONTRACT-1 CONSTRUCTION CONTRACT CITY OF PINELLAS PARK, PINELLAS COUNTY, FLORIDA CONTRACT NO. 114/013 This Agreement dated this - I a 4-� - - day of '�,P.6nj ax�4 ,2014 by and between the CITY OF PINELLAS PARK, FLORIDA, a municipal corporation, hereinafter called the Owner, and EnVtr6QN\La±aA LLC (a corporation organized and existing under the laws of the State of 1--lor160.1 and hereinafter called the Contractor. WITNESSETH, The Owner and the Contractor, for the consideration stated herein, agree as follows: ARTICLE 1: Scope of Work The Contractor shall perform all required work and shall provide and furnish all labor, materials, necessary tools, expendable equipment, and all utility and transportation service required to complete the construction oil in strict compliance with the plans and specifications, including any and all Addenda, and together With all contract Documents hereinafter enumerated and made a part thereof. It is understood and agreed that said labor, materials, tools, equipment, and service shall be furnished and said work performed and completed subject to the satisfaction of the City and subject to the final approval of the City and its authorized representative. ARTICLE 11: Contract PrJcg The Owner shall pay the Contractor as just compensation for the performance of this Agreement, subject to any addition or deductions as provided in the Contract Documents, the following price: The total Contract amount isMV40 vk&..1 CLIJ00�^*::s a21Aj01Q.0D payable in accordance with the applicable provisions of the Contract Documents, CONSTRUCTION CONTRACT - 2 r ARTICLE III: Conditions 1. All of the decisions of the City Engineer and /or designee as to the true construction and meaning of the drawings and specifications shall be final. Contractor shall conform to and abide by any additional specifications, drawings, or explanations furnished by the Engineer/Designee to illustrate the work to be done. 2. Should the Contractor be delayed in his work by the Owner, then Owner shall owe the Contractor therefore only an extension time for completion l equal to the delay caused and then only if a written claim for delay is } made to the Owner within forty-eight hours from the time of the beginning of the delay. 3. Contractor shall at all times supply adequate tools, appliances, and equipment, a sufficient number of properly skilled workmen, and a sufficient amount of materials and supplies of proper quality to efficiently and promptly prosecute said work and shall promptly pay for all material purchased and shall pay all workmen each week and, if required by Yl Owner, shall obtain and furnish Owner weekly with signed receipts from all workmen showing the date of payment, amount paid, number of hours paid for the days on which said work was performed, the classification of the labor so paid, and the rate of wage per hour paid and shall supply Owner weekly with two copies of the payroll verified by an affidavit. } 4. Contractor shall, as often as requested by the Owner, furnish a sworn statement showing all parties who furnish labor or materials to the Contractor, with their names and addresses and the amount due or to become due each. Like statement may be required from any subcontractor of the Contractor. } ARTICLE IV: Inspection by Contractor 1 The undersigned Contractor agrees that he has carefully inspected all Contract Documents and is familiar with and will adhere to them; the contractor agrees that he is responsible for having heretofore examined the site, the location and route of all proposed work and for having satisfied himself as to the character of the route, the location, surface and underground obstructions and nature thereof, the nature of the ground water table conditions and other physical characteristics of the work and work area in order that he may include in the price which he has bid and the price of this Contract all costs pertaining to the work and thereby provide for the satisfactory completion thereof and determination of the contract price herein agreed upon, and that this contract price is based upon these inspections and examination. The Contractor further agrees upon the some considerations and inspections hereinabove enumerated, to commence work within ten ( 10) calendar Days after date of Notice to Proceed, and shall complete the work within the time limit as follows: 365 Calendar Days CONSTRUCTION rONTRACI - 3 The parties further agree that this Contract Is for a one (1) year contract period, with a maximum of four (4) additional one-year renewal options, upon such terms and conditions as may be mutually acceptable to both parties. The City will have the option to cancel this contract at any time, by providing a sixty (60) day written notice to the contractor. ARE-CLE V: Comoonent Parts of Contract This Contract consists of the following Contract Documents, all of which are hereby made a part hereof and are incorporated herein by reference and all of which are familiar to the Contractor: Addenda (if any), Advertisement for Bids, Notice of Bid, Information for Bidders, General Conditions, Hold Harmless Agreement, Bid Proposal Form(s), Construction Contract, Sworn Statement of Public Entity Crimes, Trench Safety Acknowledgement, Public Construction Bond, Special Provisions, Technical Specifications. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the day and year first above written, in five (5) counterparts, each of which shall for all purposes be deemed an original. CITY OF PINELLAS PARK PINELLAS COUNTY, FLORIDA ATTEST: bic(ne M. Corna, MC Sandra L. Bradbury, Mayor (SEAL) AMTEST: T TA- To Tife Trint) ,ttomey, James W. Denhardt City of Pinellas Park (Company Name of Authorized Offi%.w YPE OR PRINT SIGNATURE) CITY COUNCIL APPROVAL DATE: t of J 171�? Y 0 2006 FLORIDA TRENCH SAFETY ACT ACKNOWLEDGMENT - 1 FLORIDA TRENCH SAFETY ACT ACKNOWLEDGMENT PROJECT: BID 14/013- MANHOLE REHABILITATION PROGRAM BIDDER'S NAME: VacVision Environmental, LLC Bidder acknowledges that included in the various items of the proposal in the Total Bid Price are costs for complying with the Florida Trench Safety Act (Florida Statute §553.60, et.seq.). The bidder further identifies the costs to be summarized below: Trench Safety Units of Measure Measure Unit Extended f Description 1 L( F" SY) uantit Unit Cost Cost A. NIA C. 0.00 "TOTAL: $ * This total amount is incidental to the contract bid price and is provided only as bidder acknowledgement of the Florida Trench Safety Act. Failure to complete the above may result in the bid being declared non -responsive. BilddinfContractor Signature FLORIDA TRENCH SAFETY ACT ACKNOWLEDGMENT - 1 FLORIDA TRENCH SAFETY ACT ACKNOWLEDGMENT PROJECT: BID 14/013- MANHOLE REHABILITATION PROGRAM BIDDER'S NAME: Bidder acknowledges that included in the various items of the proposal in the Total Bid Price are costs for complying with the Florida Trench Safety Act (Florida Statute §553.60, et.seq.). The bidder further