Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-101Temp. Reso. #10980 May 30, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006-10 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE AN AGREEMENT FOR THE FY06 INFLOW AND INFILTRATION PROJECT FOR SANITARY SEWER REHABILITATION WITH INSITUFORM TECHNOLOGIES, INC., UTILIZING CITY OF MELBOURNE CONTRACT RFP #10-111-1-2005, VALID THROUGH MARCH 22, 2007, FOR AN AMOUNT NOT TO EXCEED $500,000.00; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Broward County Office of Environmental Services conducted an Inflow & Infiltration (I & 1) Study which identified the City of Tamarac as having an excessive amount of I & I conveyed to the Broward County Treatment Facility; and WHEREAS, at that time, the Director of Utilities chose to utilize available contracts awarded by other governmental entities for Wastewater Collection System Sewer Rehabilitation, as provided by City Code Section 6-155, which states that the purchasing officer may utilize contracts with other governmental agencies; and WHEREAS, on October 25, 1995, the City Commission of the City of Tamarac authorized the execution of the first contract for sanitary sewer rehabilitation with Insituform Southeast, Inc., utilizing Broward County Contract 9801 B, as approved by Resolution #R- 95-240; and Temp. Reso. #10980 May 30, 2006 Page 2 WHEREAS, subsequently, the City continued to engage the services of Insituform Southeast, Inc., through various active contracts awarded by Broward County as approved by Resolution Nos. R-98-96, R-99-120, and R-2001-95; and WHEREAS, Insituform Southeast, Inc., merged with Insituform Technologies, Inc., effective December 31, 1998; and WHEREAS, the Utilities Department's FY06 list of excessive I & I locations have been identified in Land Sections 8 and 9, including the neighborhoods of Wedgewood, Spyglass, Westwood 2, Greenhaven, Fairhaven and Sunset Isles, which require sanitary sewer rehabilitation; and WHEREAS, the City of Melbourne issued Contract RFP #10-111-1-2005 with Insituform Technologies, Inc., for Sanitary Sewer and Manhole Rehabilitation Services with a contract term for one year through March 22, 2007, as evidenced by Exhibit 1; and WHEREAS, both the City of Melbourne and Insituform Technologies, Inc., have agreed to extend the terms and pricing of Contract RFP #10-111-1-2005 to the City of Tamarac for the purpose of completing the FY06 Inflow and Infiltration project, as evidenced by Exhibit 2; and 1 Temp. Reso. #10980 May 30, 2006 Page 3 WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the FY06 I & I project as recommended by the Utilities Department; and WHEREAS, the Director of Utilities shall have the responsibility to assign Work Tasks based on the most economical and structural need for sanitary sewer repairs using the unit prices provided by Insituform Technologies, Inc., under City of Melbourne Contract RFP #10-111-1-2005 in an amount not to exceed $500,000.00; and WHEREAS, the Director of Utilities and the Purchasing and Contracts Manager recommend the acceptance and execution of the Agreement between the City and Insituform Technologies, Inc.; 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 accept and execute the Agreement with Insituform Technologies, Inc., utilizing City of Melbourne Contract RFP #10-111-1-2005, valid through March 22, 2007, for Sanitary Sewer Line Rehabilitation in an amount not to exceed $500,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: 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. SECTION 2: Temp. Reso. #10980 May 30, 2006 Page 4 The appropriate City officials are hereby authorized to accept and execute the agreement for the FY06 Inflow and Infiltration project for Sanitary Sewer Rehabilitation with Insituform Technologies, Inc. utilizing City of Melbourne Contract RFP #10-111-1-2005, valid through March 22, 2007 for an amount not to exceed $500,000.00, hereto attached as Exhibit 3. SECTION 3: The Director of Utilities is authorized to approve work tasks in accordance with the schedule of prices under said contract in an amount not to exceed $500,000.00. SECTION 4: The City Manager or his designee are hereby authorized to issue Change Orders in amounts not to exceed $30,000.00 per Section 6-156 of the City Code, and to close the contract, which includes but is not limited to making final payment and releasing bonds per Section 10-156 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. E 1 1 1 1 Temp. Reso. #10980 May 30, 2006 Page 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 c n e 2006. ATTEST: !7 , MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. �tj/p / 4MUEL S. GoIkEIN CITY ATTO NEY RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER The 1,..�1 r �it of Melbourne f �7 900 E. Strawbridge Avenue • Melbourne, FL 32901 M (321) 727-2900 + Fax (321) 953-6207 "EXHIBIT 1" TR #10980 March 23, 2006 TO ALL RFP PARTICIPANTS Re: RFP #10-111-1-2005, CIPP Rehabilitation Services Annual Contract A«rard Thank you for your submitted request for proposal (RFP) package. Submittals for professional cured -in -place pipe (CIPP) rehabilitation services were opened on November 14, 2005 at 3:00 p.m., with packages received from 2 contractors, Insituform Technologies, Inc. and Lanzo Lining Services, Inc. After review of the submitted packages and oral presentations held on December 1, 2005, the selection committee recommended award of this contract to Insituform Technologies, Inc. of Jacksonville, Florida. This bid was awarded by: ( ) City Manager within ten (10) days (X) City Council at their regular meeting on 02/28/06 ( ) Purchasing Manager Thank you for your interest in doing business with the City of Melbourne. Sincerely, Michelle Shoultz, E. Utilities Engineer Cc: Insituform Technologies, Inc. Lanzo Lining Services, Inc. Robert C. Klaproth, Jr., Public Works and Utilities Director Tom Hogeland, Water and Wastewater Operations Superintendent Billy Williams, Streets and Stormwater Superintendent Eric Blankman, Wastewater Treatment Superintendent Jenni Lamb, P.E., City Engineer Karen Smith, Buyer An Equal Opportunity Employer *Internet: www.melbourneflorida.org *E-Mail., cityhall@melbourneflorida.org The City -of Melbourne 900 F. Strawbridge Avenue 0 Melbourne, FL 32901 • (321) 727-2900 0 Fax (321) 953-6207 March. 23, 2006 Mr. Richard Howton Insituform Technologies, Inc. 11511 Philips Highway South Jacksonville, Florida 32256 RE: Annual Contract Award for RFP #10-111-1-2005, CIPP Rehabilitation Services Dear Mr. Howton., At its February 28, 2006 regular meeting, the Melbourne City Council awarded your firm with the contract for professional Cured -In -Place Pipe rehabilitation services for Wastewater Collection, Wastewater Treatment and Streets & Stormwater projects. This will be an annual contract with the option to renew for two years. The contract term for this fiscal year was approved with a not -to -exceed value of $2,145,143. A copy of the minutes is attached. This is your formal Notice to Proceed. Please contact the appropriate City Staff to begin work. Thank you for your interest in doing business with the City of Melbourne. Sincerely, Mic ielle Shoultz. P.E. Utilities Engineer Enclosure Cc: Robert C. Klaproth, Jr., Public Works and Utilities Director Tom Hogeland, Water and Wastewater Operations Superintendent Dilly Williams, Streets and Stormwater Superintendent Eric Blankman, Wastewater Treatment Superintendent Jen.ni. Lamb, P.E., City Engineer Karen Smith, Buyer A2 Equal Opportunity.Employer *Internet,- www.melbourneflorida.org • E-Mail. cityhall®melbourne/iorido.org ITY OF MELBOURNE. FLORID SUMMARY QF MINUTES -- E!EGUL6R CITY COUNCIL MEETING EBRUARY 28 2006 Approved. 14, ORDINANCE NO. 2006-14: (Second Reading/Public Hearing) An ordinance amending Chapter 23, Retirement and Pensions, Article VI, Police Officers' Pension Plan, providing definitions for "credited service" and "retirement;" and amendments relating to the Board of Trustees, vesting, benefits, distributions, deferred retirement options, and reemployment after retirement. (First Reading - 2/14/06) Approved. NEW,_BUSINESS 15, COUNCIL ACTION RE: Continuing annual contract award for professional Cured -In -Place Pipe rehabilitation services for Wastewater Collection, Wastewater Treatment, and Streets & Stormwater projects, Insituform Technologies, Inc., Jacksonville, FL -- Contract Term No. 1 not to exceed $2,145,143. Approved as recommended. 16. CONSENT AGENDA: Approved as recommended. ; a. Supplement No. 274 to the Continuing Consultant's Contract for Engineering Services to provide for Melbourne Avenue .drainage improvements at Pennwood Drive, Project No. 20106, Frazier Engineering, Inc., Melbourne, FL - $23,000. b. Amendment to the Blanket License Agreement with the Florida East Coast Railway, LLC for 67 utility crossings in the amount of $29,752.80 and authorization for the City Manager to execute the document. Approval of an agreement between the Board of County Commissioners of Brevard County and the City of Melbourne for the purpose of securing auto -aid first response fire protection and rescue service by each of the parties and authorization for the City Manager to execute the document. d. Purchase of Lifepak® defibrillator/monitors and upgrade components, Medtronic Emergency Response Systems, Redmond, WA - $34,469.95. e. Approval of a $250,000 HOME Investment Partnership Program award to National Church Residences of Silver Palms Housing, Inc.; authorization for the City Manager to execute the agreement, contingent upon the developers' receipt of housing credits from the Florida Housing Finance Corporation in the 2006 Universal Cycle; and approval of various budget adjustments totaling $250,000. f. Resolution No. 1970: A resolution authorizing the City Manager to submit a grant application to the Florida Inland Navigation District for grant funding in the amount of Page 3 of 7 CIPP Rehabilitation. Services CITY OF MELBOURNE RFP-10-111-0-2005 Pricing Summary ��c.n nan CIPP Rehabilitation Services Total Amount' Cleaning and Inspection Services Other Services $ , L U.F-..�-,r TOTAL Is 4 1 lobes ATTACHMENT A MINIMUM RESPONSE REQUIREMENTS (PROVIDED FOR INFORMATION ONLY) Respondent Name: t tiTUrc7Rw� \ r�c,� Respondent submitted the following: No Respondent Submitted: Cam leted Proposer Response Sheet Once signed original response (marked "original) and six response copes marked "copy")_l� Cam lets Proposal as outlined in RFP document Pricing Sheets RESPONDENT MUST SUBMIT THE MINIMUM REQUIREMENTS LISTED WITH RESPONSE SUBMISSION. FAILURE TO SUBMIT THE MlNM UM REQUIREMENTS SHALL DISQUALIFY THE RESPONDENT FROM FURTHER CONSIDERATION Page 29 of 29 The City of Melbourne Purchasing Division 900 E. Strawbridge Avenue • Melbourne, Florida 32901 • (321) 953-6320 + Fax (321) 953.6279 Issue Date: I October 18, 2005 RFP No.: I RFP-10-111-0-2005 RFP Title: Cured -In Place (CIPP) Rehabilitation Services NNOWW. � -' eft November 14, 2005 3:00 PM Pre -proposal Information: None Sealed proposals will be received in the Purchasing Division until the date and time as indicated above. All proposals shall be submitted in sealed envelope(s) (one original and multiple copies as specified) and mailed or delivered to the City of Melbourne Purchasing Division, 900 E Strawbridge Avenue, Melbourne, Florida 32901. The outside of the envelope shall plainly identify the RFP by: NUMBER, TITLE, AND DATE AND TIME OF OPENING. It is sole responsibility of the proposer to ensure that their proposal reaches the Purchasing Division before the closing date and hour as shown above. Proposals received after the schedule time for opening will not be considered. Any proposal envelope(s) received late will be returned to the proposer unopened. All proposers and the general public are invited and encouraged to attend the RFP opening. Proposals will be opened and recorded. Proposers may obtain RFP documents from DemandStar by OnVia at www.demandstar.com or by tailing 1- 800-711-1712. Additionally, proposers may contact the City of Melbourne Purchasing Division at (321) 953-6353 to arrange for RFP documents. For further information contact: David N. McCue Purchasing Manager, C.P.M., A.P.P.. Karen Smith, Buyer Phone: (321) 953-6353 Fax: (321) 953-6279 E-mail: ksmith melbourneflorida.or Page 1 of 29 ACKNOWLEDGEMENT OF FORMS RFP-10-111-0-2005, CIPP Rehabilitation Services The undersigned hereby acknowledges the receipt of the following documentVANVANNAMMOM (a) Request for Proposal Cover Sheet (b) General Instructions and Requirements (c) Proposer Response Sheet (d) Statement of No -Proposal (e) Request for Proposal Form (f) Specifications (if provided) (g) Specific Instructions (if provided) (h) Drawings (if provided) . (i) Other documents (if provided) (j) Addenda (if provided) Addendum No: Dated: Addendum No: Dated: Addendum No: Dated: Addendum No: Dated: PROPOSER'S CERTIFICATION: The signed proposer certifies that he/she has read and thoroughly understands the terms, conditions, and specifications as contained in this RFP, and that the items of material or services offered in their proposal meet the required minimum specifications. It is understood that any item offered as an alternate not meeting specifications might be rejected. Proposer further certifies that all information contained in this proposal is truthful to the best of prop Knowledge and belief and that they are duly authorized to submit the proposal on behalf vendor/contractor and that the vendor/contractor is ready, willing, and able to perform if awarde proposal. Proposer offers and agrees to furnish the goods and/or services, specified in the RFP, at the prices or rates quoted in their proposal, including the following: Delivery or completion: calendar days after receipt of purchase order. Prices are firm for re -orders for months after award of proposal, The proposer certifies, by submission and signature of this proposal, that the proposer complies fully with the drug -free workplace certificate on Page RFP - 3. Please indicate below, whether proposer's firm meets the drug -free workplace certification: [ ] Does meet Drug -free Workplace Certification [ ] Does not meet Drug -free Workplace Certification TAXPAYER ID, FEDERAL EMPLOYER ID, OR SSAN AREA CODE PHONE FAX COMPANY NAME MAILING ADDRESS TYPED/PRINTED NAME CITY - STATE - ZIP TITLE E-MAIL ADDRESS DATE Page 2 of 29 STATEMENT OF NO -PROPOSAL If your company will not be submitting a proposal in response to this Request for Proposal, please complete and submit this Statement of No -Proposal response to: City of Melbourne Purchasing Division 900 E Strawbridge Avenue Melbourne, FL 32901 RFP Number I RFP-10-111-0-2005 Title I CIPP Rehabilitation Services Company Name Mailing Address City -State -Zip COMPLETE THE FOLLOWING REASON(S) FOR NO -PROPOSAL Unable to comply with product or service specifications. Unable to comply with scope of work. Unable to quote on all items in the group. Insufficient time to respond to the Request for Proposal. Unable to hold prices firm throughout the term of the contract period. Our schedule would not permit us to perform. Unable to meet delivery requirements. Unable to meet bond requirements. Unable to meet insurance requirements. Other (Specify) Signature I Date Page 3 of 29 Per Addendum #1 dated 10/29/05 I. II. III IV V. City of Melbourne CIPP Rehabilitation Services RPP-10-111-0-2005 Tal10 of Contents OVERVIEW AND TIMETABLE A. Introduction ............ ....................... . B. Request for Proposal (RFP) Timetable .................... PROPOSAL PROCEDURES A. Preparation of Proposal ............................... B. Time and Location of Proposer's Presentation ............... C. Effective Period of Proposals ........ ................ . D. Right of Rejection by the City of Melbourne ................. E. Contract Negotiations ................................ F. Bid/Performance Bond ............. ................ . G. Award of Contract ................................... H. Contract Term ............................... ... . I. Public Entity Crime ............. ................... . J. Drug Free Workplace ................................. K. Additional Terms and Conditions ......................... INFORMATION REQUESTED A. General Information .................................. B. Non-compliance with Proposal Specifications ................. C. Specifications ....................................... EVALUATION AND CRITERIA ................................. ATTACHMENTS A. Attachment A — Minimum Response Requirements ............ . B. Attachment B -- Pricing Sheets .......................... Page 4 of 29 Per Addendum #1 dated 10/29/05 Page Number 5 5 6 6 6 6 6 6 6 7 7 7 7 8 10 11 27 K.11 separate cover RFP-10-111-0-2005 CRY of Wbourne, Florida PURCHAMG DMION CIPP Rehabilitation Services Sealed proposals will be received by the Division of Purchasing, City of Melbourne, 900 F. Strawbridge Avenue, Melbourne, Florida 32901, until 3: 0 . N vem er 14 2005, at which time and place proposals will be opened for CIPP Rehabilitation Services. Proposers shall furnish all of the services described below. At a minimum, the following must be submitted with your proposal (original and six (6) copies of all documents); (1) Completed Proposer Response Sheet (2) Response to Information Requested (Attachment A) (3) Pricing Sheets Once opened, the proposals will,be reviewed by a selection committee and presented to City Council for contract award. I. OVERVIEW AND TIMETABLE A. Introduction The City of Melbourne ("City'D is currently seeking proposals from cured -in place pipe rehabilitation service providers for rehabilitation of sanitary sewer gravity mains and storm sewer lines (8" -- 72" diameters). B. Request for ro I FP) Timetabi Issue date of RFP Proposal due date Oral presentations of selected firms to the City Proposed City Council award date Proposed contract start date Page 5 of 29 Per Addendum #1 dated 10/29/05 QctQber 18. 