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