identifies the costs to be summarized below: A. B. C. D. Trench Safety Units of Measure Measure Unit Extended (Description ILF SYl (Quanfifyl Unit Cost Cost *TOTAL: $ * This total amount is incidental to the contract bid price and is provided only as bidder acknowledgement of the Florida Trench Safety Act. Failure to complete the above may result in the bid being declared non -responsive. Bidding Contractor Signature I 1 CONTRACTOR'S AFFIDAVIT-1 r� BEFORE ME, the undersigned authority, personally appeared (Contractor) who was sworn and says that he isractor who has contracted with {Ow*to construct improvements on real property in Pinellas County, Florida, described as: - The Contractor has completed construction in accordance with the contract documents. The balance of the contract price of $ is now due to the Contractor. The Contractor has not signed, pledged or hypothecated the contract, or any part of it, or any payment due or to become due under it and has not assigned any of the Contractor's lien rights resulting from the contract. The Contractor has executed no security agreement for any part of the material furnished under the contract. j All lienors under the above -described contract have been paid in full, except the undersigned Contractor. Contractor �°4!vlo (Cd�R/, 0 6W) STATE OF FLORIDA'. COUNTY OF The foregoing instrument was acknowledged before me this 201 (date) by (Name of person acknowledging and title of position) who is personally known to me or who has produced (Type of identification) as identification and who did (did not) take and Notary Public 'O` A (NOTARY STAMP) Commission No. (Name of Notary typed, printed or stamped) r-� �j CONTRACTOR'S FINAL RELEASE - i 1 KNOW ALL MEN BY THESE PRESENTS that (Contractor) r ] County of ,City of ,and State of , do hereby acknowledge that �1 (Contractor) this day has had and receive%, Njgom the (Owner) the sum of One Dollar (1�Q) and other valuable consideration in full satisfaction and payment of all sums of mone wing, payable and belonging to the Contractor by any means whatsoever, for or on account 1 of a certain agreement between the said Owner and Contractor dated / 1201 NOW THEREFORE, the said Contr ctor for myself, my heirs, executors and administrators -� (for itself, its successors a $sf doby these presents remise, release, quitclaim and forever discharge the sat s successors and assigns, of and from all claims and demands arising from or in co�e tion with the said agreement dated J /201 �I and of and from all, and all ma of action and actions, cause and causes of action j and actions, suits, debts, dues, sumand sums of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, agreements, promises, variances, damages, Jjudgments, extents, executions, claims and demand, whatsoever in law or equity, or otherwise which against the said Owner its heirs, successors or assigns, the Contractor its heirs, successors and assigns ever had, now have, or which (I, my heirs, executors, or administrators) (it, its successors and assigns) hereafter can, shall or may have, for, upon or by reason of any matter cause or thing whatsoever, from the beginning of the world to the date of these presents. Contractor 1 STATE OF FLORIDA COUNTY OF ci" 'tAo The foregoing instrument was acknowNeeed before me this by (Name of person acknowledging and title of position) who is personally known to me or who has produced (date) (CORPORATE SEAL) (Type of identification) as identification and who did (did not) take an oath. '0 }} Notary Public `moo ( Commission No. NOTARY STAMP) (Name of Notary typed, printed or stamped) PUBLIC ENTITY CRIMES PAGE - 1 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(0), FLORIDA STATUES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. City of Pinellas Park 1. This sworn statement is submitted to (print name of the public entity) by Benjamin Roese - Managing Member (print individual's name and title) for VacVision Environmental, LLC. (print name of entity submitted sworn statement) whose business address is: 10200 US Hwy 92 East Tampa, FL 33610 and if applicable) its Federal Employer Identification Number FEIN is 20-5007200 (� pp } �( ) . (If the entity has not FEIN, include the Social Security Number of the individual signing this sworn statement: ) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1) (g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transocfion of business with any public entity or with any agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(l)(b), Florida Statutes , means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information of ter July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or polo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.13311)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. PUBLIC ENTITY CRIMES PAGE •2 5. 1 understand that a "person" as defined in Paragraph 287,133(1) (e),Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contract for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (indicate which statement applies) X Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attached a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1(ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH 1T IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM, Signature Sworn to and subscribed before me this 5fh February day of 2014 Personally known X OR Produced identification Florida Notary Public -State of (Type of identification) �� r` SHEILA HILSON My Commission Expires 09/29/2017 Sheila Hilson A, S� VLF MY COMMISSION XFF029751 EXPIRES September 29, zo17 (Printed typed or stamped commissioned name of notary public) (40713960153 FimWallotoyService.com PUBLIC ENTITY CRIMES PAGE - 1 1 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL -AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to I.- - I (print individual's name and title) (print name of the public entity) for (print name of entity submitted sworn statement) whose business address is: and (if applicable) its Federal Employer Identification Number (FEIN) is If the entity has not FEIN, include the Social Security Number of the individual signing this sworn statement: ) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1) (g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with any agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state ^ or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by '} indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a j plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of- an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. J PUBLIC ENTITY CRIMES PAGE - 2 I 5, 1 understand that a "person" as defined in Paragraph 287.133(1) (e),Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contract for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity, 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (indicate which statement applies) Neither the entity submitting this sworn statement, nor any