20 November 14R, 2005 Der&mbr1205 Jana 0 2006 Febcuaty 1 2006 II. PROPOSAL PROCEDURES A. 3 C. M E. E. G. Per paration of ftRQFal Each proposal shall be prepared simply and economically avoiding the use of elaborate promotional materials beyond those sufficient to provide a complete, accurate and reliable presentation. An authorized representative shall sign the proposal. All information requested should be submitted. Failure to submit all information requested may result in a proposal being considered "non -responsive" and, therefore, rejected. A proposal may be withdrawn prior to the due date/time. Time tion of 's Presentation The top three (3) ranked proposers may be requested by the Selection Committee to provide oral presentations on December 1, 2005. Those proposers will be notified to arrange for specific location, date, and time. Effective Period Qf Proposals All proposals must state the period the proposal shall remain in effect. Such period shall not be less than 120 days from the proposal date. Right of Reicalion by the City f-elbourne Notwithstanding any other provisions of this RFP, the City reserves the right to award this contract to the proposer that best meets the requirements of the RFP. Furthermore, the City reserves the right to reject any or all proposals and waive any minor irregularity or technicality in proposals received prior to execution of the contract, with no penalty to the City. Any contractor who submits in its proposal any information that is determined by the City to be substantially inaccurate, misleading, exaggerated or incorrect, may be disqualified from consideration. The City will have sole discretion in determining the disqualification of a proposal. Contract Negotiations After a review of the proposals, and possible oral presentations, the City intends to enter into contract negotiations with the selected proposer. These` negotiations could include all aspects of services and fees. If a contract is not finalized in a reasonable period of time, the City will open negotiations with the next ranked proposer(s). Bid/Performance Bond A Bid Bond will not be required for this RFP submittal. Successful contractor shall be required to provide performance bonding and/or warranties (as necessary) on a "per project" basis. Once a total project cost has been mutually agreed upon by the Contractor and the City (utilizing the Contractor's submitted unit prices), a performance bond shall be issued prior to the start of work. Award of CQj]tract The proposer to whom a contract is awarded shall be required to enter into a written contract with the City. This RFP and the proposal, or any part thereof, shall be Page 6 of 29 Per Addendum #1 dated 10/29/05 incorporated into and made a part of the final contract. The City reserves the right to negotiate the terms and conditions of the contract with the selected proposer. H. Contract Term It is the intent to award a contract for an initial 1-year period with the option to renew for 2, one-year periods for a possible total of 3 years. The decision to renew the contract will be at the discretion of the City. Cancellation may be made with 120 days advance written notice by either party. I. Public Entity rime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or qualifications on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of thirty six (36) months from the date of being placed on the convicted vendor list. J. Drug Fie Workplace All proposers shall submit the enclosed, duly signed portion of the "Proposer Response Sheet" entitled "'Proposer's Certification". The proposer shall have the burden of demonstrating its program compliance with Section 287.087 of the Florida Statutes, and any other applicable state law. K. Additional Terms and Conditions 1. Assignment: Neither party may assign or subcontract any of its rights or obligations under the agreement with the City for CIPP rehabilitation services in whole or in part. Any attempted assignment under the agreement shall be void and of no effect. 2. Indemnification: The provider will indemnify and hold harmless to the City and their agents and employees from the performance of the work and/or litigation under the agreement regardless of whether or not it is caused in part by the party to be indemnified hereunder. If, on account or breach of default or failure to perform by the provider or the provider's obligations under the terms and conditions of the agreement, it shall become necessary for the City to employ an attorney to enforce or defend any of the City's rights or remedies hereunder, the provider agrees to pay all costs and a reasonable attorney's fee incurred by the City in such connections including attorney's fees and costs in any,appeals. 3. Failure to observe any of the instructions or conditions in this RFP may constitute grounds for rejection. 4. The City will not be liable for any costs incurred in the preparation of proposals. 5. The City reserves the right to request an interview with any proposer to determine service capabilities in greater detail and to clarify any unclear areas in Page 7 of 29 Per Addendum # 1 dated 10/29/05 the proposal. This may include a site visit to the proposer's facilities. The City will not be liable for any costs incurred by the proposer in connection with such an interview (i.e., travel, accommodations, etc.). G. By submitting a proposal, the proposer certifies that the officer is authorized and has fully read and understands this RFP. Additionally, the officer has full knowledge of the scope, nature, .quantity, and quality of work to be performed, the detailed requirements of the services to be provided; and the conditions under which the services are to be performed. 7. The proposer shall furnish such additional information as the City may reasonably require. The City reserves the right to make inquiries of the qualifications of the proposer, as it deems appropriate. 8. The proposer is subject to audits and reviews of its books and records pertaining to its performance under the agreement. These may be performed by the City of Melbourne Staff and it's representatives. 9. All proposals will become the property of the City when received and, as such, will be subject to Florida's Public Records Law. III. INFORMATION REQUESTED A. GeneralInformation Response information submitted shall be tabbed to correspond to the sections listed below and shall be in the following order: 1. Tab A: Sind n ted Pro ser's ResponF& Sheet 2. Tab B: Vendor Hi and Capabilities Documentation of vendor history and capabilities shall include but not limited to the following: • Number of years in business under the current business name • Location of offices • Profiles of contractor/subcontractor personnel assigned to perform work under this contract • Copies of all contractor/subcontractor personnel's confined space entry and manufacturer installation certifications • Equipment .listing 3. Tab C: PrSpecifications Detailed, manufacturer product specifications of the lining system to be used for work under this contract. 4. Tab D: Prqd= Egrformance Proposer shall provide a reference list that documents the proposed product is commercially proven. For a product to be considered "commercially proven", a Page 8 of 29 Per Addendum #1 dated 10/29/05 minimum of 1,000,000 linear feet of successful sanitary sewer system installations and 1,000,000 linear feet of successful storm drain installations in the United Stated must be documented to the satisfaction.of the City of Melbourne. In addition, at least 500,000 linear feet of 8" to 18" and 300,000 linear feet larger than 18" of the product shall have been in successful service within sanitary sewer systems within the State of Florida for a minimum of five (5) years. At least 300,000 linear feet of 15" and larger of the product shall have been in successful service within storm drainage systems within the State of Florida for a minimum of five (5) years. (See Part IV -- Specifications; Section C — Product Performance) S. Tab E: Manufagurer InA&La—fnn Procedures Copies of manufacturer installation procedure documentation. 5. Tab F: Installer Performance Proposer shall provide documentation demonstrating that an installer is "commercially proven". NOTE: For an installer to be "commercially proven", the installer must satisfy all insurance, financial and bonding requirements of the City of Melbourne and must have had at least five (5) years active experience under the firm's current name in the commercial installation of the proposed product. In addition, the installer must have successfully installed a minimum of 500,000 linear feet of the proposed product in sanitary systems and 500,000 linear feet of the proposed product in storm drainage systems in the State of Florida. (See Part IV — Specifications; Section D — Installer Performance) 7. Tab G: 5gfety Performance Proposer shall include copies of their company's safety logs submitted to the Occupational Health and Safety Administration (OSHA) and those of any subcontractors to perform work under this contract for the 2002, 2003, and 2004 calendar years. NOTE: RfflggLsR1 wi/I &g nde~ if tke- QSMA-loas are Nor pro vMdrg the pro�osa/ sabmitta/; The City of Melbourne reserves the right to reject a proposal based upon past safety performance as evidenced from contractor/subcontractor OSHA logs, references and other means as determined by the City of Melbourne. Safety performance shall be demonstrated by the contractor to the City's satisfaction. 8. T H: Bid Bond - REM VED FR M SUBMITTAL REQUIREMENTS- BASED N ADDENDUM #1 DATED 10L/ Page 9 of 29 Per Addendum #1 dated 10/29/05 9. Tab I: Tim Fr me to Benin work Respondent will provide time frame when respondent will be ready to provide CIPP Rehabilitation services. For example, upon award of contract, within 15, 30, 45 or over 45 days. 10. Tab J: Pr f of Insurance Provide proof of insurance per the outlined insurance requirements in the "Specifications Portion" of this RFP: 11. TAg_ K: Pricing Sheer Vendor shall provide unit costs on the attached "Pricing Sheet" -- Attachment B. Prices must be guaranteed for the initial, 1-year term of the contract. After the initial 1-year term, any and all fee modifications are subject to the approval of the City. B. Noncompliance with frolgosal ER„ Cifications The proposal should identify each specific incident of noncompliance with the RFP specifications. C. Pre -Submittal -Contact The designated point of contact for this project is Karen Smith, Buyer. If technical or procedural questions arise, Ms. Smith is the only City representative who will respond. She can be reached at: Karen Smith, Buyer; City of Melbourne; Purchasing Division; 900 E. Strawbridge Avenue; Melbourne, Florida 32901; Telephone: 321-953- 6353; Fax 321-953-6279; or e-mail: ksmithftelbourneftOda.org. Contractors must submit their questions/clarifications .in writing.. Ms. Smith will respond to all questions/clarifications in the form of an addendum so all interested parties will receive the same information. NO OTHER CITY PERSONNEL MAY BE CONTACTED ABOUT THIS PROPOSAL DURING THE SELECTION PROCESS. D. In "ons to PropMrs All proposals shall be submitted in sealed envelope(s), one original and five (5) copies and mailed or delivered to the City of Melbourne Purchasing Division, 900 E Strawbridge Avenue, Melbourne, Florida 32901. The outside of the envelope shall plainly identify the RFP by: VENDOR NAME/ADDRES, RFP NUMBER, RFP TITLE, AND DATE AND TIME OF OPENING. It is safe responsibility of the proposer to ensure that their proposal reaches the Purchasing Division before the closing date and hour as shown above. Proposals received after the schedule time for opening will not be considered. Any proposal envelope(s) received late will be returned to the proposer unopened. Vendor's are hereby notified that the use, display or reproduction of the official seal of the City of Melbourne on any submittals, letters, presentation documents or similar information is prohibited by Melbourne City Code. Page 10 of 29 Per Addendum #I dated 10/29/05 A. General The City of Melbourne is requesting proposals for professional CIPP rehabilitation services for sanitary sewer gravity mains and storm sewer lines (8" — 72" diameter) on a continuing annual contract basis. The term of the agreement will be for a period of one (1) year with an option to extend the agreement for two (2) additional twelve (12) month periods upon mutual agreement for the same prices. The contract shall not exceed three (3) years. B. Scope The contractor shall provide all labor, supervision, materials, equipment and incidentals required for the rehabilitation of various sized sanitary sewer gravity mains and storm sewer lines with resin impregnated cured -in -place pipe (CIPP) in accordance with all applicable City and industry standards. Work assigned under this contract may include, but is not limited to, the following types of projects: • Storm drain and sanitary sewer cleaning • Storm drain and sanitary sewer pre- and post- work inspections • Easement access • Maintenance of Traffic (MOT) • Isolation and by-pass pumping Cured -In Place Pipe reconstruction • Chemical and physical product testing • Hydraulic capacity testing • Reinstatement of services and pressure grouting • Site restoration C. Product Performance Standard lining products are. intended to have a 50-year design life and in order to minimize City of Melbourne's risk, only proven products with substantial successful long- term track records will be approved. Proposed products must meet or exceed ALL of the following criteria to be deemed commercially acceptable. For a productto be considered commercially proven, a minimum of 1,000,000 linear feet of successful sanitary sewer system installations in the United States must be documented to the satisfaction of the City of Melbourne to assure commercial viability. In addition, at least 500,000 linear feet of 8" through 18" and 300,000 linear feet larger than 18" of the product shall have been in successful service within the State of Florida for a minimum of five (5) years. Also, a minimum of 1,000,000 linear feet of successful storm drain system installations in the United States must be documented to the satisfaction of the City of Melbourne to assure commercial viability and at least 300,000 linear feet (15" or larger) of the product shall have been in successful service within the State of Florida for a minimum of five (5) years. Contractor shall vid reference list Page 11 of 29 Per Addendum #1 dated 10/29/05 with the proposal submittal to document this requirement. Reference list shall include name/address of company/municipality within the Sate of Florida; contact name; tel hone number; and date of installation. D. Installer Performance For an installer to be considered commercially proven, the installer must satisfy all insurance, financial and bonding requirements of the City of Melbourne, and must have had at least five (5) years active experience under the firm's current corporate name in the commercial installation of the proposed product. In addition, the installer must have successfully installed at least 500,000 linear feet of the proposed product in sanitary sewer systems and at least 500,000 linear feet of the proposed product in storm drainage systems. Acceptable documentation of these minimum reauirements_mg t to submitted to the City of Melbourne with proposal submittal. E. Safety Performance Contractor and all subcontractors related to the performance of this contract shall provide copies of their company's safety logs submitted to the Occupational Health and Safety Administration (OSHA) for the 2002, 2003 and 2004 calendar years with proposal submittal. Proposal will be rejected if the OSHA logs are not provided with the proposal submittal. The City of Melbourne reserves the right to reject a proposal based upon past safety performance as evidenced from contractor/subcontractor OSHA logs, references and other means as determined by the City of Melbourne. Safety performance shall be demonstrated by the contractor to the City's satisfaction. F. Eauinment All contractor/subcontractor equipment shall be sufficient in size and number for work to be done in a timely manner under this contract. All contractor/subcontractor equipment shall be maintained in good operating condition. The City reserves the right to reject any equipment it deems unsafe or insufficient in size and/or number to perform work under this contract. It shall be the sole responsibility of the contractor/subcontractor to replace rejected equipment in a timely manner and at no cost to the City. G. Materials a. All materials specified by name, brand or manufacturer shall be delivered to the job site in original containers. Contractor shall obtain printed instruction and special bulletins for the manufacturer -recommended safety precautions. Contractor/subcontractor personnel will have copies of the manufacturer - recommended safety precautions available at the work site to ensure all work is performed in a safe manner. b. The contractor shall be responsible for obtaining potable water from the City for use on the project. A construction meter must be obtained and all appropriate fees paid prior to the start of work. The contractor will then be responsible for paying all potable water used at standard City rates. Page 12 of 29 Per Addendum #1 dated 10/29/05 H. Contractor R uir nts a. The contractor shall employ adequate staff to perform the services required. Staff should include: Project Representative, Project Manager, Field Supervisor and Senior Foreman. Staff shall be proficient and experienced in all phases of services mentioned. b. The contractor shall perform all work and shall be a licensed contractor for these services. C. The contractor shall be certified in confined space entry (OSHA) and traffic control. d. I anin of SW[m Drain and Sewer Lines: The contractor shall remove and properly dispose of all internal debris from the inside of storm drain and sewer lines that will interfere with the installation of CIPP. e. Byl2agging Sewage: The contractor shall provide for the flow of stormwater and sewage around the sections of pipe designated for reconstruction. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole by way of restrained watertight pipe. The pump(s) and bypass lines shall be of adequate capacity and size to handle the average daily flow. Backup bypass pump(s) of adequate size and capabilities shall be on site at all times of by-pass pumping. TV & Ins ection of Pi lines: Inspection of pipelines shall be performed by experienced personnel trained in. locating breaks, obstacles and service connections by close circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any conditions which may prevent proper installation of CIPP into the pipelines and it shall be noted so that these conditions can be corrected. A video tape and suitable log shall be kept for later reference by the City. Post -construction inspection and video tape and log shall be performed by the contractor to be submitted to the City. All videotaping shall be witnessed by a City representative as it is being performed.. g. Manhole/LingrInterface:, It shall be the responsibility of the contractor to make a watertight seal at the interface where the liner/host pipe meets the manhole. h. Service Reconnection: Service reconnection refers to the reinstatement of the house service connection of the sewer main after the installation of Trenchless Pipe Reconnection System. This is accomplished from within the sewer main via a remote controlled cutting device. Service with Pressure Grouting: Service wye to be pressure grouted after mainline has been rehabilitated and service line re -instated. A non -shrinking chemical grout is to be used (Avanti 118/101 or Cues Quickseal 105 are acceptable). The contractor shall provide trenchless reconstruction of service Page 13 of 29 Per Addendum 41 dated 10/29/05 laterals and main line sewers. The contractor shall have the capability of performing services which include televised inspection, data collection, system flow analysis and pipeline reconstruction. The contractor shall provide services that include safety measures for both the public and workers and shall coordinate all scheduling with the City. k. The contractor shall be completely responsible for the control fo the environment of the work site during on -site operations. All precautions shall be taken by the selected contractor to protect the workers, public and City staff from the exposure to harmful or hazardous substances within the sewer system. I. The contractor shall be responsible for all traffic control during operations and bypass pumping. The cost for traffic control is included in the overall cost of the project. m. The contractor shall be responsible for the disposal of all waste materials and shall transport waste materials to the nearest Melbourne Wastewater Treatment Plant for processing. City shall approve all waste material disposal schedules. The selected contractor shall be responsible for all waste material spills and clean-up, in the loading, hauling and unloading of the contractor's equipment. n. The City of Melbourne requires that an approved backflow prevention device be properly installed inline to the fresh water fill line of all jetting and/or vacuum equipment. o. The contractor shall be responsible for conforming to any and all requirements regarding hauling and disposal. of wastes from each work site in accordance with OSHA regulations and those that may be mandated by federal, state or local governments. P. The contractor shall ensure that all waste material transporters possess all required federal, state and local regulations, including but without limitation, 40 CFR Part 263, "Standards Applicable to Transporters of Hazardous Waste" and Chapter 17-730, Part 3, Florida Administrative Code, as may be amended from time to timc.. q. The contractor shall prepare a report of each TV inspection and analysis, as required by the City, to be submitted to the City. The City shall then make the scope of work determination. r. The contractor shall inform the City of its planned work schedules and shall afford the City reasonable opportunity to observe and inspect the contractors work in process. The City will be advised of all schedule changes and notified when a work site is left for a 24-hour period when work is not complete. Contractor shall have established offices and be licensed to do business in the State of Florida. Page 14 of 29 Per Addendum # l dated 10/29/05 I. Contractor LSubcpntraqgr Emplg=Conduct and A r a. Con : 1. Contractor and subcontractors shall follow all applicable industry standards, federal, state, and local laws/ordinances as related to described work. 2. All on -site employees shall have current confined space entry certification. 3. Any contractor or subcontractor employee reporting to a work site smelling of alcohol will not be allowed to stay at the work site. Vendor shall be responsible for immediate replacement of the employee in a timely manner and at no cost to the City. 4. It shall be the sole responsibility of the contractor/subcontractor to provide trained supervision at the work site to ensure work is performed in a safe manner. Any damage resulting from the negligence of contractor or subcontractor employee(s) to City property or equipment shall be corrected by the contractor in a timely manner, to the City's satisfaction and at the contractor's sole expense. b. Appearance: 1. Contractor and subcontractor employees assigned to work under this contract will have an appearance that is neat and clean. 2. Contractor and subcontractor employees shall, at minimum, wear a work shirt identifying their company name. ]. Licenses/Permits It shall be the responsibility of the Contractor to obtain all necessary municipal and other governmental licenses/permits and approvals or consent from utilities or carriers such as the telephone company, power company, and/or other persons/organizations upon whose property or authority performance of work under the contract might impinge. K. Storm Drain and Sanilrx -Sewer Cleaning Scope: Work performed under this section includes removal and disposal of all dirt, roots, grease, solids, or semi -solids from storm drain pipes, sanitary sewer mains and manholes as indicated on the drawings and as specified herein to the extent that video inspection, flow isolation, and manhole inspection can be performed. b. Quality Assurance: Cleaning operations shall be conducted by experienced personnel who have previously been engaged in cleaning operations of similar size and complexity to the work described herein. A contractor conducting cleaning operations on existing storm drain and sewer lines shall have four (4) years experience in cleaning existing storm drain and sewer lines using the equipment specified herein and shall have successfully completed projects containing a total of at least 200,000 linear feet of each within the past two (2) Page 15 of 29 Per Addendum #1 dated 10/29/05 years. The contractor conducting cleaning operations on new storm drain and sewer lines shall have four (4) years cleaning experience in cleaning new storm drain and sewer lines using the equipment specified herein and shall have successfully completed projects containing a total of at least 200,000 linear feet of each within the past two (2) years. C. Submils: 1. The contractor shall submit a Cleaning Log Sheet for the purposes of recording pertinent information relative to the storm drain and sanitary sewer structures being cleaned. 2. Material Safety Data Sheets (MSDS) submittals shall be made for all chemical cleaning agent proposed for use under this contract. d. ucts: The equipment selected for cleaning shall be capable of removing all accumulated dirt, sand, grease, rocks and other deleterious materials and obstructions from the storm drain and sewer lines. All equipment used for cleaning operations shall be designed and intended to do the type of work which is specified. When at all possible, the equipment shall be a self-contained unit to handle all operations. The equipment used shall be the product of a manufacturer actively engaged in the research, development and manufacturing of said equipment. Any violations of these specifications may be grounds for removal of the equipment and replacement with equipment meeting these specifications, at no additional cost to the City. High Velocity anin E ui m nt: All high velocity hydraulic sewer cleaning equipment shall be truck mounted. The equipment shall have a minimum of 500 feet of 3/4 inch I.D. high pressure hose with a selection of two or more high velocity nozzles. The nozzles shall have a capacity of 30 GPM at a minimum working pressure of 1000 psi. The nozzles shall be capable of producing a scouring action from 150 to 450 in the direction of cleaning and perpendicular to the sewer axis in all size lines designated to be cleaned. Equipment shall also include a high velocity gun for washing and scouring manhole walls and floor. The gun capacity shall equal 3.5 to 27 GPM at between 200 and 800 psi. The gun shall be capable of producing flows from a fine spray to a long distance solid stream. The equipment shall carry its own 1200 gallon (minimum) water tank capable of holding corrosive or caustic cleaning, sanitizing or degreasing chemicals if required by the City, auxiliary engines and pumps, and hydraulically driving hose reel. All controls shall be located so that the equipment can be operated aboveground. 2. Hy raulically „ Pro^gelled CIganing Equipment: Hydraulically propelled cleaning equipment used shall be a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the storm or sewer systems. Storm/Sewer cleaning balls or other such equipment which cannot be collapsed instantly will not be considered as acceptable cleaning equipment. The movable dam shall be of equal diameter as the Page 16 of 29 Per Addendum 41 dated 10/29/05 pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure total removal of the grease or obstruction. 3. Mechanig@l Cleaning E ui me t: Bucket machines shall be in pairs with each machine powered by a minimum of a 16 horsepower engine to insure sufficient pulling power. Each machine shall be equipped with a two speed transmission and shall be able to pull at rates of 175 feet per minute in high speed. The belt clutch gear reduction shall be a combination of approximately 83 to 1 reduction in low speed and 55 to 1 in high speed. The power rodding machine shall be of a "continuous rod" type capable of holding a minimum of 750 feet of rod. The machine and rod shall be specially treated steel, designed for the purpose intended. The machine shall have a positive rod drive and product a 2,000 pound rod pull. To insure safe operation, the machine shall have a fully enclosed body and an automatic safety throw -out clutch or relief valve. The final pass shall be with a brush large enough to assure that the line has been cleaned sufficiently. This brush shall be mechanically driven, with the power mechanism properly sized. All electrical drops required by the contractor shall be arranged by the contractor. 4. Capture @nd Removal of Debris: The contractor shall furnish equipment standard in the industry for the purpose of preventing debris from being washed past the manhole downstream of the line segment being cleaned, and for removing the debris from the manhole. 5. Water Requirements: The City shall provide access to water via fire hydrants for cleaning, inversion and other work items requiring water. It a// be the Con ctor' ns/b" " to R&M n and o / e me r fivin t i e/ ,All costs incurred in obtaining and delivering the potable water shall be borne by the contractor. Only potable water shall be used for this work. e. Execution: 1. General: It is the intent of these specifications to provide a basis by which a -storm drain or sanitary sewer line can be cleaned of all debris so that further work can be carried out. The designated storm drain and/or sanitary sewer lines shall be cleaned using high velocity, hydraulically propelled or mechanically powered sewer cleaning equipment as specified. Selection of the equipment used shall be based on the conditions of the lines at the time the work commences. The equipment and methods selected shall be satisfactory to the City. Cleaning of storm drain or sewer lines shall be accomplished by trapping and collecting all sand, debris, grease and other materials, at the next manhole downstream of the line being cleaned and removal and proper disposal of said materials. The cleaning operations may also provide a means by which the storm drain or sewer line can be threaded, i.e., a cable inserted in the line so that the television camera may be pulled through. Once a section of pipe has been televised and accepted as complete, no cleaning may occur to sections upstream. Page 17 of 29 Per Addendum # 1 dated 10/29/05 Site Visit: The contractor shall be responsible for conducting a physical reconnaissance of the area to be cleaned in order to verify the location of known and/or accepted manholes. The contractor shall utilize a magnetic locator to attempt to identify the location of buried manhole cover and notify the City representative so that City personnel can excavate it and bring it up to grade prior to cleaning. Under no circumstances shall the contractor excavate buried manholes without prior contractual authorization from the City. f. Hydraulic Cleaning Methodology_ 1. High Velocity Cleaning Methodology: High velocity hydro -cleaning shall consist of cleaning and flushing of the storm drain or sewer line by means of water pumped into the line at a high velocity. This shall be accomplished using approved equipment -to deliver water to a self- propelled nozzle to do the necessary cleaning and flushing. As many passes as necessary shall be made to sufficiently clean the storm drain or sewer line. Satisfactory precautions shall be taken to protect the storm drain or sewer line from damage that might be inflicted by the improper use of cleaning equipment. Z. Hydraulically Propelled Methodology: Whenever hydraulically propelled cleaning tools, which depend on water pressure to provide their cleaning force, or any tools which retard the flow of water in the storm drain or sewer line are used, precautions shall be taken to insure that the water does not cause damage of flooding to the public or private property being served by the manhole section involved. 3. Capture and Removal of Debris: When hydraulic cleaning equipment is used, a suitable weir or dam shall be constructed in the downstream manhole in such a manner that both the solids and water shall be trapped. This trapped solution shall then be pumped, using a method approved by the City, from the manhole into a retention chamber aboveground. The retention chamber shall contain not less than two baffles to insure complete settlement of the solids before returning the liquid to the storm drain or sewer line. g. Me"hanigal Cleaning MPt ology_ 1. Rodding: Cleaning shall be with a power -driven continuous steel rod of sufficient length and gauge with the proper cleaning heads or augers, so as to loosen all solids or other materials. It shall also provide a means to thread a cable for the power winch. Page 18 of 29 Per Addendum #1 dated 10/29/05 2. Bucket Machine: Removal of all solids, materials and other debris shall be by means of a clam -shell type bucket and/or other appliances dragged through the storm drain or sewer line with power winches of suitable size and horsepower. 3. Supplemental Cleaning: After all material has been removed by mechanical cleaning, a minimum of one pass using hydraulic cleaning methods shall be performed to insure complete removal of material from the walls of the pipe. Any damage to pipes will be repaired. 