of its officers, directors, =j executives, partners, shareholders, employees, members, or agents who are active in the j( management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public Interest to place the entity submitting this sworn statement on the convicted vendor list. (attached a copy of the final order) J I 11 I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH ](ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Signature Sworn to and subscribed before me this day of 120` Personally OR Produced identification Notary Public - State (Type of identification) My Commission Expires (Printed typed or stamped commissioned name of notary public) PUBLIC CONSTRUCTION BOND - I PUBLIC CONSTRUCTION BOND Bond No. 3300044 BY THIS BOND, %Aein, /VacVision Environmental, LLC ,as Principal, and FOCI Insurance Company ,a corporation, as Surety, are duly authorized to conduct business in the State of Florida, as Surety, are bound to the City of Pinellas Park, Florida, a municipal corporation, herein called Owner, in the sum of Two Hundred Sixty Seven ThousandFive Hundred Twelve Dollars/ 5o cents Dollars ($_�L6_7,51250 for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: Performs the contract dated ly—ek"o-'fu Q , 201A js PMAsSly -DQK�;QNTRXqT) JF between Principal and Owner for construction of MH Rehabilitation Contract r CONTRACT NO. 14/013 and all appurtenant work thereto, said contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract, together with any modifications of said contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and 2. Promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and PUBLIC CONSTRUCTION BOND - 2 3. Pays Owner all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract; then this bond is void; otherwise it remains in full force, IAny action instituted by claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance With any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. Dated this 14th day of February 2014 . Contractor: n,4 i r o sr BY—Vaffision Environmental, LLC r! JULY 0 S 2006 (POINT OR TYPE SIGNATURE) Surety BY- Aftomey-in-Fad Trevor C�#rthy, 7 Y iFLORIDA) Florida ReslldWM&M Trevor MTCaW;,,,"-- No Text BY THIS BOND, we, PUBLIC CONSTRUCTION BOND - 1 PUBLIC CONSTRUCTION BOND , as Principal, and a corporation, as Surety, are duly authorized to conduct business in the State of Florida, as Surety, are bound to the City of Pinellas Park, Florida, a municipal corporation, herein called Owner, in the sum of Dollars($ for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: I Performs the contract dated 201 '-'%AWMW"XAT,W,QN-q9 between Principal and Owner for construction of CONTRACT NO. and all appurtenant work thereto, said contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract, together with any modifications of said contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and 1 2. Promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; M PUBLIC CONSTRUCTION BOND - 2 3. Pays Owner all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 1 4. Performs the guarantee of all work and materials furnished under the I contract for the time specified in the contract; then this bond is void; otherwise it remains in full force. Any action instituted by claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. Pdted this day of 20_. �*ntracfor: ,f"4T OR TYPE SIGNATURE) Surety: 1 STATEMENT OF SURETY - I In accordance with the provisions of the contract dated ,201 ] between (Owner) of A,, �Q and (Contractor) of� T the ib (Surety) Surety on the bond of M1 ractor after a careful examination of the oo records of said Contractor or after receipt of 0 ' 0 an affidavit from Contractor, which i ation or affidavit satisfies this company that all claims for labor and materials have been sd�sfactorily settled, hereby approves of final payment of the said (Contractor), Contractor, and by these presents witnessed that payment to the Contractor of the final estimates shall not relieve the Surety Company of any of its obligations to the Owner, as set forth in the said Surety Company's Bond. IN WITNESSETH WHEREOF, the said Surety Company has hereunto set its hand and seal this day of , 201 co, ��o Attest:' �j° `r (Seal) JIF40 Byy , (Pre i8ent,VicePresident) - Note: This statement, if executed b person other than the President Y any p es dent or Vice President of the Company, must be accompanied by a certificate of even date showing authority conferred upon the person so signing to execute such instruments on behalf of the Company represented. NOTE. TO BE COMPLETED BY THE CONTRACTOR'S SURETY COMPANYAND SUBMITTED WITH CONTRACTOR'S FINAL INVOICE, I 1 I � SPECIAL -) PROVISIONS 7 7 1 l 1 7 7 I SPECIAL PROVISIONS 1.0 DESCRIPTION OF WORK. This project is to restore the interior concrete surface areas of existing sanitary sewer manholes and lift stations via the application of a protective calcium aluminate based cementitious liner system and an epoxy coating where directed in accordance with these specifications. 2.0 SUBCONTRACTORS No subcontractors will be permitted to perform work under the terms of this contract. No exceptions. 3.0 MANDATORY EMERGENCY RESPONSE REQUIREMENT In the event that the City should encounter unforeseen circumstances that the City deems necessary to require immediate mobilization the Contractor shall at all times possess the ability to be contacted and respond to the City's needs within 2 hours of notification, and be able to mobilize and be on -site in the City of Pinellas Park within 24 hours. The same specifications and pay items will apply as outlined by the contract documents. Manhole Rehabilitation Special Conditions -1 l TECHNICAL 1 SPECIFICATIONS I I I TECHNICAL SPECIFICATIONS FOR MANHOLE REAHBILITATION COATINGS PART 1 - GENERAL J 1.1 LOCATION OF THE PROJECT AND SITE ACCESS The location of the proposed project is at various sanitary sewer manholes and lift stations located within the jurisdiction of the City of Pinellas Park wastewater l collection network. 1 1.2 SCOPE OF WORK The major elements of the proposed project work are summarized as follows: furnish all labor, materials, and equipment necessary to rehabilitate the interior surface areas of existing sewer manhole structures and lift stations using a stand-alone structural cementitious liner system and epoxy coating where directed. The work includes mobilization, bypass pumping (as Additional Pricing), removal of any existing deteriorated coating, preparation of manhole structures to be lined, furnishing and applying the specified cementitious and epoxy coating materials to the interior surface areas of the manholes and lift stations, testing, clean-up, and demobilization. When complete the rehabilitated '. structure shall: A. Provide a uniformly smooth surface of minimum specified thickness. } B. Eliminate sources of inflow and. infiltration (1/1) C. Provide a service life supported by documented test analysis. D. Provide the end user with an acceptable means of repairing or patching 1 any penetrations that occur after coating process has been completed 1.3 INSPECTION OF THE WORK The City of Pinellas Park will provide construction observation services to monitor project quality and determine conformance of the work with the specifications. Each step of the work described herein is subject to inspection and approval by the City Engineer or his designee prior to proceeding with subsequent phases of the work. 1 Sewer Manhole Rehabilitation Technical Specifications -1 J I 1.4 MATERIALS AND EQUIPMENT All materials, equipment, and types of construction shall -be in accordance with these Technical Specifications, and all other engineering specifications outlined in the City of Pinellas Park Engineering Standards Manual, and shall conform to the requirements of all applicable laws, ordinances, and codes. All materials and equipment to be incorporated into the work shall be new, unused, and properly designed for the use intended. Materials and/or equipment which, in the opinion of the City of Pinellas Park, are inferior or of a lower grade than specified, or required, will not be accepted and shall be removed immediately from the project site. 1.5 EQUIVALENT PRODUCTS AND MATERIALS -As "Or Equal" products are allowed herein, then all material or equipment submitted for consideration as "Or Equal" to that specified must include sufficient written information and data to demonstrate that the material or equipment conforms to the Contract Document requirements. The City of Pinellas Park shall be the sole iudge as to whether or not such material or equipment is equal to that specified or required herein. Upon rejection of any material or equipment submitted as the equivalent of that specifically named in the Contract, the Contractor shall furnish the specified material or equipment at no additional cost to the City of Pinellas Park. Neither the approval by the City of Pinellas Park of alternate material or equipment as being equivalent to that specified, nor the furnishing of the material or equipment specified, shall in any way relieve the Contractor of responsibility for failure of the material or equipment, due to faulty design, material, or workmanship, to perform the functions required by the Contract Documents. 1.6 MATERIAL AND EQUIPMENT DELIVERY AND STORAGE The Contractor shall deliver and store materials and equipment in sufficient quantities to ensure the most timely and uninterrupted progress of the work. All materials and equipment shall be stored in strict accordance with the manufacturer's recommendations. Products shall also be stored and handled according to their Material Safety Data Sheets (MSDS). Sewer Manhole Rehabilitation Technical Specifications - 2 1.7 SPILL OR DISCHARGE OF WASTEWATER The discharge of wastewater into the environment is prohibited. All spills or discharges of wastewater shall be immediately reported to the City of Pinellas Park. Contacts at the City of Pinellas Park shall include James M. Davis, at (727) 647- 1720, or the City of Pinellas Park Sewer Division Dispatcher at (727) 541-0771. The Contractor also shall immediately control, contain, and stop the spill or discharge and shall repair any damage at no additional cost to the City of ,- Pinellas Park. The Contractor is solely responsible for all fines and labor, materials, and equipment costs incurred by the City of Pinellas Park associated with wastewater spills or discharges to the environment resulting from the Contractor's actions or the Contractor's negligence. 1.8 REFERENCES The following list of references and standards are provided to establish minimum J materials, performance and testing standards. If revisions have occurred to any of those listed then the most recent revision will apply. A. ASTM C109 -- Compressive Strength of Hydraulic Cement Mortars -� B. ASTM C293 — Flexural Strength of Concrete C. ASTM C321 — Bond Strength of Chemical Resistant Mortars D. ASTM C666 — Resistance of Concrete to Rapid Freezing / Thawing E. ASTM C596 — Drying Shrinkage of Mortar Containing Cement F. AASHTO T277 — Rapid Chloride Permeability of Cement G. ASTM C1244 — Concrete Sewer Manholes by Negative Air Pressure (Vacuum) Test O. ASTM C 109 - Compressive Strength Hydraulic Cement Mortars. P. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. Q. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. Sewer Manhole Rehabilitation Technical Specifications - 3 7 1 I 1 1 I J R. NACE 6/SSPC SP13 — Joint Surface Preparation Standard -- Surface Preparation of Concrete. S. ASTM - The published standards of the American Society for Testing -and Materials, West Conshohocken, PA. T. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. U. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. 1.9 SUBMITTALS A. Product Data: 1. Technical data sheet on each product proposed to be furnished demonstrating compliance with these specifications including independent ASTM test results indicating the product conforms to the published technical data. 2. Material Safety Data Sheets (MSDS) for each product proposed to be furnished. B. Application Guidelines: 1. Project specific guidelines and recommendations. 2. Proof of any required federal, state or local permits or licenses necessary for the project. 3. Design details for any ancillary systems and equipment to be used in site and surface preparation, application and testing. 4. Written warranty. C. Certifications: 1. Submit all Applicator Qualifications specified in Part 1.10 A. D. "Or Equal" Submittal: In order to be considered as an equal product, said product will have to meet the minimum physical Sewer Manhole Rehabilitation Technical Specifications - 4 _1 I �I J properties of the approved products as referenced in Paragraph 3.4 as measured by the applicable ASTM standards referenced in Paragraph 1.8. Testing results must be performed and presented by a third -party testing laboratory. In order for a product to be considered "equal" the submitted product must receive written approval from the City Engineer or his designee prior to the bid date. Only applicators that have been trained and certified by the approved coating system manufacturer are allowed to install the manhole restoration methods specified herein. 1.10 QUALITY ASSURANCE A. Applicator Qualifications: 1. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. 2. Certification that the equipment to be used for applying the products has been manufactured or approved by the cement and epoxy coating manufacturer, and Applicator personnel have been trained and certified for proper use of the equipment. 3. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and manufacturer's recommendations. 4. The installer/applicator shall submit a list of at least five (5) project references including project name, location, scope of project, work performed, contract amount, completion date, contact person and phone. number, where similar work as specified herein has been performed. 