4. Capture and Removal of Debris: When mechanical cleaning equipment is used, debris captured in the downstream manhole shall be removed in a manner approved by the City, or as described above. h. Special Cleaning Requirements for Cast Iron Pi e: After cleaning pipe of normal sewage deposits such as sand and grease by methods above, the pipe shall be cleansed of tuberculation, including rust build-up and mineral deposits. For pipe diameters greater than 24-inch, the contractor may choose any equipment necessary to remove the tuberculation, such as a "pig" or rodder; however, no equipment shall be used which may damage the pipe, manholes, street or downstream pump stations. For pipe diameters less than or equal to 24-inch, all tuberculations shall be removed using a high pressure water blaster capable of delivering a minimum of 40 gallons per minute at a pressure of 10,000 psi. Where practical, the line shall be proofed by pulling a slip lining pulling head for the size of the pipe involved through the pipe to insure that no restrictions remain. The contractor may choose a similar proofing device acceptable to ]EA. Sani S er Manhole Modifi tions: Any modifications to manholes to facilitate cleaning shall be the contractor's responsibility and shall be subject to approval by the City. Contractor shall salvage and reuse all manhole covers and rings that are removed during sewer line and manhole rehabilitation. Material Rem vo al and Cleanin 1. Material Removal: All sludge, dirt, sand, rocks, grease and other solid or semi -solid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section will not be permitted. Under no circumstances will the contractor be allowed to accumulate debris, sand, etc., on the site of work beyond the time limit approved by the City, except in totally enclosed containers, and only with the written approval of the City. All solids or semi -solids resulting from the cleaning operations shall be removed from the site and disposed of at a location approved by the City. 2. Root Removal: All roots shall be removed. Special attention shall be given during the cleaning operation to assure complete removal of roots from joints in lines and manholes. Chemical root treatment may be used at the option of the contractor. Page 19 of 29 Per Addendum #] dated 10/29/05 When chemicals are used to aid in removal of roots, the chemical shall be EPA registered and labeled for use in sewer lines and manholes and acceptable to all applicable codes. All material and mixing/application procedures for chemical root treatment shall be consistent with the latest standards, requirements and recommendations of the manufacturer of the chemical root treatment material used. 3. Degree of Cleaning: All dirt, debris, roots and other solid and liquid materials shall be removed from the storm drain or sewer system to the extent that closed circuit television inspection can be performed. Light cleaning only, shall be conducted on all new storm drain and sanitary sewer pipe. A City representative shall define the extent of the cleaning to be performed on existing pipes included within a given work order. The level of cleaning shall be defined as follows: 3.1 Light Cleaning: The removal of 1/4 diameter or less of sand an/or debris from a section of pipe. The removal of roots and/or tuberculation. 3.2 Medium Cleaning: The removal of 1/4 to 1/2 diameters of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation would be considered a separate line item. 3.3 Heavy Cleaning: The removal of greater than 1/2 diameter of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation would be considered a separate line item. 4. Manhole Clean-up: Clean-up operations shall consist of cleaning all debris out of the manhole and off the ground around the manhole. This material shall be collected at the downstream manhole and disposed of in a sanitary manner in a location approved by the City. 5. Debris Disposal: All debris removed from the sewer shall be disposed of properly by and at the expense of the contractor. Transportation of debris or other material by the contractor shall be done in vehicles or equipment which contain the debris or other material in such a manner to minimize objectionable odor and avoid the possibility of dripping, spilling, 'scattering, leaking or blowing. Should mishaps occur for any reason, the contractor shall be responsible for cleaning up any debris or other material to the satisfaction of the City or other authorities having jurisdiction. All vehicles transporting debris or other material shall not exceed the maximum allowable load limits of any road being used. k. Re t ra " n: The contractor shall be responsible for damage to public and private property which occurs as a direct result of the cleaning operations. The cost of restoring any damaged area to conditions prior to cleaning shall be borne by the contractor. Page 20 of 29 Per Addendum 41 dated 10/29/05 I. Additional Cleani : Should subsequent video inspection of cleaned storm drain or sewers reveal that additional cleaning is required, the contractor shall re -clean the line at no additional expense to the City. Any additional video inspection or re -setup of video equipment required due to re -cleaning shall be at no additional expense to the City. L. Pre- and ost-W rk In ions: Prior to commencement of any proposed CIPP work and prior to acceptance of any completed CIPP work, the storm drain or sewer lines shall be videoed under the direct supervision of a City representative. A City representative must be on site during the entire inspection procedure period. If video inspection is performed without a City representative present, the video will not be accepted by the City and must be re -done in the presence of a City representative. One (1) copy of the VHS video and associated video logs shall be submitted to the City prior to scheduling the pre -final. If defects or problems are observed on the video, contractor shall meet with City staff to determine the acceptable method of repair. All work involved with repair shall be at no cost to the City. Television inspection is mandatory and required to be provided by the contractor on all storm drain and sewer mains that CIPP work has been done through this contract. Only pan and tilt type cameras will be allowed. Two (2) copies each of the written report and VHS video cassette record of the inspection with audible description of run, direction, location and description of any defect or abnormality shall be provided to the City at the time of the inspection. This shall be a color video with good clarity. No black and white or poor quality videos will be accepted. Television inspection shall be scheduled a minimum of seventy-two (72) hours in advance and a City representative is required to be on -site during entire length of each television inspection otherwise, the television inspection will be deemed invalid. Prior to televised work, all lines shall be cleaned in accordance with Technical Specifications. M. int an f Tr c(MQD a. It shall be the responsibility of the contractor to furnish all traffic control as per Florida Department of Transportation (FDOT) specifications as outlined in the "Work Zone Traffic Control for Maintenance and Utility Operations" (latest edition) for all aspects of assigned work. b. The contractor shall perform all construction activity so that access to businesses can be maintained at all times and access to occupied homes can be maintained during non -working hours. Prior to access blockage, written notice will be given to the blocked business/resident a minimum of forty-eight (48) hours in advance, either mailed or hand -delivered with a copy of each furnished to the City. C. The contractor shall maintain at least one lane of vehicular traffic at all times. The contractor shall also provide safety barricades and flag persons as required to properly maintain traffic flow. All traffic maintenance requirements continued in the FDOT "Manua/ on Trafc Contro/and Safety Practices" (latest edition) shall be conformed with, and shall be considered to be part of these specifications. The contractor shall prepare and submit a traffic maintenance plan for approval by the City prior to the start of work. Page 21 of 29 Per Addendum #1 dated 10/29/05 N. Locates: Contractor responsible for all utility locates. 0. WaLlon and BYRass„02grations a. Contractor shall be solely responsible for all isolation and bypass operations. The contractor's objective of flow bypass and/or diversion pumping is to maintain an efficient and uninterrupted level of service to wastewater collection system and storm drainage users while maintenance or construction operations (including rehabilitation, repair or replacement) are facilitated on the segment(s) being bypassed and/or from which flow is being diverted by: Ensuring that bypass and diversion pumps are adequately fueled, lubricated and maintained. 2. Ensuring backup spare parts are expeditiously applied to the flow bypass and/or diversion pumping system in the event of component breakdown. 3. Ensure an emergency backup plan is smoothly implemented in the event of system failure. 4. Preventing backup, spillage, flooding or overflow onto streets, yards and unpaved areas or into building, adjacent ditches, storm sewers and waterways while flow bypass or diversion pumping takes place, and 5. Ensuring that installation, startup and subsequent disassembly of the flow bypass and diversion pumping system is smoothly transitioned. b. Flow bypass and diversion pumping shall be done in such a manner so as not to damage private or public property, or create a nuisance of public menace. The pumped sewage shall be in an enclosed hose or pipe that is adequately protected from traffic and shall be redirected into the wastewater collection system. After the work is completed, flow shall be returned to the sewer and all temporary equipment removed. The pumped storm water shall be in an enclosed hose or pipe that is adequately protected from traffic and shall be redirected into the storm drainage system. After the work is completed, flow shall be returned to the storm drains and all temporary equipment removed. C. When pumps are operating, an experienced bypass/diversion pump maintenance operator/mechanic and/or deputy shall continuously be on site to monitor the operation of the entire bypass/diversion system. The operator/mechanic and/or deputy shall comprehensively, methodically and continuously: Adjust pump speed as appropriate so as not to adversely impact upstream or downstream flow condition levels 2. Check that the effectiveness and security of bulkheads, dams, diaphragms, plugs, valves, weirs and all other flow control devices are working effectively and according to plan. 3. Check the integrity of hoses and couplings along the entire bypass/diversion system. Page 22 of 29 Per Addendum 41 dated 10/29/05 4. Monitor lubrication levels and top off as necessary 5. Facilitate minor repairs as required 6. Report to City on problems arising. d. The contractor shall be solely responsible for planning and executing sewer flow control, bypass and diversion pumping operations. The contractor shall be entirely liable for damages to private or public property that may result from his/her operations and for all cleanup, disinfection, damages, and resultant fines in the event of spillage, flooding or overflow. e. In the event of accidental overflow or spillage, the contractor shall immediately stop the overflow and take action to clean up and disinfect the spillage. The City shall be notified immediately and in any event not less than twenty-four (24) hours following the occurrence. Should fines be subsequently imposed as a direct result of the overflow or spillage and the contractor is deemed to be entirely responsible, the contractor shall pay such fines as are imposed by the authorities. The City shall pay no fine(s) where it is shown the contractor was entirely responsible for any overflow or spillage. f. Once by-pass pumping is underway at any given site, work shall be completed as efficiently as possible without interruption. g. The level. of noise emitted from pumps must be within local regulations/ordinance parameters. P. Work Iniggration a. Hours of Operation: All work will be conducted during normal City work hours (7:30 a.m. to 4:00 p.m.), Monday through Friday with the exception of City - observed holidays, unless circumstances prevent such scheduling. Such circumstances may include, but not limited to, structures with high peak flows, negative impact of business or excessive traffic flow if structure is located in vehicular thoroughfare. In such circumstances, 'off hours" work will be required. This work may include late night and/or early morning hours and weekends. Such scheduling shall be agreed upon by both the contractor and the City prior to the start of work. Contractor overtime and other contractor -related costs shall be absorbed by the Contractor. b. Work Coordination: All work shall be coordinated between a single point of contact for the contractor and the City of Melbourne designated project manager. Discussion of structure conditions will be made before work starts and final payment based on conditions agreed to at time of work. It shall be the responsibility of the Contractor to notify the City a minimum of seventy-two (72) hours prior to the commencement of work in order for City personnel to be available to monitor and coordinate activities. Page 23 of 29 Per Addendum #1 dated 10/29/05 a. B wo Pumping: Submittals for the by-pass pumping plan are to be submitted and approved no less than two weeks prior to execution of the work. The contractor is not to mobilize prior to approval of the pumping plan. b. Videotaping: Contractor is to submit one copy of video taped inspection prior to the start.of work and after CIPP lining is completed for each project. R. Site RgAgration The contractor shall restore the work site(s) on a daily basis where practical. All obstructions shall be cleared from roadways, sidewalks, bike paths and other public thoroughfares daily, to the largest extent possible. A public nuisance will not be created during restoration activities. All restoration activities are to be completed within a minimum of fourteen (14) calendar days of work being finished in a work area. S. inorr nce Requirements Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor's bid. a. Minimum Scope of Insurance: Coverage shall be at least as broad as: I. Insurance Services Office's form providing commercial general liability insurance which must include coverage for premises/operations, contractual liability, independent Contractors, additional insured endorsement, broad form comprehensive general liability, broad form property damage, products, completed operations, Contractors pollution liability, personal injury, and explosion, collapse, and underground hazard. 2. Insurance Services Office's forms providing Automobile Liability, code 1 "any auto" including hired and non -owned autos endorsement. 3. Workers' Compensation insurance and Employers Liability insurance. Minimum Limits of Insurance: Contractor shall maintain limits no less than: 1. Gen ral Liabili : $3,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage 3. Workers' Compete ion and Employers Liability: Workers' compensation and Employers Liability limits of $1,000,000 per accident. Page 24 of 29 Per Addendum #1 dated 10/29/05 b. Deductibles and Self -Insured Retentions: Any deductibles or self -insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, officials, and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. C. Other Insurance Provisions: The policies are to contain, or be endorsed to contain, the following provisions: 1. Qeneral Liability and AutomobileLiability-Coverages The City, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation._ and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. 3. All Coverages: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Board Form Indemnification Agreement — All contractual liability insurance policies (general liability, auto liability, and workers' compensation) maintained pursuant to this contract shall include the provision of the following hold harmless clause: The Contractor agrees to indemnify, save harmless and defend the City, its officers, City Attorney, managers and employees, and each of them against and hold it and them harmless from any and Page 25 of 29 Per Addendum # l dated 10/29/05 all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and reasonable attorney's fees for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by the Contractor and performed or caused to be performed. 4. Aggg )sty of Insurers: Insurance is to be placed with insurers with a Best's rating of no less than ANII 5. Verification of Coverage: The Contractor shall file with the City Clerk and shall keep in full force and effect at all times during the term of this contract, a certificate of insurance and original endorsements effecting coverage required by this clause. The certificates and endorsements for .each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf naming the City of Melbourne, Florida, as an additional insured including a waiver of subrogation provision evidencing general liability, auto liability, and workers' compensation coverage. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 6. Subcontractors: Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. T. Payment Monthly invoices shall be mailed to City of Melbourne, Accounts Payable, 900 East Strawbridge Avenue, Melbourne, Florida 32901. U. Fee -Modification With prior written approval from the City of Melbourne, the Contractor shall have the ability to adjust the prices set forth in the bid/contract documents commensurate with the contractor's increased cost for resin and the change in the consumer price index. Pricing adjustments will be effective at the first date of the new contract year -- no mid-term adjustments will be permitted by the City. Within thirty (30) days after contractor gives notice to the City of a price adjustment, the City may request an audit for the purpose of verifying the price adjustment. In the case of a price adjustment, no adjustment will be allowed on work orders which have already been issued by the City to the contractor. In making any price adjustment proposal, the contractor shall notify the City, in writing prior to the renewal of contract, the specific price adjustments requested using the following formula: (25% x increase cost of resin) + (75% x CPT index) = Total increase on all prices on the price schedules. Page 26 of 29 Per Addendum # I dated 10/29/05 For example, if the cost of resin increases 10% and the CPI Index increases 2%, the toal increase for all prices would be: (25% x 10%) + (75% x 2%) = 4% increase (rounded to the nearest $0.01). The specific consumer price index used shall be the following: Population Coverage: CPT-U (all urban consumers) Area Coverage: Series Title: Index Base Period: U.S. City Average All items 1982-84 = 100 Reference Range: 12 month period ending 12/31 which is released in mid -January. V. Past wa tin Vendor shall attend a post award meeting with City of Melbourne staff within ten (10) calendar days after the award of the contract. Vendor shall provide a list of questions/concerns no later than five (5) working days before the meeting. The purpose of this meeting will be to discuss the terms and conditions of the contract and to provide additional information regarding service, which shall be executed by both parties. Additionally, further discussion about the forms, format requirements and other details related to the performance under this contract will be discussed at this meeting. V. EVALUATION AND AWARD CRITERIA The City's staff shall conduct an evaluation of all proposers on the basis of the information provided with the proposal and other evaluation criteria as set forth in the RFP. Recommendation for award will be made to the highest rated proposer as determined by the City's staff in accordance with the award criteria. Selection will be made from a short list of proposers deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation criteria listed below: ri eria Score W-91gh Max. Pts. Possihle Provided references that verified 25 10 250 product performance in conditions similar to the work to be performed in the City of Melbourne Provided references that verified 25 10 250 installer performance for work similar to that of the work to be performed for the City of Melbourne Provide documentation and 25 20 500 references to verify the vendor's Safety practices and safety history for contractor and any subcontractor in the performance of work similar to work to be performed for the City of Melbourne Page 27 of 29 Per Addendum #1 dated 10/29/05 Price 15 10 150 Office and staff location 10 5 50 TOTAL IN 1,200 VI. ATTACHMENTS A. Attachment A — Minimum Response Requirement B. Attachment B — Pricing Sheet Page 28 of 29 Per Addendum #1 dated 10/29/05 ATTACHMENT A MINIMUM RESPONSE REQUIREMENTS (PROVIDED FOR INFORMATION ONLY) Respondent Name: RESPONDENT MUST SUBMIT THE MINIMUM REQUIREMENTS LISTED WITH RESPONSE SUBMISSION. FAILURE TO SUBMIT THE MINIMUM REQUIREMENTS SHALL DISQUALIFY THE RESPONDENT FROM FURTHER CONSIDERATION Page 29 of 29 Per Addendum #1 dated 10/29/05 %lsrtuform Te*wk)gi , Ina City ofMelbourne, Florida RFANn, 10-111-0-2005 City of Melbourne . Cured -in -place Rehabilitation Services Request for Proposal No. 10-111-0-2005 Submitted by: Insituform Technologies®, Inc. November 14, 2005 Y_ jri► ging it together /nsituf+vriri LETTER OF TRANSMITTAL RFP: City of Melbourne, FL RFP-1 0-111 -0-2005 Cured -in -Place Pipe Rehabilitation Services Insituform Technologies®, Inc. 11511 Philips Hwy South Jacksonville, FL 32256 Phone: (800) 421-9352, x-155 Fax: (904) 292-3198 -� Area Account Manager: Ted Hotchkiss Phone: (904) 237-3426 Fax: (904) 280-4162 E-mail: thotchkiss@insituform.com lnsituform Technologies®, Inc., The Worldwide Leader In Trenchless Technology, Proposes To Reconstruct Sanitary Sewer & Storm Sewer Lines (8"-72") Using The lnsituform® Process Of Cured -In -Place Pipe District Manager: Randy Hansbrough Phone: (800) 421-9352, x-113 Fax: (904) 292-3198 Contracting and Attesting Officer: Rick Howton Phone: (800) 421-9352, x-182 Fax: (904) 292-3198 Federal Tax I.D. 13-3032158 Imitufarm Rchnokies, Inc, Table of Contents City of Melbourne, Florida RFP No. 10-111-0-2005 Proposer's Response Sheet------------------------------------------------------------------------- Tab A Vendor History and Capabilities ------------------------------------------------------------------- Tab B Product Specifications------------------------------------------------------------------------------- Tab C. Product Performance --------------------------------------------------------------------------------- Tab D Manufacturer Installation Procedures -------------------------------------------------------------- Tab E Installer Performance--------------------------------------------------------------------------------- Tab F SafetyPerformance ----------------------------------------------------------------------------------- Tab G Time Frame to Begin Work -------------------------------------------------------------------------- Tab I Proof of Insurance -_________________________ Pricing Sheets______________________________ 8ringivag it together ------------- Tab J ------------- Tab K PROEPSER RESPONSE SHEET This sheet must•be signed and returned with your. -proposal -response ACKNOWLEDGEMENT OF FORMS RFP NO: RFP-10-111-0-2005, CIPP Rehabilitation Services The undersigned hereby acknowledges the receipt of the following document: (Mark af/•.app/fceb/e forms) (a) Request for Proposal Cover Sheet (b) General Instructions and Requirements (c) Proposer Response Sheet (MUST BE COMPLETED;:'SIGNED, AND -RETURN WITH PROPOSAL) (d) Statement of No -Proposal (e) ✓ Request for Proposal Form (0 ✓ Specifications (if provided) (g) �� Specific Instructions (if provided) (h) Drawings (if provided) (I) 1 Other documents (if provided) (j) J Addenda (if provided) Addendum No: Dated: Addendum No: Z- Dated: Addendum No: Dated: Addendum No: Dated: PROPOSER'S CERTIFICATION. The signed proposer certifies that he/she has read and thoroughly understands the terms, conditions, and specifications as contained in this RFP, and that the items of material or services offered in their proposal meet the required minimum specifications. It is .understood that any item offered as an alternate not meeting specifications might be rejected. Proposer further certifies that all information contained in this proposal is truthful to the best of prop knowledge and belief and that they are duly authorized to submit the proposal on behalf vendor/contractor and that the vendor/contractor is ready, willing, and able to perform if awarde proposal. Proposer offers and agrees to furnish the goods and/or services, specified in the RFP, at the prices or rates quoted in their proposal, including the followin Inu.l r. Delivery or completion: 30. calendar days after receipt of purchase order Prices are firm for re -orders for ( months after award of proposal. The proposer certifies, by submission and signature of this proposal, that the proposer complies fully with the drug -free workplace certificate on Page RFP - 3. Please indicate below, whether proposer's firm meets the drug -free workplace certification: [ -1"'Does meet Drug -free Workplace Certification [ ] Does not meet Drug -free Workplace Certification TAXPAYER 10. FEDERAL EMPLOYER ID. OR SSAN AREA CODE PHONE FAx COMPANY NAME A OFT ER SI ATURE.fMANU MAILING ADDRESS TYPED/PRINTED NAME ';�A CrTY - STATE -ZIP TITLE ,\A,G�-S-DOJ1t�'.0 T:0I`1J 3 z�C� c +�-rzacC�J� S j�n , I,�� CA - EMAIL ADDRESS DATE G Page 2 of 29 /rUform Technologies; Ina Company Profile City ofWhourne, Florida RFP No. 10-111-&2005 As an integrated pipe rehabilitation company, only Insituform Technologies®, Inc. takes complete responsibility for the quality of your solution from product development and manufacturing to project engineering and installation_ What's more, we are continuously improving the quality of our materials, processes, and methods to better meet your needs. Insituform Technologies, Inc. has more than 55 crews nationwide. Our crews receive ongoing training in the best installation and safety practices. In addition, we are backed by a network of engineering and installation professionals. You can rest assured your project will be completed safely, on time, and within budget. We are a vastly different company today than the original business founded 30 years ago. Until 1992, Insituform Technologieso, Inc. was primarily in the business of licensing our proprietary trenchless technologies to other companies throughout the world. Since then, we have acquired most of these independent licensees and become an integrated global pipe rehabilitation company. We have branch locations throughout North America and much of Europe. The headquarters for Insituform Technologies, Inc. is located in Chesterfield, Missouri. 702 Spirit 40 Park Drive Chesterfield, Missouri 63005 Phone: 636-530-8000 Fax: 636-519-8010 Web Site: www.insituform.com Email: feedback@insituform.com Our manufacturing facilities are located in Memphis, Tennessee and Batesville, Mississippi. Our Engineering, Research and Development and Quality Control departments are located in Chesterfield, Missouri. As a local contractor, we are able to respond quickly to emergencies and take care of any operational problems that might arise. Insituform®'s South Area main office is located in Roswell, Georgia. District offices in the South Area are located in Jacksonville, Florida; Bessemer, Alabama; and Hammond, Louisiana. We maintain crew bases in Jacksonville, Tampa and Miami. We operate six CIPP installation crews throughout Florida. The Melbourne projects will be serviced by our Jacksonville location. {3ringing it together ins tom„ 7&hn0kgie,s, w, Jacksonville, Florida District Office Personnel I Randy Hansbrough I District Manager Jacksonville Suzan Hermman Contract Admin. Kendell Welsh Project Manager Jacksonville Johnny Melchor Mark Dalmau R. Seavers S. Sup. S. Sup. Sup. S Dia, Jacksonville Miami Carolina T. Taylor C. Danchak R. Odom Foreman FIBrandenstein S Die. Sup. S Die, Sup. S. Die. Carolina own R. Rodriguez R. Amador C. Knight aird 21daE S. Taylor E. Adorno J. Brightwell don R. Canela R. Rosario T. Sullivan G. Bates L. Kerr C. Register R. Gonzales F. Prieto A. Fogle J. Murgado Temp T. Brown Jax's Ij'ringing it together City afMelbouree, F7#rlda RFP No. 10-111-0 200S Gordon Marshall Business Development Exec Ted Hotchkiss Area Account Manager Jeff Stevenson Tim Hart Project Manager Project Manager Carolina N. Florida Jason Burnell Dave Martin Sup. L Dia, Sup. Disney Laterals 1 J. Pringely IF L. Casola Jax's R. Shiver W. Simms R. Villauso J. Gonzales rnshufarm Rci w ooes, Ine The Insituformo Advantage Quality Policy Please see Insitufarme's Quality Policy and ISO .certifications following this page. Good Neighbor Policy City of Melbourne, Florida RFPN& 10-111-0-2005 Insituformo is dedicated to serving --- and preserving — the communities in which we work. Our Good Neighbor. Policy reflects our commitment. As a good corporate citizen, Insituform" strives to: 1. Be the low-cost provider of collection system services. 2. Provide superior and ongoing customer service. 3. Offer the most advanced technologies for wastewater and storm water collection systems. 4. Complete our work in significantly less time than traditional dig methods. 5. Educate area residents and businesses about our upcoming work. 6. Minimize the environmental impact of our construction activity ou local traffic. 7. To the greatest extent possible, purchase necessary goods and services from local vendors. Research and Development As the industry leader, InsituformO believes its products should set the standard for the industry. We also believe that the most effective R&D is performed in a controlled environment — rather than our customers' job sites. That is why we operate our 62,000-square-foot research & development center. Our R&D professionals are dedicated full-time to improving our products' performance; developing ways to make them even more affordable and developing new processes for solving pipeline problems. Our efforts focus on every aspect of our solutions to pipeline problems, from the quality of our materials, to processes and methods used to install them. Safety Policy Insituform is committed to providing good health and safety habits by complying with all relevant City of Melbourne regulations. We promote good safety habits in every aspect of our activities by maintaining an effective accident prevention program that provides adequate training and controls to exposure of hazardous situations. Our comprehensive safety plan is evident by our excellent Experience Modification Rating by Liberty Mutual for the past five years. Present year we are at a 0.89 rating (the National Average is 1.0). In all of our endeavors, the health and safety of our people will not be compromised or placed at risk for any reason. Yjringing it together Certification Awarded To INSITUFORM TECHNOLOGIES, INC. SI .t:: APPENDICES PAGE FOR REGISTERED LOCATIONS BVQi (NA), Inc. certifies that the management system of the above organization has been audited and found to be in accordance with the requirements of the management systern standards and scope of supply detailed below ANDARDS ISO 9001:2000 SCOPE OF SUPPLY DESIGN, DEVELOPMENT, CORPORATE FUNCTIONS, MANUFACTURING, APPLICATIONS ENGINEERING, PREPARATION AND INSTALLATION OF PRODUCTS FOR THE REHABILTTKriON OF PIPELINES USING THE FOLLOWING TRENCHLESS TECHNOLOGIES: • INSITUFORM CURED -IN -PLACE PIPE (CIPP) NUPIPE 0 FOLD AND FORMED • THERMOPIPE'" FOLD AND FORMED. • INSITUFORM ArmorGRiP'r't PANELS Original Approval hate: ' 4 NOVE1%,II3I:It 1995 Subject to the continued satisfactory operation of the OrganizaLion's Managemenr Sy5rem, rhis certificate will remain valid until: 25 FEB UAY 2008 Further clarifications regarding the scope of this ccrtificFrgan,,fiL, th a plicability of the management system requirements may be obtained by consulting dte Certificate No.- 164006 lssuc Date: 21 MA CI3 2005 IQ IAL Az -- For BVQi (NA), Inc. 515 West 51h Strect, f amcstown, New York, USA w.c v.bvgina.cnm LCGRAEOfTE� Page I of 2 Page 1 of 2 03/21/05 DOC ID: COR/FRM-QUS-95 EFF. DATE: 03/21/05 APPROVAL: COMPANY MGT, REP. ON FILE Tim Certification Awarded To INSITUFORM TECHNOLOGIES, INC. Appendix to Certificate number: 108228 BVQi (NA), Inc. certifies that the management system of the above organization (including the locations listed below) has been audited and found to be iti accordance with the requirements of the management system standards detailed below STANDARDS ISO 9001:2000 CERTIFIED LOCATIONS 7U2 Spirit 4U Park Drive, 8121 Broadway Streer, Suite 200, Chesterfield, Missouri, U.S.A. I•louston,'I'cxas, U.S.A, 17988 ,Edison Avenue, 7605 — 18th Street NW, Chesterfield, Missouri, U.S.A. Edmonton, Alberta, Canada 1410 Could Boulevard, 12897 Main Street, La'Vergne, Tennessee, U.S.A. Lemont, Illinois, U.S.A. 160 Corporate Drive, 795 S. Morrison Blvd., BatewiIlc, Mississippi, U.S.A. Hammond, Louisiana, U.S.A. 20 Mansell Court East, Suite 500, 5100 E. 2"d Street, Roswell, Georgia, U.S.A. Benicia, California, U.S.A. 233 B. Worcester Road, 9654'Fitan Court, Charlton, Nlassachuscus, U.S.A. I-itdcron, Colorado, U.S.A. 3061 Dublin Circle, IIS11 Philips; Hwy. S., Bcsscmcr, Alabatna, U.S.A. Jacksonville, norida, U.S.A. 12201-I111smith Drivc, 137OG Blair Drive, Cincinnati, Olio, U.S.A. Odenton, Maryland, U.S.A. 5000 Martin Street, 17999 Edison Avenue, Fort Worth,Texas. U.S.A. Chesterfield, Missouri, U.S.A. Subicet to the continued satisfactory operation of the Organ it System, this appendix will remain valid until: 25 Fl.:BRUARY, 200 ` Issue Date: 21 MARCH 2(n); For 13VQi tN A), Inc. 515 \West 5'h Strect, Jamesto n, New York, USA Page 2 of 2 Page 2 of 2 03/21/05 DOC ID: CORIFRM-OUS-95 EFF. DATE: 03/21/05 �-I Infi ttiform TP.Clblil]*", ITlG Proposal Summary City of Melbourne, Florida RFP No. 10-111-0-2005 Insituform Technologies®, Inc., has crew bases in Jacksonville, Tampa and Miami. We currently operate six. CIPP installation crews in Florida (see organizational chart).. Our wet out facility is located in Jacksonville, which serves the southeastern area of the country. We pride ourselves in communication with our Clients. We view our role as a partner with the City of Melbourne and the local residents. .Our General Superintendent, Johnny Melchor will be in charge of scheduling the rehabilitation work and will act as our liaison with the local residents. Johnny will work closely with Tom Hogeland, Billy Williams and his staff to review our schedule, view videotapes and recommend the best operational approach to the project. All affected residents will be notified daily of our construction schedule by using a door hanger that explains our CIPP rehabilitation process. This door hanger clearly details the length of time required to restore their sewer service connection and contains phone numbers for our operational personnel if they have any questions. Kendall Welsh will be the Project Manager for the contract. Kendall will work closely with our Area Account Manager, Ted Hotchkiss and General Superintendent, Johnny Melchor to communicate with the Wastewater and Public Works staff. Insituform Technologies®, Inc. has been fortunate to work for the City of Melbourne over the past several Years. We have successfully reconstructed 36,960 If of 8"- 48" sanitary and storm sewer pipe since 2001. Insituformo, Standard Installation Process The standard Insituform`V process has been used throughout the world for the rehabilitation of over 30 million feet of pipe ranging in size from. 4" to 108". The process uses a resin -impregnated, flexible felt tube that is installed into and through an existing pipe using water pressure (typically water hydrant). While the liner is held tightly against the host pipe, the water is circulated through a heat exchanger to cure the thermostat resin. The flexible resin tube can accommodate various pipe shapes - round, square, rectangular, oval or arched. The Insituform® tube can negotiate bends, elbows, missing sections, offset joints, misalignment and steep slopes. Standard applications include process and sanitary sewer, storm drains, process lines, slurry lines, force mains and siphons. Resin systems used include polyester, vinyl ester and epoxy, designed to meet service requirements. Installation lengths typically range from 250 feet to over.2,500 feet, depending on pipe size and condition. Service laterals are re -opened internally using robotic cutters. Qy of Melbourne, Florida RFP Na 10-111-0 2005 Techrwbg es, Ina City of Melbourne Project Team Cringing it together James Randall Hansbrough Project Executive Experience Randy Hansbrough has over 20 years of construction and management experience in various fields from bridge and power plant construction to the utility work where he has managed rehab projects for the last 13 of the 20 years. Education • B_S. Civil Engineering, Christian Brothers College, Memphis, TN, 1982 Work History Chicago Bridge and Iron: • Memphis, TN: Manufacturing and QC training, 198 • Birmingham, AL. Engineering and Bridge Design, 1983 • Jacksonville, FL Project Engineer JEA Power Plant1984-1987 • Insituform Southeast, Inc., Jacksonville, FL: Plant Manager, 1987 - 1990 + Insituform Southeast, Inc., Atlanta, GA.: Area Project Manager, 1990 — 1995 Managed rehabilitation project in GA, AL, NC, and SC • Insituform Technologies, Inc., Atlanta, GA —Birmingham, AL.: Region Operations Manager, 1995 - 2000 Managed construction activities of our rehabilitation projects and crews in the states of NC, SC, GA, AL + Insituform Technologies, Inc., Atlanta, GA: Area Project Executive, 2001 — 2003 Area Executive for various disciplines of trenchless technology in the states of GA, AL, MS, TN, and KY • Insituform Technologies, Inc., Jacksonville FI: District Manager, 2003- Present Manage all activities for Rehabilitation Contract in FL,GA,NC,and SC Randy is the Corporate Utility Contractors Qualifying Party for Insituform in the state of Ga. Insitufu n ONLY OUR EXPERIENCE SHOWS Gordon Y. Marshall Area 6 Business Development Executive Experience Gordon Marshall has over 22 years of sales and business development experience in various fields from retail sales to the utility work where he has sold and managed rehab projects for the last 12 years. He has been the BDE of Area 6 since December 1, 2002. Education Valdosta State College, Valdosta, GA Work History • Various Golf clubs in Georgia, Florida June 1978 — January 1982 • Indian Hills Golf and County Club: January 15, 1982 - 1985 • Marietta, GA, Golf Professional, managing golf shop, driving range and cart facilities. • Blazer Inc., Jacksonville, FL: 1985 —1986, Sales/Manufactures Rep • Insituform Southeast, Inc., Jacksonville, FL. August, 1986 — June 1987 Inside sales/administrator • Insituform Technologies, Inc., Atlanta, GA: Regional Sales Representative for GA, AL and the FL, panhandle, 1987 - 1989 • Sold and project managed construction activities of our. rehabilitation projects. • Prime Business Partners, Inc. President, April 1995 --1996 • Partnered with MBDi out of Charlotte, NC. Sold and trained companies in Business Development process. • Insituform Technologies, Inc., Tampa, FL: April 1996 -- 2002 • Regional Sales Representative for south Florida, in charge of sales and business development of $13mm area. • Insituform Technologies, Inc., Atlanta, GA. December 2002 - Present BDE — manage all sales and 8 account managers for LA, MS, AL, TN, KY, GA, SC, NC, FL. G Insituform ONLY OUR EXPERIENCE SHOWS Ted Hotchkiss Area Accounts Manager Florida Region Experience Ted has over 26 years of sales and business development experience in the construction industry. He has been an Accounts Manager with Insituform for 16 years. Education B.S. in Chemistry from Texas A & M University, College Station TX (1977) Work History Insituform Technologies, Inc., Jacksonville FL: Area Account Manager (10/89 - present) Sales and technical support for a manufacturer/installer of trenchless pipeline rehabilitation products and services. Clients include municipal and industrial 1 accounts in South Georgia and the east coast of Florida Tri-Starr, Inc., Palm Harbor FL: V.P. Sales (10/86 - 10/89) Sales Manager for a water and sewer supply company servicing municipal and industrial clients in Florida and Georgia Fosroc, Inc., Atlanta GA: Technical Representative (02/80 - 10/86) Regional Sales Manager for distribution networks in Eastern U.S. Company is a manufacturer of corrosive resistant coatings for industrial and municipal wastewater treatment facilities. In, itufnrni ONLY OUR EXPERIENCE SHOWS Richard T. Howton Engineer/Estimator Experience Rick Howton has over 23 Years of experience in the sewer rehabilitation business. Rick's current responsibilities include estimating for the Southeast Region, executing bid documents, proposals etc. Also includes pre bid survey of site, design tube thickness, and consulting with potential customers on installation problems. Education Undergraduate Georgia Institute of Technology (Georgia Tech) BCE Secondary Bethlehem Central High School Dale Carnegie Project Management Training Work Histo 1 Insituform Work History 1982 Superintendent for Insituform Southeast Jacksonville, FI 1985 Area Manager for Insituform Southeast Jacksonville, FI 1990 Project Manager for Insituform Southeast Jacksonville, FI 1995 Project Manager for Insituform Technologies Jacksonville, Fi 1996- present Engineer/Estimator Jacksonville, FI Prior Work History (Dates, Company, Duties): 1976 Engineer Sullivan, Long and Hagerty As -Built Drawings assisted Job Supt. 1978 Engineer SCE Inc. All As Built Drawings Job Reporting Layout Work Etc. Assisted Supt. 1980 Superintendent SCE Inc. Responsible for Several Pipe Line Jobs Schedule all crews in various aspects of $500,000 to $1,000000 Projects. • Insituform Technologies, Inc., Atlanta, GA. December 2002 - Present BDE — manage all sales and 8 account managers for LA, MS, AL, TN, KY, GA, SC, NC, FL. 11WtU m ONLY OUR EXPERIENCE SHOWS Steve M. Cauble Regional Safety Manager rience Steve has over 10 years of extensive construction safety experience Education • Central Missouri State University, Warrensburg MO 512001 Bachelors Degree Accredited degree in Occupational Safety and Health. Work Hi Insituform Technologies, Inc., Roswell, GA South Region Safety Manager *Inspect and audit multiple sites *Develop safety plans for projects *Supervise subcontractor work *Training/presentations for crews in and out of the area *Develop safety information for crew leaders and superintendents *Accident investigation/ DOT tracking/ Back-ups *Worker's Compensation Global Risk Managers, Atlanta GA 10/2001-10/2003 Vice -President, Safety Division . *Developed OCIP safety programs for billion dollar projects *Inspected/supervised multiple jobs (up to 55 projects at once) *Certified OTI 500 instructor for OSHA *Supervised workers comp claims for projects *Developed GRIP report to identify frequency/severity in project trouble spots w Imr tufrvrmONLY OUR EXPERIENCE SHOWS Kendall Welsh Project Manager Jacksonville Area Experience Mr. Welsh controls and directs field crews that are specifically trained in all aspects of sewer evaluation and rehabilitation work. He is. directly responsible for the daily execution of the fieldwork as well as the collection of all field -related data. Mr. Welsh is responsible for scheduling projects, evaluating time and personnel to complete a project; he is responsible for all management related items to complete a project. Mr. Welsh's areas of expertise include Cured in Place Pipe, Pipe Bursting, Micro Tunneling, Slip Lining, Open Cut construction, trenchless lateral replacement, large diameter rehabilitation, and general construction management projects. During his 11 years with Insituform Technologies, Inc, Mr. Welsh has been involved with over 350,000 feet of cured in place pipe, over 700,000 feet of pipebursting, over 38,000 feet of microtunneling, over 50,000 of open cut, and has been involved with over 8,000 lateral replacements. Mr. Welsh has several years of hands on experience with all aspects of evaluation and rehabilitation operations. Mr. Welsh has also been involved in a significant amount of sewer reconstruction work. Mr. Welsh's direct responsibilities include all Project Management and administration in Northern Florida. Education 11 Years work experience with Insituform Technologie, Inc. Undergraduate Studies — Southwest Texas State University (BST -- Industrial Technology) Work His JEA — Safety Leadership Development NCCER National. Registry — JEA Construction Site Safety Orientation Confined Space Entry Trenching and Shoring in compliance with 29 CFR Part 1926.650 OSHA 10 HR American Safety & Health Institute -- CPR American Safety & Health Institute -- First Aid AGC Construction Management InsituftwnioNLY OUR EXPERIENCE SHOWS Johnny Melchor Superintendent Jacksonville Experience Gordon Marshall has over 22 years of sales and business development experience in various fields from retail sales to the utility work where he has sold and managed rehab projects for the last 12 years. He has been the BDE of Area 6 since December 1, 2002. Education 10 Years in United States Marine Corp. 7 Years work experience with Sewer Rehabilitation. Work H Mr. Melchor possesses excellent subcontractor, vender and employee relationship skills. Is adept at controlling costs, meeting deadlines and maintaining a safe work environment. Mr. Melchor directs field crews that are specifically trained in sewer evaluation and rehabilitation work. He is directly responsible for the daily execution of the fieldwork as well as the collection of all field-related data. Mr. Melchor has managed field operations for Cured in Place Pipe rehabilitation projects for Insituform Technologies, Inc. throughout the Southeastern United States. Mr. Melchor has supervised over 650,000 linear feet of Cured in Place Pipe. The pipe sizes range from 8 inch to 84 inch in diameter. This includes sanitary sewer and storm drain pipes. Mr. Melchor's direct responsibilities includes supervision of sewer rehabilitation work. Training JEA — Safety Leadership Development NCCER National Registry — JEA Construction Site Safety Orientation OSHA 40-Hour Course Trench Safety Competent Person Training Confined. Space Training Supplied Air Training 8-Hour DOT Flager Training DOT Maintenance of Traffic Training Insituform' ONLY OUR EXPERIENCE SHOWS to. I A 46 ro 4j U) U Ilk 14 "'W%, ft Ift 6 IL Q H w �w w �o H � W �I ~ x 29 ZZ Ln d N A 4 4.► V I No Text � O N � Q � o � w w �o �H w � x � w � E� Eno W v Wwo M f7 15, >, cc 10 0 .ti k ,aYW-. -4ye 4A 1.1�y -)Y. rim a I Aa I I P. I No Text da IR " M-1 Y'T) My NXIC Certified W/MBE INNERVIEWIECHNOLOGIES, IriC. Underground Infrastructure Consultants 5728 Major Blvd. Suite 506 Orlando, FL 32819 Office: 407-351-0827 Fax: 407-351-0876 PROVIDING PREMIER SERVI(3ES Storm/Sewer Maintenance Closed Circuit Video Inspection Hydraulic Cleaning Services Underwater Sonar Profile System Ground Penetrating Radar (GPR) Smoke Testing Flow Monitoring Manhole Investigation Low Pressure Air Testing Pipe Joint Testing and Sealing Structure and Tie -In Grouting Soft Dig Excavation Trenchless Cured -In -Place Point Repairs Root Removal Mandrel Testing Pneumatic Plug Rental Lift Station Restoration 4"&6"Lateral Lining In an effort to eliminate.emergency work, we specialize in providing closed circuit television inspection,high velocity cleaning services and manhole investigations for wastewater and stormwater systems. We have the ability to develop long term maintenance programs in an effort to restore collection system capacities. Whon symm Raham0pmom Innerview Technologies has a staff of qualified and experienced sewer rehabilitation experts.We specialize in chemical grouting (Testing and Seal Operation),large pipe chemical grouting, soil stabilization, cured -in -place trenchless point repairs, root removal and 4"and 6" Internal lining systems. Jod-Y R. Anderson 3061 Monticello Place, #108 Orlando, F132835 * Home Phone 407-313-0315 * Email Innerviewtecia(@aol.com Specialty Construction General Management Construction Company management with 16 years experience coordinating, managing and administering multi -million dollar sewer inspection and rehabilitation projects for both government and private industry. Strong leadership and successful team building capabilities with employees. Able to manage financial requirements, administrative and high volume sales department of multi -million dollar company. EXPERIENCE InnerView Technologies Inc. May 2004 to PRESENT Owner/President Coordinate major contract activities for this "specialty" construction and maintenane contractor/subcontractor, from pre -bid searches to contract execution. Contract types include cleaning of small sewer lines 4" & 611, internal video inspection of 4" & 6" lines and rehabilitation of 4" & 6" sanitary sewer lateral lines. Prepare and administor subcontracts other specialty contractors for services not provided by InnnerView Technologies Inc.. Manage all administrative and financial aspects of company. Equitas Sewer Services, Orlando, Fl 32812 Oct. 2000 to PRESENT Vice President Procure and review contract bid documents, review information from site visits conducted by sales representative, price all jobs, price all bids, determine equipment needs for project, i.e. dewatering, well points, divers, plugs for dewatering, traffic control, and dump site. Bid types including cleaning of sewers, manholes and drainage structures, internal television inspection and video taping of sewers. Review video tapes of sewers and prepare repair recommendations for clients. Manage and oversee all administrative personnel, financial personnel and sales personnel. Review detailed weekly reports submitted from all department of Equitas, ie.. admin, bookkeeping, sales and operations. Design and implement programs to increase efficiency in operations and vehicle maintenance. Approve all payments for accounts payable and review delinquent account receivables. Handle legal matters, approve and sign all contracts. Established contract history with regard to bidding, awards, time compliance, extensions and project payment. Metro Sewer Services Sanford, F132856 Feb. 1997 to Oct. 2000 Sales Manager" Procure and review contract bid documents, perform "take -offs" and site surveys, obtain bid bonds and complete bid packages for submission. Bid types including cleaning of sewers, manholes and drainage structures, internal television inspection and video taping of sewers and cured -in -place pipe rehabilitation of sewers. Prepare bid analysis and review contract documentation for all bids won, attend pre -construction and progress meetings and inform individual project managers of project schedules. Design and maintained database for all sewer projects. Ikon Office Solutions Orlando, Fl 32808 August 1991 to Feb. 1997 Marketing Coordinator Responsible for working with sales in developing, maintaining and dispatching clear, quality sales reports to customers. Responsible for printing and making appropriate number of copies of sales reports needed for Monday morning sales meetings. Responsible for filing of all administrative and sales incoming and outgoing mail. Assist Operations Manager and Office Manager with safety compliance and training issues. Assist Sales Department with quotes, job data sheets, service agreements and other related duties if needed. Cues Inc. June 1987 to Aug 1991 Customer Service — Marketing Coordinator Responsible for processing incoming job information from the field. Process all services agreements including transferring information from quotes and job data sheets submitted by sales department. Obtain and file, when necessary notice to owner information from customers, prior to mobilization to jobs. . Responsible for filing of all administrative and sales incoming and outgoing documents. Assist Sales Manager in developing, maintaining and dispatching clear, quality sales reports to customers. SPECIAL TRAINING PACP Pipe assessment certification program SewerCad — Autocad to design sewer systems ACCREDITS Board member — NASSCO — National association of sewer service contractors organization F� a N � N w U c 0 � CL H H RIM o 3: r� C z a WW 2� w x '' W In 0 L% < o E 0 .1-j o w �. C .