5. The Contractor shall demonstrate evidence that they have performed work of this specific nature for a minimum of 3 years, and posses a current Florida Underground Utility Contractors license. Sewer Manhole Rehabilitation Technical Specifications - 5 1 r 1.11 WARRANTY .A A. The Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year; unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own } expense and without additional cost to the City of Pinellas Park. ..1 I I Sewer Manhole Rehabilitation Technical Specifications - 6 �i 1 PART 2 -- MANHOLE CONDITION ASSESSMENT t 2.1 GENERAL A. It is the intent of this project to develop a cost effective means of providing structural restoration for a cross section of sewer manhole structures. The following Condition Assessment criteria shall be used to determine the appropriate and selected repair method for any specific manhole structure. B. Condition Assessment and determination of the appropriate and selected manhole repair method shall be determined by joint agreement of both the Contractor and the City of Pinellas Park prior to commencement of work. 2.2 QUALIFICATION OF MANHOLE STRUCTURAL CONDITION `-� A. Condition 1 Manholes (Manholes Only) The manhole is either a relatively new brick, pre -cast or poured in place concrete manhole. The manhole shall have a smooth and uniform interior surface profile and shall typically exhibit little or no signs of active groundwater infiltration or corrosion mechanics. B. Condition II Manholes & Lift Stations The manhole is considered fundamentally sound with no indication of settlement, cracking, or other signs of structural fatigue. The manhole may exhibit evidence of some corrosion in brick mortar joints and/or on pre -cast substrate areas. Rate of corrosion should be less than 0.25 in. for every 10 years of service life. The structure may also exhibit signs of infiltration or exfiltration through ` pre -cast joints, mortar joints, or around pipe connections. The existing structure should be sufficient to sustain and support both soil and live loading. 2.3 APPROPRIATE CONDITION BASED REPAIR METHODS A. All structures identified as Condition I shall receive a stand-alone application of the specified calcium aluminate cementitious liner ` material at a minimum thickness of 1 -- inch (1.0). Sewer Manhole Rehabilitation Technical Specifications - 7 I B. All structures identified as Condition II shall receive a stand alone application of the specified calcium aluminate cementitious liner material at a minimum thickness of 11/1 - inch (1.6). C. Should some specific applications warrant the use of additional materials in excess of the aforementioned appropriate condition based repair methods, the desired thickness of either the cementitious materials may be increased incrementally per the line item for supplemental materials in the contract unit price bid in the Itemized Proposal for each square foot of cementitious liner that is installed. Any use of supplemental materials must receive approval from the City of Pinellas Park prior to commencement of work. PART 3 - PRODUCTS 3.1 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the cementitious coating on all Condition 11 manhole structures. B. Cementitious patching and repair materials shall not be used unless proof of suitability and procedures for topcoating with a cementitious coating are approved in writing by the cementitious coating manufacturer. Project specific submittals should be provided including application, cure time and surface preparation procedures that permit optimum bond strength with the cementitious coating. C. Remove existing coatings prior to application of the new cementitious lining. Applicator is to maintain strict adherence to all manufacturer's recommendations with regard to proper surface preparation and compatibility with existing coatings. 3.2 CEMENTITIOUS COATING MANUFACTURERS ` A. Quadex, Inc., 1 Country Club Circle, Maumelle, AR (888)-831- 1650 or (501) 803-9400 or FAX (501) 803- 9444 B. Kerneos Inc., 1316 Priority Lane, Chesapeake, VA (800) 524- 8463 or FAX (757) 284-3333 C. Approved equal as specified in section 1.5 of this specification. J Sewer Manhole Rehabilitation Technical Specifications - 8 I 3.3 REPAIR MATERIALS A. Patching and infiltration control repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the City and Contractor. Repair materials must be compatible for use with the specified cementitious and epoxy coating system and shall be applied in accordance with the manufacturer's recommendations. B. The following products may be accepted and approved as compatible repair and infiltration materials for use within the specifications: B.1 Infiltration Control All fast setting infiltration control materials furnished shall be designed to be applied in dry powder form, with no prior mixing of water, directly to active leaks under hydrostatic pressure in manholes or related structures. Materials shall consist of rapid setting cements, siliceous aggregates, and various accelerating agents. Material shall not contain chlorides, gypsum, or metallic particles. B.2 Invert Repair and Patching :. All material furnished shall be designed to fill voids and to repair or reconstruct where no hydrostatic pressure exists. Material shall consist of rapid setting cements, high density non -absorptive aggregates, and various accelerating agents. Material shall not contain chlorides, gypsum, or metallic particles. 1 J 1 J 3.4 CEMENTITIOUS LINER MATERIAL A. The structurally enhanced cementitious manhole liner system shall be a factory blended, one component, fiber reinforced, fused calcium aluminate mortar enhanced with a high density chemically stable aggregate. Sewer Manhole Rehabilitation Technical Specifications - 9 1 I J I Product type Color Compressive Strength Flexural Strength Freeze Thaw Shrinkage Permeability Density Minimum Physical Properties Fused calcium aluminate cement Light gray (cured) >9000 >1100 No damage / 300 cycles 0% <400 Coulombs 127 +/ 5 PCF Approved cementitious manhole liner materials shall be Quadex Aluminaliner, as manufactured by Quadex Inc., or Kerneos SewperCoat as manufactured by Kerneos Inc. or an approved equal. 3.5 CEMENTITIOUS LINING APPLICATION EQUIPMENT A. Manufacturer approved low -velocity cementitious wet spray system or centrifugal spin -cast system shall be used in the application of the specified cementitious liner material. System shall consist of a batch style mixer and progressive cavity (rotor/stator) style mortar pump. Dry gun (gunite) material application methods will not be accepted for use on this project. 