� Caw W cnw > �- I .J z ,� �w a> �w qe � � � ': o w w D t� C, �■ m w U w vi D x _ �-. z- �C w w NV OL Iti p Q u 91 14 l-¢?yaa�,-••3r .. - .. ..f , r}•,.�+a,�:»:. �cG�':': '+ :uv:ia"��• _ .��3.ccTa•'�rr ? — S A.JJ' . :- 4ColoaiaC' tick sae me Inc. :. , ;: Ths and aettffict that Gary Scheerr. has wcaambIlr canplakd trainbg ft �';•.. • F pM a SeNcr Savkay Iag. In: PtMdt R&Plred CCMr=d Spas Fat tYP�USHA 1y1.p.]4h Ixmcda 07112/03 No Text No Text 4- J wj 1J i� A •1+ii11M•+MYY!/�� r7w A T '� rA NIS 1-4 0 1' r_j - _ • w':.T'3 . fit•# F,S�c�eh•�!i�.�lr� „ifei �•,.�.}{• i�i� ��'.;u.iaf� • � � �,°ty.Fib'h. " %Af '-i�-'.fit 4J` .i. •Nip �r�� M,�.ryw•:.i!. .�.. ..r i1`'nre y� iNsi[Mrilarm IGduwl c c�; Inrr. atr gfMds wwe RFP I&IIIL&MOS List of E ui meat Based in Florida M Udi# 0escrnptiar Year Make Model V.I.N ACP1 r Mind-QUIP1498 ACP1406 Air Cam r 1999 Leroi 3515X275 ACP140B Ift RRTEFessoir In ersoil 285297VA1219 ACP1410 JAW Cam r 1998 Leroi 3449X361 ACP1411 Air 22MEffijor 1999 Leroi 351 BX255799 ACP1414 AirCwnpmw 2000 In r 2000 309993UCK219 ACPWIS Air Com r 2000 In r 2000 31O007UCK219 ACP1417 Air 2000 In r 2000 313840UFK219 ACIPWIS Air CownpMEw 2000 Ingr 2000 313842UFK219 ACR5097 Air Com Trailer 2002 ACR5149 Air Compressor Trailer 2002 Brooks Bros 16' Trailer 1B9US16202M274067 STR1601 Boiler TRMW 1965 ITK2703 Boiler Tnx*AN Combo 2000 temational 2674 1HTGLAET4YH335924 ST110407 Boiler Tnick CIPP 1995 temational 9400 2HSFHAER3SCO30149 BTK1i09 Bailer Tnick CIPP 2000 temational [Frsiahtliner 2674 1 HTGLAHT6YH271588 BTK7410 Bailer Tnick CIPP 1996 L8000 1FUYDSYBSTP771454 BTK1412 Boiler Thick CIPP 2000 Freightliner FL112 1 FVXTWEBIYHG04891 13TK190B f3orlw Tnrclk CIPP 2000 Freightliner FL112 1 FVXTWEBXYHG04890 TCNI401 Boom Truck 1988 Ford F900 1 FFDYL90A2JVA48123 BKIRINO Bucket Machine 1994 utility 6208 BWi1401 Bucket Machine 2000 Utility -No Serial # Nacre IlElucket Machine PU P14M Pump. PMP14 2 RyIME Pump CHT14M CHIP Trailer 2000 JJN Ent 832 None CHIP Trailer 2000 Barlow 430FH1620YM007424 None ForkGO Cat Loader 950 81J9938 None Forldift Clark 365-375-4161 None FarlM ToIota 10450 None Foddilt Komatsu FD70T-7 40427 AW125 Jetber Trailer 2402 SECA 747-FR2000DHR 1S9KU21282C381677 JTK 2006 Jettw Truck 1999 Ford 3FEXF8014XMA03468 JTK14104 Jed" Truck 1999 Sterling L7501 2FZHRJAA9XAA73362 JFK140 JWW Thick 1998 Ford F8000 3FEXF8014XMA03471 JTK2004 Je&WTrudk 2001 International 4900 11-ITSDAAN711-1350213 TFLSM Lateral Trailer 2001 Libe Tnavalon 4DYGS242X11021129 TTLSI]Ig0 Lateral Trailer 2001 Travalon Traiker 4DYGS242511020983 OMV1.501 lftkupTnick 2000 Ford F15O 1FTI�X18L6YNA26222 PTK1404IPWwp Truck 1997 Ford F350 1FTJW35F1VEA27767 P-fK140B PickV Truck 1999 Ford F260 1FTNW21538XEE27696 P1rK1410 Picku Thick 2000 Ford F250 1FTNW21S1YEA48704 PTK1412 PickW Truck 2000 Ford F250 . 1 FTNW21 S7YEC47336 PTK7414 Pkkw Thick 2000 Ford F250 1FTNW21S1YEC96225 PTKUIIS Picau Thick 2000 Ford F250 1 FTNW21 SSYEE09106 P'M7416 lPicktip Truck 2000 Ford P260 1FTNW21SOYEE09098 P1K141l lPickup Thick 2000 Ford F250 1FTNW21SBYEE09117 PTK1418 Pickup Tnick 2000 Ford F260 1FTNW21S4YEE09116 P1K7419 Pickup Tnw k 2001 Ford F150 1 FTRW07L71 KE13111 PTKUAW PWwp Thick 2001 Ford F150 1FTRW08LIIKE05715 PTK1421 Truck 2001 Ford F150 1 FTRWOBL11 KE92189 �R1/2966 Tnidk 2001 Ford F150 1FTRW07L31KF64768 402 lReafer Trailer SWX223701 CW ♦fAfigowog mom r rarrr-yes 7ectu4qkgies, ln4a Insituform® Specification 1. INTENT 1.1 It Is the intent of this specification to provide for the reconstruction of pipelines and conduits by the installation of a resin -impregnated flexible tube (Insitutube*) which is inverted Into the original conduit by use of a hydrostatic head. The resin is cured by circulating hot water within the tube. When cured, the finished pipe (Insitupipe®) will be continuous and tight -fitting within the original conduit. The reconstruction process can be used in gravity applications such as sanitary and storm sewers. The process can accommodate various cross -sectional geometrics, bends and extended lengths. 1.2 This is a standard specification and may require modification for specific job conditions. 2. REFERENCED DOCUMENTS 2.1 This specification references ASTM F 1216 which is made a part hereof by such references and shall be the latest edition and revision thereof. ASTM F 1216 shall govern when this specification does not address installation methods and materials. If there is a conflict between ASTM F 1216 and this specification, this specification will govern. 3. PREQUALIFICATION 3.1 Only bids, from prequalified products and contractors will be read. Bids submitted on products or from contractors that have not been prequalified will be returned unopened. The contractor and the proposed method of reconstruction shall be clearly and legibly identified on the bid envelope. 4. MATERIALS 4.1 Tube - The Insitutube material shall meet the requirements of ASTM F 1216. 4.1.1 The Insitutube shall be sewn to a size that when installed will conform to the internal circumference and length of the original pipe. 4.1.2 The outside layer of the Insitutube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not be subject to delamination after cure of the Insitutube. 4.1.3 The Insitutube shall contain no intermediate or encapsulated elastomeric layers. No materials shall be included in the tube that are subject to delamination of the cured Insitupipe. 4.1.4 The outside of the tube shall be marked for distance at regular intervals along its entire length, not exceed 5 ft Such markings shall include the manufacturers name or identifying symbol. 4.2 Resin - The resin system shall meet the requirements of ASTM F 1216. 4.3 The wall color of the interior pipe surface of the Insitupipe after installation shall be of a light reflective color that will enhance proper closed circuit television inspection. 5. STRUCTURAL REQUIREMENTS 5.1 The Insitupipe shall be designed in accordance with Appendix X1 of ASTM F 1216, with the following additional requirements: 5.1.1 External Buckling Design - Acceptable third party testing and verification of the long-term modulus and Enhancement Factor 'K' shall be submitted. The Trenchless Technology Center FC) 5.2 The bond between Insitupipe layers shall be strong and uniform. All layers, after cure, must form one homogenous structural pipe wall with no part of the tube left unsaturated by resin. 5.3 The installer shall submit the design for approval. 6. TESTING REQUIREMENTS 6.1 Chemical Resistance -The Insitupipe shall meet the chemical resistance requirements of ASTM F 1216. Samples for testing shall be of tube and resin system similar to that proposed for actual construction. Insitupipe samples with and without plastic coating shall meet these chemical testing requirements. 6.2 Hydraulic Capacity - Calculations must support that the finished Insitupipe shall have at least 100% of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the original pipe material. A typical roughness coefficient for the Insitupipe shall be as verified by third party test data. 6.3 Field Samples - To verify past performance, the Installer shall submit a minimum of 15 test results from previous field installations of the same resin system and tube material as proposed for the actual installation. These test results must verify that any physical properties specified have been achieved in previous field applications. 7. INSTALLATION 7.1 Insituform installation shall be in accordance with ASTM F 1216 with the following additional requirements: 7.1.1 Resin Impregnation - A vacuum impregnation process shall be used. To assure thorough wetout, the vacuum application points shall be made, sealed and moved along the length of the Insitutube during the impregnation process. A roller system shall be used to uniformly distribute the resin throughout the tube. 7.1.2 Service Reconnections - Branch connections shall be reinstated from the interior by means of a robotic cutter and CCTV. The Installer shall have two working cutters plus spare key components available. TESTING 8.1 The Insitupipe samples shall be taken and tested in accordance with either method discussed In Section 8 of ASTM F 12% 8.2 Leakage testing of the Insitupipe shall be accomplished during cure while under a positive head. 8.3 Visual inspection of the finished Insitupipe shall be in accordance with ASTM F 1216. 9. CLEANUP 9.1 Upon acceptance of the installation work and testing, the Installer shall reinstate the project area affected by the operations. 10. PAYMENT 10.1 Payment for the work will be in accordance with the prices set forth in the proposal. AB1263 0 2000 Insituform Technoloigies, Inc. Research demonstrates that the InsituformO process increases flow capacity in gravity flow sewers. SUMMARY OF RESULTS • The Manning Roughness Coefficient ("n") of uncleaned, in-service Insituform® pipe was found to be 33% better than uncleaned, in-service pipes of traditional materials. Insituform ("n") = 0.010 (average) Clay/Concrete ("n") = 0.016 (average) • In-service Insituform with a light cleaning had an "n" value of 0.009, supporting Insituform design. • Test results do not support the general concept that all sanitary sewers (regardless of pipe material) tend to have similar roughness because of the growth of biological slime on the pipes. The smooth continuous Insituform pipe helps prevent the accumulation of sediment. BENEFITS OF INSITUFORM FLOW ENHANCEMENT The results of this flow study demonstrate that the Insituform process can be a solution and at the same time may reduce routine maintenance costs. Since the Insituform pipe conforms tightly to the wall of the underlying pipe, there is only a marginal reduction in diameter. The associated small loss in flow area is more than compensated for by the significant decrease in pipe roughness, or flow enhancement, demonstrated by this study. This flow enhancement of the existing sewer is the result of: 1) the relatively smooth inner surface of the Insituform pipe which reduces roughness and increases velocity; 2) the continuous nature of the Insituform pipe installation which provides gradual transitions at offset joints and other irregularities in the underlying pipe as well as prevents roots and sediment from entering the pipe; and, 3) the installation of a tight -fitting, jointless Insituform pipe which reduces infiltration into the sewer system providing more pipe capacity for sanitary wastewater. INTRODUCTION In an effort to define the flow characteristics of sanitary.sewer segments rehabilitated with Insituform under normal in-service conditions, Insituform of North America, Inc., now Insituform Technologies, Inc., contracted with Sverdrup Corporation and Southeast Environmental Service, Inc. (SESI), now part of ADS Environmental, to conduct a flow study in the St. Louis metropolitan area that was completed in 1990_ The study was designed to evaluate the Manning Roughness Coefficient ("n") of Insituform pipe relative to traditional pipe materials in uncleaned, in-service sewers. Sverdrup Corporation is an international engineering and architectural consulting firm with over 60 years of engineering experience. Project experience relative to this study has included flow analysis, sewer system design (new construction and rehabilitation), wastewater and water treatment plant design and operations assistance. SESI (ADS) is the nation's leading sewer system flow monitoring company. With more than 1000 flaw monitoring/sewer system evaluation projects to their credit, they are the recognized experts in most aspects of sewer system flow monitoring. PROCEDURE The flow study involved three distinct phases: 1) Identification and selection of appropriate test segments; 2) Collection of flow measurement data; and, 3) Analysis of results. Selection of Test Se4ments Test segments were selected based on the following general criteria: 1) pipes carrying domestic sewage with slime growth and solids deposits typical of in- service sewers'; 2) no service connections; 3) no major sources of infiltration and. inflow; 4) circular cross -sections; 5) typical pipe grades; and, 6) significant flow depths. Thirty-one potential candidates were selected for field --� survey/evaluation and closed-circuit television inspection. Based on the findings, seven Insituform pipes, three concrete pipes and one clay pipe candidate ranging from 14 to 54 inches in diameter were chosen for flow monitoring. The Insituform pipes were within deteriorated host pipes which contained offset and/or separated joints. The host pipes were in poor structural condition when they were rehabilitated using the Insituform process. Data Collection The dye dilution technique was used to measure flow in the 11 test segments. This is an accurate and reliable method of flow measurement that does not require an initial assumption of pipe roughness as with most traditional flow monitoring equipment. Analysis of Results Segment flow rates were determined as follows: Q Q; x C;/Cd (1) where, Q = in sewer flowrate Qi - dye injection rate (upstream) Ci - concentration of dye feed solution (upstream) Cd - concentration of dye in a sample collected from down -stream manhole The Manning equation was then used to calculate the Manning Roughness Coefficient, "n", at the average measured segment flow depth as follows: i where, Q A R P 1.49 ARzissuz Q (2) flowrate in sewer (cfs) from equation 1 flow area (ft) calculated from average measured segment flow depth - hydraulic radius of flow (ft) = A/P Wetted perimeter (ft) calculated from average measured segment flow depth S = hydraulic slope (ft/ft) In comparing the results, each coefficient was adjusted to reflect the estimated value if that pipe segment was in fact flowing full. This was accomplished by using the relationship developed by Camp2 of the normalized distribution of Manning's "n" versus relative depth in a circular section (see figure 1). RESULTS & CONCLUSIONS 1 _ Based on the results of this study, the Manning Roughness Coefficient ("n") of uncleaned, in-service Insituform pipe was found to be 33% better than that for uncleaned, in-service pipes of traditional materials. The uncleaned, in-service Insituform pipes had an average "n" of 0.010. Uncleaned in-service clay and concrete pipe had an average "n" of.0.015. 2. The relative difference between the "n" values of Insituform pipe and clay or concrete pipe would most likely increase if the condition of the original pipelines had been equal. The clay and concrete pipe test segments had some root intrusion, but no real structural damage. The Insituform host pipe segments had been rehabilitated for the purpose of extending the service life. The existing pipes were in poor condition as evidenced by offset joints and considerable distortion of the cross - sectional area. 3. Test results do not support the general concept that all sanitary sewers (regardless of pipe material) tend to have similar roughness because of the growth of biological slime on the pipe walls. The resulting 33% improvement in the "n" value of uncleaned, in-service Insituform pipe over that of clay and concrete pipe demonstrates a significant difference in wall roughness comparing pipe materials where biological slime had accumulated. This is further substantiated by comparing flow study results of adjacent pipe segments of the same concrete sewer where the section without Insituform had an "n" of 0.015 and that with Insituform had an "n". of 1.010. 4. Test results substantiate Insituform design values. In-service Insituform pipe with a light cleaning had an "n" value of 0.009 as stated in the Insituform Engineering Design Guide. Cleaning of concrete pipe yielded an average "n" of 0.014, 5. The smooth, continuous Insituform pipe prevents the accumulation of debris. Only one of the Insituform pipe segments was judged to need cleaning and this was due to a law slope of 0.04 % which promotes the settlement of solids. Insituform pipe has no joints and provides smooth transitions at irregularities in the original pipe. This results in a smooth interior which prevents the accumulation of sediment and debris and reduces the need for routine cleaning. FLOW COMPARISONS Expected Increase in Full Flow Capacity after Insituform Installation Insituform pipe "n" Insituform Pipe Dimension Ratio (D1t) DR 30 DR 40 DR50 DR 60 0.010 125% 131 % 134% 137% "The slime growth in a normal gravity sewer tends to build rather quickly, within the first several months. Therefore, the in-service Manning Roughness Coefficients of newer Insituform pipes are comparable to that of much older pipeline materials" (from the Sewer Segment Flow Monitoring Study to establish In -Service Manning roughness Coefficients prepared by Sverdrup Corporation and SESI, 1990). 2. Streeter, V.L. and Wylie, F.B., "Fluid Mechanics." 7t' Ed., McGraw-Hill, Inc., New York, N.Y., 2.01 (1979). 