3.6 EOXY COATING MATERIAL A. The epoxy coating to be used must meet or exceed the most recent and commonly accepted industry standards for materials intended for use in sanitary sewer systems. The material must as a minimum have a proven history of installations of this nature, as well as manufacturer's written approval and acceptance to be utilized as a composite rehabilitation and coating system. All product submittals shall be reviewed and approved by the City of Pinellas Park on a case by case basis. Sewer Manhole Rehabilitation Technical Specifications -10 1 I J I PART 4 - EXECUTION 4.1 APPLICATOR QUALIFICATIONS A. Repair material applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. All cementitious materials must be applied by a Certified Applicator of the product manufacturer and according to manufacturer specifications. 4.2 SURFACE PREPARATION A. Applicator shall inspect all specified surfaces prior to surface preparation. Applicator shall notify City of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the specified repair materials. B. Applicator personnel shall directly perform all aspects of surface preparation and shall not subcontract any element of surface preparation. C. All contaminants.. including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the appropriate condition based repair method to be applied. Surfaces to receive repair materials shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the repair materials and the substrate. E. Infiltration shall be stopped by using a material that is compatible with the appropriate and selected condition based repair method. All costs associated with minor infiltration control shall be considered inclusive with the cost of the application of the appropriate cementitious liner application. Moderate to severe infiltration control may require the use of chemical injection grouting. If warranted, chemical injection grouting will involve a separate Sewer Manhole Rehabilitation Technical Specifications -11 payment item based of the contract unit price bid in the Itemized Proposal for each grouting application. F. All surfaces shall be examined by the City both during and after preparation and before the repair material is applied. 4.3 APPLICATION OF CEMENTITIOUS LINER MATERIAL A. For each bag of product, use the amount of water required per manufacturer's recommendations following mixing procedures noted on product container and using the approved equipment for mixing and material application. The cementitious liner material will require only the addition of potable water during mixing. No other materials will be added during the mixing process without prior written consent from the material manufacturer. B. Once materials have been mixed to an appropriate consistency, caution should be taken as to not over mix the mortar material. C. The surface prior to application of the cementitious liner shall be clean and free of all foreign material (ref. Section 4.2) and shall be damp without noticeable free water droplets or running water, but totally saturated just prior to application of the liner material. No application shall be made to a dry surface. D. Wooden covers and/or any other approved shielding mechanism shall be placed over the manhole invert channel prior to application in order to prevent extraneous materials from entering the sewer lines. E. Spraying or centrifugal spincasting of the cementitious liner material shall be performed by starting at the junction of the manhole wall and bench and progressing up the manhole wall to the corbel and chimney areas. The material shall be applied in a consistent manner to create a minimum uniform thickness based on the appropriate condition based repair method, but shall under all circumstances be a minimum of 1 inch. Should the reconstruction ` process require thickness greater than 1 inch, the material can be applied up to 3 inches in thickness in multiple single lift applications. F. Troweling of the liner material shall begin immediately following.the spray application. Troweling shall be in an upward motion, compressing the material into any voids in the manhole wall, and creating a relatively smooth finish on the surface of the liner _.f Sewer Manhole Rehabilitation Technical Specifications -12 I 1 1 11 11 material. Precautions should be taken not to overtrowell the material. G. The wooden invert covers shall be removed at this time and the bench area sprayed with materials. The materials are to be -sprayed on the bench in such a manner that a gradual slope is produced from the walls to the invert with the thickness of the material at the edge of the invert to be no less than 1 inch. Using the trowel, the wall/bench intersection is then rounded to a uniform radius the full circumference of the intersection. The material on the bench area should be finished in such a manner as to provide for proper drainage without ponding. No additional payment shall be made for materials applied to the bench. H. Immediately upon completion of the troweling phase, a wet -brush finish shall be applied to all surface areas of the cementitious liner material. I. The cementitious liner material shall be cured in accordance with ACI recommendations. A water based curing compound may be used when necessary. J. The liner material, once placed, shall have a minimum of 8 hours cure time before being subjected to active flow of surcharge. K. In high traffic areas, the manhole should be barricaded and traffic withheld for a minimum of 12 hours after application is complete. L. Caution should be taken to minimize exposure of applied product to sunlight and air movement. If application of additional materials is to be longer than 15 minutes, the structure shall be covered. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before covering or closing access. In extremely hot and and climates, the manhole shall be shaded while reconstruction is in process. In environments where humidity level is below 70%, it shall be necessary to keep finished product damp for the first 72 hours. M. No application shall be made to frozen surfaces or if freezing is expected to occur within the substrate within 24 hours after the application. Precautions shall be taken to keep the mix temperature at time of the application below 90 degrees F. Mix water temperature shall not exceed 80 degrees F. Mix water may be chilled with ice if necessary. Sewer Manhole Rehabilitation Technical Specifications -13 N. Payment will be made on the basis of the contract unit price bid in the Itemized Proposal for each square foot of cementitious and epoxy manhole liner that is installed. 1 1 :I Sewer Manhole Rehabilitation Technical Specifications -14 I I - I PART 5 - ANCILLARY MANHOLE I LIFT STATION REPAIR ITEMS 5.1 BYPASS PUMPING A. Prior to repairs, flow through the manhole shall be arrested via the use of either pipe plugs, flow -through plugging systems, or manhole by-pass pumping as conditions warrant. Plugging systems are considered incidental to the process and no additional payment will be made for this work. B. if warranted to facilitate any aspect of the manhole or lift station restoration process, the Contractor shall provide a bypass pumping system that is capable of handling a minimum flow of 500 GPM at 50 psi. The contractor shall also provide a secondary or standby pump system that is capable of handling similar flows in the event that the primary pump system experiences flows greater than 500 GPM, or if :- the first pump fails. Both pumping units shall be provided with the following items: sound reduction compartments, floatation sensors, automatic dialers and internal & external check valve assemblies. Bypass pumping pricing includes setup and breakdown. Bypass operations to include complete flow diversion management if selected by the City of Pinellas Park. Bypass pumping includes a maximum of 400 linear feet of discharge. C. Any requirement for bypass pumping shall be submitted by the -� Contractor to the City of Pinellas Park for review and approval prior to commencement of actual sewer bypass. The City shall have sole discretion in determining the necessity for any bypass pumping. No bypass pumping shall be executed without prior approval of the City of Pinellas Park. J D. Payment will be made on the basis of the contract unit price bid in the itemized Proposal for any specific structure that requires bypass pumping. Payments for manhole bypass pumping will be limited to one installment per manhole. Any subsequent or additionally required bypass pumping will be at the sole responsibility and expense of the Contractor. 5.2 INSTALLATION OF NEW MANHOLE COVER FRAME ASSEMBLY J A. if warranted and specified by the City of Pinellas Park, some manholes will require the Contractor to remove and replace the existing manhole cover frame assembly prior to manhole liner installation. This work shall involve both unpaved and paved areas. Sewer Manhole Rehabilitation Technical Specifications - 15 1 1 B. When manhole cover frame assembly replacement is required, the new manhole cover frame assembly shall be provided to the Contractor by the City of Pinellas Park. C. All additional materials, equipment, and work required to replace-- the existing manhole cover frame assembly shall be provided by the Contractor. D. This item shall include sawcutting existing asphalt or concrete and disposing of material (in paved areas only), excavation, manhole wall and frame preparation, new frame and cover, removal and off - site disposal of existing materials, backfilling and compaction per the specifications and details, accessing manholes as specified, traffic control, coordination with and location of existing utilities, complete restoration of asphalt and concrete or grass, and for all else incidental thereto for which separate payment is not provided -� under other bid items. E. Payment will be made on the basis of the contract unit price bid in the Itemized Proposal for each manhole frame and cover that is replaced. 1 5.3 REBUILDING EXISTING MANHOLE BENCH & INVERT CHANNELS A. If warranted and specified by the City of Pinellas Park, some manholes will require the Contractor to perform a rebuild of the existing manhole bench and invert channel prior to manhole liner installation. B. Repairs shall be performed on all manhole benches and inverts that exhibit visible damage and/or infiltration, or require such repairs in order to facilitate successful manhole liner performance testing. C. This item includes all materials, equipment, and work required to rebuild existing manhole bench areas. All manhole bench and invert channel repairs shall be approved by the City of Pinellas Park prior to commencement of work. D. Prior to repairs, flow through the manhole shall be arrested via the use of either pipe plugs, flow -through plugging systems, or manhole by-pass pumping (ref. Section 5.1) as required. I Sewer Manhole Rehabilitation Technical Specifications -16 I I E. After manhole flow has been diverted, remove all loose material from manhole bench and invert areas and pressure wash using a minimum 4000 psi hydrablast. F. The quick setting patching and invert repair material shall be applied to the invert in an expeditious manner. The mix shall be troweled uniformly onto the invert at a minimum thickness of 0.5 inches, extending out onto the bench sufficiently to create an adjoining tie in region for the spray applied monolithic cementitious liner material. G. Care should be taken in the finishing -of invert channel, so as to maintain the hydraulic performance of the manhole. The finished invert should be smooth and free of any ridges or other surface irregularities that might impede flow. H. Flow in the manhole should be restored as soon as the quick setting invert repair material achieves its initial set and not longer than 30 `- minutes from the time of initial service interruption. I. Payment will be made on the basis of the contract unit price bid in =� the Proposal for each manhole bench and invert channel that is rebuilt. 5.4 CHEMICAL GROUTING OF MANHOLES & LIFT STATIONS A. Manholes and lift stations that exhibit moderate to severe groundwater infiltration will require the use of chemical injection grouting to arrest leakage prior to rehabilitation. The Contractor will submit said structures to the City of Pinellas Park for approval of the grouting procedure prior to commencement of work. B. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with the grout manufacturer's recommendations. ` C. The following properties shall be exhibited by the grout. 1. Documented service of satisfactory performance in similar usage. 2. Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum set time shall be established so that adequate grout travel is achieved. J 3. Resistance to chemicals: to most organic solvents. Mild acids and alkali. 4. The chemical shall be essentially nontoxic in a cured form. Sewer Manhole Rehabilitation Technical Specifications -17 5. Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. 6. Acrylate grouts may not be used. D. Mixing and handling of chemical grout, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels are handled by authorized personnel in the proper manner. All equipment shall be subjected to the approval of the City of Pinellas Park. Only personnel thoroughly familiar with the handling of the _ grout material and additives shall perform the grouting operations. E. Injection holes shall be drilled through the manhole wall at locations as recommended by the grout manufacturer. F. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. G. Grouting from the ground surface shall not be allowed. H. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary to ensure grout travel. 1. injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. I Sewer Manhole Rehabilitation Technical Specifications - 18 I. . I 1 I PART 6 — INSPECTION AND PERFORMANCE TESTING 6.1 PROTECTIVE LINER INSPECTION A. After the specified repair and rehabilitation work has been completed, the manhole or lift station shall be visually reviewed and tested by the Contractor in the presence of the City. Visual review shall be for water tightness against leakage of water into the structure. All visible leaks and defects observed during the review shall be repaired to the City's satisfaction at no additional expense to the City. There shall be no visible infiltration. 6.2 PROTECTIVE LINER PERFORMANCE TESTING A. In addition to the visual inspection, each completed manhole will be subjected to the following in -field performance testing requirements as a prerequisite for Contractor payment. B. The applicable and required performance testing method will be dependant upon the appropriate Condition Assessment based repair method. C. All equipment, materials, and work associated with the prescribed performance testing requirements shall be at the sole expense of the Contractor. 6.3 CONDITION 11 APPLICATIONS — CEMENTITIOUS LINERS A. All Condition I and 11 applications (stand alone cementitious liners) shall be tested per ASTM Designation C 1244 -- Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. B. All pipes entering the manhole should be plugged, taking care to securely brace the plug from being drawn into the manhole. D. A vacuum pump apparatus shall be placed onto the manhole ring and sealed to the structure in accordance with the pump manufacturers' recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. �1 j Sewer Manhole Rehabilitation Technical Specifications -19 J 1 1 1 1 1 I 7 7 l I 1 1 J J J E. With the pressure relief valves closed, the time shall be measured for the vacuum to drop to (9) inches. The following table depicts the minimum allowable test times (in seconds) for manhole acceptance at the specified vacuum drop. Manhole Depth (Feet) 8 12 16 20 24 Add for 2ft. more depth: Time (Seconds) 48" Diameter 60" Diameter 72" Diameter 10 13 16 20 26 32 30 39 48 40 52 64 50 65 80 60 78 96 5 6.5 8 E. Manholes that fail the vacuum test shall be reworked and re -tested by the contractor at no additional compensation until the test is passed. Any manholes that are visually leaking, or otherwise deemed unacceptable, or fail or vacuum test, shall be completely re- sprayed and re -tested at no additional expense to the City until accepted by the City of Pinellas Park. Sewer Manhole Rehabilitation Technical Specifications - 20 I END J J March 22nd, 2017 Mr. Jerry Robinson 10101 State Street Tamarac, FL 33321 Re: Cooperative Purchasing / City of Pinellas Park Contract # 14/013 Mr. Robinson: I am writing this letter per your request and the request of the City of Tamarac. VacVision Environmental LLC is prepared to enter into a contractwith the City of Tamarac for manhole rehabilitation services outlined in our proposal to you dated 3/22/17.Our pricing is derived from our annual City of Pinellas Park Contract # 14/013. VacVision is willing to extend the same services as outlined in the above -mentioned contract to the City of Tamarac. We will conform to the same specifications and project requirements as outlined in the documents. Should you have any questions or need additional information, please don't hesitate to contact me at 813.751.5652. We look forward to serving you and the citizens of Tamarac. 29L_ Managing Partner Corporate Office: 10200 US Highway 92 East I Tampa, FL 33610 P: 813.626.07001 F: 813.626.0777 South Carolina Office: 201 East North Street, Suite 214 1 Greenville, SC 29601 P: 864.236.74781 F: 813.626.0777 Proposal:17-8103 DATE. CUSTOMER: PROJECT: PAY ITEM 411 IRA Geo VacVision Environmental LLC 10200 US Hwy 92 E Tampa, FL 33610 Phone (813) 626-0700 Fax (813) 626-0777 3/22/2017 City of Tamarac Annual Sanitary Sewer Rehabilitation PAY ITEM noenol arl nil Pinellas Park PAY ITEM UNIT OF Contracted TOTAL n11A\ITITV &A-1—G 2 High Pressure Water Blasting Minimum 3000psi) of Existing Substrate 110,478 SF $ 8.50 $ 939,059.60 3 Cementitious Manhole Liner Furnish & Install - Condition I (Minimum 1.0 - Inch cementitiousApplication) 109,724 SF $ 1.75 $ 192,017.00 5 Epoxy Manhole Coating Minimum .125-inch epoxy application 753.6 SF $ 1.00 $ 753.60 10 Rebuild Bench and Invert 1466 EA I $ 300.00 $ 439,800.00 Performance Bond (2%) 1 LS $ 31,432.60 $ 31,432.60 Total $ 1,603,062.80 Proposal Notes: Proposal based off of City of Pinellas Park Contract Assumptions for pay item 2,3, & 5 are that the manholes are 6' depth. We multiplied the depth times 12.56 sf assuming that all manholes are 4' diameter Submitted by: Date: 3/22/2017 If you find the above proposal satisfactory, please provide a purchase order number, sign and return the original to us. To schedule the above services, please fax the signed proposal to us and contact our office as soon as possible. Purchase order number Submitted to: Accepted this day of , 20 Signature of Purchaser Printed Name and Title B I D 14/013 MANHOLE REHABILITATION PROGRAM SUMMARY FORM(S) MOBILIZATION. BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 1 1 lump Mobilization — $ $ Sum Applied to individual work 1.00 1.00 orders with <750 s.f. in coating work SURFACE PREPARATION; . (MANHOLE. t. OF STATIQN.Y. BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 2 20,000 Sq. Ft. High pressure water $ $ blasting (minimum 3000 8.50 170,000.00 psi) of existing substrate. CEMENTO OUs 1"NHOL11 LIM11 FURNISH b INSiAkI::. PiER.COtJDITIO:N. ASSESSMENT)`-' BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 3 20,000 Sq. Ft. Condition I — minimum 1.0 $ $ - inch cementitious 1.75 35,000.00 application. 4 5,000 Sq. Ft. Condition 11— minimum $ $ 1.5 - inch cementitious 1.00 5,000.00 application. EPDXYMANNOLE COATING BID QTY. UNIT DESCRIPTION UNITIPRICE TOTAL ITEM 5 2,500 Sq. Ft. Minimum 0.125 — inch $ $ epoxy application. 1.00 2,500,00 (125 mils) BYPASS PUMPING OF SANITARY SEWERS BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 6 1 Per Day Manhole Bypass Pumping $ 1.00 $ 1.00 6" Quiet Flow 500 GPM 7 1 Per Day Manhole Bypass Pumping $ 1.00 $ 1.00 8" Quiet Flow (1500 GPM) 8 1 Per Day Manhole Bypass Pumping $ 1.00 $ 1.00 10" Quiet Flow 2500 GPM 9 1 Per Day Lift Station Bypass $ 1.00 $ 1.00 Pumping (3000 GPM) CONTINUED N.W PAGE BID 14/013 MANHOLE REHABILITATION PROGRAM SUMMARY FORM(S) MANHOLE BENCH & INVERT REPAIR BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 10 1 Each Rebuild existing manhole $ $ bench & invert channel 300.00 300.00 (4' dia. manhole) 11 1 Each Rebuild existing manhole $ $ bench & invert channel 300.00 300.00 (5' dia. manhole) 12 1 Each Rebuild existing manhole $ $ bench & invert channel 300.00 300.00 (6' dia. manhole) MANHOLE L Ak REPAIR - (CHEMICAL GROUTING) :. BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 13 5 Per Gal. Chemical grouting of $ $ manholes and lift stations. 50.00 250.00 MANHOLE` PRANCE: k. COVER REM QV & REPLACE BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 14 1 Each Manhole frame and cover, $ remove and replace 350.00 350.00 MAINTENANCE_ OF TRAFFIC BID QTY. UNIT DESCRIPTION UNIT PRICE TOTAL ITEM 15 5 Lump Maintenance of Traffic $ 1.00 $ 5.00 Sum END PLEASE PLACE TOTAL ON THE TOTAL BID PROPOSAL FORM