3. Based on an "n" value of 0.015 for existing clay or concrete pipe. Existing pipe flow equals 100%. Tests conducted at Utah State University show that Insituform® Process restores structural integrity to deteriorated underground pipe. TESTS SUPPORT INSITUFORM8 DESIGN CHARACTERISTICS AND CAPABILITIES: • The Insituform process provides a new structural pipe in the reconstruction of buried, deteriorated pipe. • The Insituform design provides substantial safety factors in unknown underground pipeline environments. Buckling: Design Depth (safety factor of 2) - 30.0' Maximum Load (no buckling) - 72.7' Additional Safety Factor - 2.4' Deflection: Design Depth (5% deflection) - 16.6' 5% deflection of Insituform pipe - 42.4' Safety Factor - 2.5' INTRODUCTION In July 1988, a test was conducted at Utah State University to determine the amount of structural support the Insituform process can provide to a failing rigid pipe. �-- The test was designed to evaluate a condition where the existing pipe has structurally failed and all loads are transferred to the Insituform pipe. Supervising the test were Dr. Reynold K. Watkins and Dr. Owen K. Shupe, professors of engineering at Utah State University. The University's Buried Structures Laboratory in Logan, Utah was the test site. PROCEDURE Two parallel sections of 30-inch diameter pipe were placed in the soil cell as shown in the diagrams bolow, The pipe sections were 20 feet long. Each section had been broken prior to burial, and one had been repaired after burial using the Insituform .process. The two sections were separated by a spacing of 7.5 feet center to center. Soil cover over both pipe sections was three feet. Bedding was a level plane of compacted soil. The pipe zone backfill soil was silty sand placed in 12-inch layers. Vertical soil load was applied by 50 hydraulic cylinders attached to ten reaction beams. Vertical and horizontal diameters of both test sections were measured after each increment of load. DESIGN REVIEW The Insituform pipe was designed with a safety factor of two to withstand a short- term soil loading of 30 feet (3600 psf) in buckling. An upper load equivalent to 72.7 feet of soil depth (8724 psf) was obtained without any evidence of buckling in the Insituform section. Therefore, it was determined that the Insituform process provided an additional safety factor of 2.4 against buckling, above and beyond the short-term design which already included a safety factor of two. Furthermore, it is expected that higher soil loadings could have been achieved before buckling occurred, resulting in an even greater safety factor. For flexible pipe, the generally accepted design deflection is 5%. With actual deflections in excess of 10% there was no buckling failure observed in the Insituform pipes. For this test, the pipe was designed to withstand a soil load of 16.6 feet at a 5% short-term deflection. The Insituform pipe reached 5% deflection at an equivalent soil load of 42.4 feet, indicating an additional safety factor of 2.5. The Insituform pipe did not begin to deflect until the soil pressure reached an equivalent 24.2 feet of soil depth (2908 psf)) while the unrepaired pipe began deflecting at an equivalent soil depth of 18.2 feet (2181 psf). Dr. Watkins attributes this to a mechanical locking between the Insituform pipe and the concrete pipe. When the tube is installed, extra resin migrates into cracks, crevices and the surface of the broken pipe. During the "curing" process, the resin locks the pieces of the broken pipe together and resists deflection. This mechanical lock remains intact until increasing pressure breaks it. In this test, the soil pressure reached nearly 3000 psf before breaking occurred. This indicates that in most cases further deflection will not occur. The degree of mechanical locking may vary considerably based on the structural condition of the existing pipe_ Therefore, mechanical locking is not considered in the Insituform design but is noted as providing an additional safety factor. It can also be noted that even under the maximum 72.7 feet of soil depth (8724 psf), neither of the test pipes collapsed completely. This was due to the support of the side fill soil. However, in a real situation, the severe cracking observed in the unrepaired pipe could result in an in -migration of soil. In time, voids would develop around the pipe, allowing it to collapse. Because the Insituform pipe is jointless, infiltration and voids do not occur. Thus, important side fill support remains intact, adding many years of useful life to the fragmented concrete pipe. CONCLUSIONS These soil loading tests indicate that the Insituform process provides a new structural pipe when installed in buried, broken pipe. The test results also support the conservative nature of the Insituform design equations by providing substantial safety factors in highly variable underground pipeline environments. o 0 0 o c�'v p CD 0 0 �' CD g cq tir-- W0 c i N 69 M r 64 EA 6! FA � VEIL 6~4 Q r�� rCID Ci n �n o ��1�p �n �} [] Cl pCf� , �~ �9 01N p�j (Vp ' � N im co to N lV ti N c7 pNj c X c ¢ W a Uc Cij pp � ILL a� 0. CL o a a o o oc 0 a !o mm aro in mg Td a ro' roro a) ro iim - to ar n ro �'MM ro = ro r ro c ro s€ P a r c c d a M m o m Vi a: Of �� � ecu IX m a: 0 w m W. G� c 0 c� N CN c C A o _ ro Q _UU ro ro c a n .Q aa C� d 0. Q ¢ � an d CO i "v N N ., ab OD � co .. ap l[] N ZD aD C p C7 O ll'J N -p O y W ILD M l[) N ti ODT (2 Of L fi d L17 N O C? � N C7 J LL fn J 11 V N L! li N O LL m LL L�1. E m ° O O § L U N 'riG T 0. c rj, ro U -2 U E c .,.., a U N a V m o m rn o , _S LL o o 0 U U � rn rn TM rn rn LL1� � � � Q � � 2 -roi P O O S S O S QO ^ S S S $ S O N N 47 T I. 1p � 07 N w M � N (p 6 6p � N coC W) M M M N � N OD M �ry T r 0) N co OFF 6R b9 vi Ui 4K 44 b9 tR N N r� cv o[NA O~N oOD mN �rQ� 0. j6 `�• tO cp N a0 h p~i N 0 c 0 ul O d U m U v ''� CD Fi � � m � Y a a a a •O U U Q (j U b O O 4 O O 1 f0 cu W = .w r B .F 2 J N .0 i Z' � � w A L N � 2 W l�6 ... ca r i ld m a r+ O QC 0 'C 0 N 'C y 'G 'C d y C lq y O a F C m y ii l0 .0 C m .0 q> •C N y C fi w y C N CO �N ± N U? C U (0 g (O 0) 2 U) G CO IV 0) y (n } d C1. W N m - tlr N C C C C O- o. a C a O. a 0. a d a as Q ii ¢ ¢ M r pp - N 43D G� N CO 00 _ _ 20 m _ q� w � tm o pp A N N OD C N CVIn S fh to w T J U. (L LL U J U LL LL m c N E O ,+ LL m m D O Z O c Y N' m 2 U o U V C7 � W N pp N h O U l�6 T "� ,a 2 l6 o CO o�� O E Z C o a T U •� vim.. Z11 V G c d E rn rn rn rn rn rn o�i a rn m �- F o c c c 0)rn 0c d � g a o M Q d g o 0 o a o o a F° N CD co m � c m rn N 8 tD o cog � pM � v_ Zy Cd a ( co co N � Val 69 f9 b4 Ml fig EA b9 C7 N CCD O -0 � S N O I-. O O M�cr) co PD m tO A 4C) N tp g Cl d� 00 0) Nt7 (�� �p GA -CD OD fro O L tA� M UjIn ��T �c[�i °01 wM� a°� °'w LO �'n (O� `ndi v� °'47 (00 u'N v� g a a0 M O) st ti M ti M M ^ cp C7 N N (D ro C O d C — 0f °i O) w ZI 1�00 U co 0] Co U n O a T i o to m c P c O G P c .0U d Q c O c D C O c O c O LL 4ip O P w m 't a was z a m a� N a t wS r c 1° f6 4 to � t? �, m � afl,, a a � a a m �° ._ c Z n[ = b r °05 _ t Ix r r co co to co cu co _ d fL d Q 4 ¢ ¢ (L O. 0. il ¢ d 0. d _C=l ZD N co 5p r b u7 ^� - - CD - � co co CD !1= o C cwp w � w yyco O v CD %6 N v M l0 ^— Ji, LL U- IL LL J LL s U N U a LJL U.m In U. �- N c y E pyO1 m O' ili Y E C 8 O E l6 < W E O U O U C l0 0 w LL O c p O T Uto co U) j 0 N N O 0. w O LL' O w O m 1p U] N E rn o d p w o w U_ cbi n in U - o m 0 Z 0 0 W Q O 0 LL ag o g g g C3 o to a It coc 2 C7 toLO06 6 CV N C7 d co Cl 'f 6 f0 0) r u CAD ram- 1p CD 44 A cps �u7 �co CNN a. to BCD c0 q' p� w .0 CO CV C1 N 0> '� CD 4 ab m Q O p tll N m m m t O An m c .J �+ U. N o S o a n ai a a 9 d U c o c o i1 U c x O c c o c O c 0 m foci M CIS L a m m W mU m Co ya'C m 'c m 'c c m} m '� m m¢ �= m 0. 0� �� �� o� m IY 0.= 0. m a y c � � c� co L pp U a a a 'a a a CL c ¢ m r co tV .W in LO ao z N Vj CO aD aD CO tlmtl e- co r_ w co m 47 N C4 CV ko � CV LL J J LL LL U- O C N LL ILI m m m to m C E N F� r+ ;1 Q0 3 m a 0. W H F- 9 m � C U `o 0 o p Z 0 U U r N rn rn n rn a~i oni Q LL LL Q 00 rn T CCU n o 0 0 o Qo 0 CD a o *r O co C� N oo O Lo Lo 0 Ob Cd C! N N p> LO Cy to � � N t- Q cp et v co m CD M Cry r U LO t• C5 C7 O a0 c Q. 69 r b9 t4 Q r Vy 69 r N b9 dc1 64 69 6f3 b l C7 w d Nr CO 2 � N *qt x cn U')r Cf) CD O (fl r O u�7CO CO �N pGNO �M 0 ra C) M(D �..' %9 CO r CO r CO C M Cl0 c o r O] N o CA L,j 0)6 cn 00 N 00 4 U') Lo OD �' n. co rt Co CD f- co N m N N co 1 CU o Y c� m cam V N C fn Y LL J U- � a a CL a_ a � o U U U o a U L 0 0 o p O0 - co 0 m m m ro m a Q m ' m a�i A a c � L. O U Z' W 4 U a d odbC dm ' 0 cZ' � CU N C C N .0 v C C C C C C C C G k .0 4) •C C C CO c �-. C (f3 C m C N �- N C1 m y Q U] d CO d f/j Q� aco ¢co ¢cn ¢cn acn MU) co U) ' N N _ O Cj N to O C) _ N - to u7 - Lo. r Q? T m CO _ - G4 (n aU aD CD aD r C M N !2 Cr) ,� 00 w N tt- . r- Ca u] M [p r m � CC)N V7 N CD M r OD N Ch N Cy' 211 mco Lamy LL LL LL as o ¢ a J' LL ° 6 r W l4 L) m O U) C 'G�' U V C Q'2 c C] -� U. --1 J LL LL C� O O O totp N a ° CL LL C U CD F ccC F- p cu D Y� _� 0 m O O d d A U as U ci . -(U)C3 U) CL U U U c� 0) rn rn 0° 00 'co CD CD rn rn rn rn aa4i O 7� C) CD Cl CD o 0 O 4 d C] O L? r' ai G7 04 r Q I- m to N r to to Lc] 0) 00 N cf' o to CD N (0 tO (D m co rn ; OD m r fig r r h N OD 64 N If3 u7 63 6% C] N 6F} 6Fi H9 to 69 6F? to ff} (b tD p 00 m� h O 0) m 04 N M CD r OP OD CO CD r T CO 0 cri r 7 M LO r C7 'r T' to cv) O CD Ca U? (D M N pp �... r ¢ 't Od Oo or CD OD c 0 OD N N um) ti N N cr) N to y C Q) U G ,C Y 0 LL LL N 15 ma ❑7 lD CO .O >' N m CL CL a a W (L CL U U U 0 0 0 0 0 0 C ,O O ftf. N N ca m can o m CL c w c`a c c r fA CL c c C c°� c� a � a �?c�g 5 w L" mD 4) �' _ ro 'C _ 'C _� mca ¢ 'C _ _ O c mo m C O (Q c c C mc�i c C N O cc N Cl m0 O C O 0 (O C (0 (1 N Cl O C >-U m0) ¢ ¢cn "aU a0) aco 0'D r-tA aU a`.(0 M co LL(n CV CD T' to N' 0:).' ao Co (O _ CV 00 SD N W CA O to 00 cc Il- t- (D CV) ( O N h h C• m,r.. Op � (v7 Cq r N (''7 r 06 .J 7. ll U LL +C O LL Ll. LL f0 @ Q C? LL LL t0 O LL a O W C c LLY CL CO N Car LC mm F- m F- U rn rn o CL n ❑ C CL Ca C tin C M p CL C 7 o p U m 7 0 0 o cu m o 0 0 (�i U rn U C 0 U U U CL IQ. U U U zi E U Q 00 U co rn m rn OD to co rn co m 0o rn co rn co rn m rn OD rn 00 OD 0)0) 0) 0) (n rn ¢ W 0 c`o ¢ V. a) m CL Q O N h M t!4 C] C) C)C3 C M EA b C? CS � d4 C) O IA 0 tq Q C] 69 C] 0 to EI3 CS C] 0 Ili O w^ fA C7 0 ¢ (M 0 C) C) 0) cc M 69 0 CS © In (j9 C7 0 (O ch N C] 0 d M �q (] C7 Ip Co (O 64 M O co C] C) co CD CD CD (U CF) �N C7 rt) CCp) 1fl Off CO IC7M (D u? Ind CS C V0 � Cr)Ott C) Q v-• �- C? cq i� �N 0) I• v aD rn ao 00 (p chi M Cl) C7 C: � G .C1 E _ O N m N J _N I (cu cu N m m p #� T 4 "2 �[ -P W a C7 G Li Cn CO Q U' U t 0 U) U a CL CL U c d c O c C) c O c O c C) c a c O c 4 c 4 a U _P 2, t L ((1 m m m .O N (� m mLIS U O N N N W N O N a N w N of N a N 00 cc cac c c c c c_ c U _ c E U m m fl w m a o a m a)w m CL a m m¢ ¢� m _r C n ¢ cn a a cn a u) JIL () a U) ICL 0- (n CL a 2 [L 65 m a (n c ro ¢ (n ao a o) N Go ao N Oo � N (h 00 N ro r -- N 00 ro ►� o C) CD p 0 C)N IC) a ap CS (r) (O (o cv) r N N N r to h J m _1 LL ¢ -i LL r- c -G ccO -j Li- ¢ CS, O N a CA m CU Y Ci fB N cm LL LL t E ¢ 0 E N Ctf m d o vE a CD � a o d �' Y o r.. m o m cn � O (� N p` U p m p 4 O U Q. `� ro m Z' U rn Cb rn rn rn rn rn rn rn °D rn ao rn 00 rn as rn co rn ¢ f° � CF) co a a 0) M N rn m a rn rn 0 v v n n v, n n o v 0 n o n n o v n o v a o o v cri o ao t- m a o o ca v of rn w cc rn 0 r Lc)((D iri � N (3 1-7 m V3 to 6% 64 Itrt3 Ef3 6/ri 64 co ui r O] In Q o X N N 00 cl) 't 9 N 0� I M 't [? 'V C7 4� W 0� 0 t` N m m t+- to N (0 0) co ti lf7 v_! N C "a p C co C ¢ p r.J -i m O) Q. O., U c O c O c O c O c O C c p O d O ti O m co c ro C co .cu� .ro +� c C '� m r C C C (0 �$ W C GL0 O C aw N C Qm. N O m "a _ I0 L2A p Qp N 0-O N QO y ¢cn 0-co a..u) 4cn aU) co aco a- co acoacnacn t° in °r° "' r u' T N _ N co co In co Qo OD N �- w r r o ti LO v LO u') r- n � v v � V._ N CF) [7 .J cu LL O LL C N LL N CCl) L.7 LL�" a p 0 CAU x U C N F� U ) d z a (h U ' cn o o o a Q �. O 0 O al to 0 U U U U U U LL co � 0o rn co a� co rn ao rn co rn co 0) co rn co rn ao a> po z0 z Q rn v w rn co a .�.�.� rn rn w rn ro a O 0 0 0 0 O 0 O O 0 0 0 O 0 0 O 0 O O O 0 b O U d 0 ((Dp h1 O tD C] 6 cD LO N O ODC A Lp 0 CC) C) N 0 C O r- a4 0 t0h cl � h N 0 I- r N N . OD r 0 0 C14 19t � �-. 61) E/9 ,�.. d3 tH 11 6F} EA yg O um7 m 0 0 CD � cy v3 0 M tt CD 0 N N a) 0 c c o m a 755 0 E 0 1 L1 Y 0. 4 a a U c 9 c 0 c D c 0 c 0 U c 0 c o c 0 c 0 c A 3 ns 0 coo La m m co CO o (aa m co w m m L a) .c N L a) L d s- Q) r.+ L w L a) L 4) L 4) .a N U w 0: 0* Ix 06 11 W ww w 0:a)d E _c N LN (D a) N a) a) N a) E m c m a- o 1 c ro L m w o cn ¢ cn ti CO i� cn ii u) n: cca cn ii co cn ¢ to a cCa to n cn a cca CO 0. co ii co, _ C CO r C? N r- OD M OD OD co co OD 0 co U0" Co 00 o N n C~v M M C) p U CD O Ca 0 0 M to N d r er N �j CD M CO o u7 J LL ` L J O L LL J J LL LL d] LL N p� N u (� 7CE U CL U O tm m 0 a 0 nc to J O z p CL cm © c 0 (D o O a) 0 0 0 a U c c Fa .r o 0 0 ro as [% U UI U I U UO 2 Of ¢ 151 1 16 1 1U 0) 0) rn rn03 0)rn rn r cCDrn L c LLL 0 v a) CD ca a Q v Q Q Q Q Q C) a $ Q O O et r Ci O O O ui Nr 13i OD (6 LC) to m N 0 O 43 Q O O (1Z C C CrJ T ao t~ (D LO 0 N O N N co Q m O O) � O tom- tat co a) EA CY) 61l 69. •r^ CA co 6F3 69 N 6H � � r) e� ( ") r x Q O d Q Ul) Q� �o t9 co T� Qo co (`�rq CD ti M C) CD CFI ti 0,C6 to to 00 N N (`) N aND m CD w ch a) o m E (0 U OL CL c o m w L] m (o 0 Q m O _0 0 0 o a o a o 0 0 0 0 Alp — m ccaa m ro m M (tea m w m M m r'S a� r aD � m - aL t w -C m o r a) o +' a) t a) c a) s aL a� �� �� �� am Qi a� N _ C (D C R G K C C (v°� C [� C O G m ElC c i to n in° a in a i i 0 a cn a` tQ cn a ii ii cn a 4 to a co r CV C7 r p CD m N - N co co . - M d `— coco co co N �_ O Q O (�7 O C Q O LO N r co N — 00O W LO LO� � �t N It N (y r (O p 4 LO J ,^ LL J J U" U J Q LL C? m p J U. LL Vr a) 0 cu C a) m a1 Y mL.L U- (� Q 7 LL U CC1 cn O m (o m N a1 Q� tl] N m a o a o 0 0 0 0 0 U (a (9 U U U U U CO U U U rn rn 16 0 ¢ a) CO © is L L LLB'. V R S R S R S $ $ q k k U d d d « # K q. 0 7 7 T "T (03 + # 2 E k � A 2 o q e R . q CO) S k¥ qro cn kC .I q q< LO o/ 0)7 % . � co / / JLM 2 E d E � k d / $ / § E / 0 § / k / / ) < _ � I a $2 $f - .(1) a 12. a- e I§ a coE E2 � �3 CL a2 E/ EC k k k c Q % d 2 % GLo 2 LO co k � k � _ _/ � IT � / a . 7 $ £ o U- / k 0 2 $ c '0 ( m k m 0 k 2 _L 2 \ Q / / $ $ $ $ $ $ E E / / 2 0. 0 0 z # m � N a e ELLL LLLLLLL ' p s iLLL LLLLLLL Q � s E�LLL LLLLLLL aQ iSLLL LLLLLLL �s=� uL LL 11LLLLLL aa� •• Vo p d a CD •M• T M 7 A Q O O y �q Y g cxi y a ox P LLL LLLLLLL WLLL LLLLLLL 10 Q� Y (�pr�1� may .!/) „• too lift, F a, P � V ill P M FIT 0 F s Ra- tv 0 }fill e 9LLM LLLLLLL L L L LLLLLLL R� 4 o N N � •ra .p � � �p ry 4 P Y � � A v p. G pp Q 8 Q .Y. ry N S ry S Q A Sim �r o� p9 1 €E ells q_qy=s4 i ois 0 4os 8� HUN c FLLL LLLLLLL ;�a L L L LLLLLLL �12 6LLL LLLLLLL p p � CO o Ali LLL LLLLLLL s p 6 y p p O ELLL LLLLLLL 9 L L L- LLLLLLL D a gLLL LLLLLLL m 3 o m n A go o. n Y G 6 � ru � �3 � � � $i {� •a � � g e N ry A gN ig]�3 � c 2 df s•,�� It ET, �� N aa�s� �g�9S w P •[•J � 4 C Ep p`q ys s 12 SH�� 8 e a7 a0 EL.LL LLLLLLL �LI-LL LLLLLLL. SLLL L.LLL.LLL iRLLL L.LLLL.LL vL�l? L� I? Iit) LS, Dtm 41 O n q p O p yt!-*L.L LLLI?LLL 6LLL L.LLLL?LL €LLL 1J2LL,LLLL �LLL LI,,-.LLLLL .. U A e O m IRA m o 1:1 r Q�+ =: � i� o c P O O 4 Q o a lo T� G 0 o N N C o o O p o 1' m U O � 0 Q0to w 0 E ❑ ❑ ❑ ❑ ❑ o ❑ ❑ ❑ ❑ ❑ o �� ❑ ❑ ❑ ❑ ❑ p ❑ ❑ o ❑ ©. m w n o � a er CD, .� _ N T 7• 7". E T :c 'v •c -`"a © ❑ ❑ ❑ a N ❑ © ❑ LI ❑ C ❑ © ❑x © ❑ M ❑ ❑ ❑ ❑ ❑ G 1 N x u a` yy C C m L u i H x A C 4 at .MO O (4 Chi N f`1 . C C a 7l d a O M O O 2 v A 0 a 0 n h M� 13 ❑ 0 ❑ 0 o a 1 N C I 0. tVl Q �p.�a� pyp ' C N C .Or.. F ^ :F' O Y d O v v13 4> ti v p a u � y E 4 n ti m r u � C � C o LZ u r y ado P. a u 7ti 3 b tz O•t • -.40lz c 4' � � ray. •� • D , t 'a ~g th� a tl p �' y p m x a b-45 ow is xi t h C a ! n 4° b w CA At L O \ � O N W C pmp ry b CD z y p + Q Q ra CA 2 r] RM 3� W ❑ — b u` 0 u E c d n a �3° 4 wL LL LLL L L •LL L L LL L EL LL-LLL L L LL L L LL L wL LL LLL L L LL L L LL L eel' wL LL LLL L L LL L L LL ,L w Jt.ter;` LL LLL L L LL L L LL L x F -y � w ;, n t; �C- E � � a •-- a a a o K a o L Q; o WL LL LLL L L L- L L LL L 4 O.� �L L'�.L L.LL L L LL L L LL L lrl i WL LL LLL L L LL L L LL L ^a° L LLL L L LL L L LL L .LL �� � it '� •~ J �s 'w '� r, .% � L � M v3 je C S R 72 r A C 'ono $ 8 ice" v �_ 3 n •. `y .c' = v _ � Lu .SZ � .ir 9 O � _ _ n � _✓� J. _O n : f C1 m a V C �ss�vbe ` O 52 c wS w� vz� n E 08 K g�. IS r �o ,2 .5 P a g n D ��q�q�VVEr ���083 . C O y �L L L o epyp �L L L ° Y L 3 a f{L� �L� •� p r. ...x j _ L L L L L L Qp A 4 � - V L L L 'a = �?L L L M n M 7Ew is C C C� a J r 2 w L r a 0 7:u."- a [ �cr 5i 1 LLL L LLL L L LL L LLL L LLL, L L LL L LLL L LLL L L LL L. LLL L LLL L L LL L L LL 1? L 111.1 t2 L m! 1~ L L �. b M � 9 C) Q '� „• .s - v r r""• n 8> i m :n 7. Ct i. LLL L LLL L L LL L LLL L LLM L L ML L LLL L LLB L lk L L11 L .4 LLL- L LLL — L L LL L C .� 7 S L 3 LT �: .. � ° � � � :� •fir � � � � € 2 'c O v = F "0 3 0 ` �, • J 3 'n Ir 1� re ^'. 1. ^. rt — N. •n U 9 �i i� gadeg Z1a V cci� C �p g`6E?4 gf�gxa fc co - EV F M,61 Mt u p3Zwo o g m 2 $a gas — =y m -LLLL L LLL LL LLLL L iL.:LLL.L LLL L,L LLLL L ==�[i p ;;LLLL L LLL LL LLLL L P "o $ �. ,LLLL L LLL LL LLLL L 5a-a2 H�Y�. •$ -} :LLLL i L s 1 1 LLL' $) LL S 1 LLLL L L r/+i a � .m 'L y' •n ,i• r r r � •� "tn. '� T } =p LLLL L LLNL LL LLLL LL z a'•J =LLLL L LLL L.L LLLL L Y =LLLL L LLL L.L LLLL L - "�4 - =^ LLLL L LLL LL LLLL L G a4 j9,2 tj p ." r iN gists LZ tz_ vr _ W v W _ Ys vr C m �• _ "C " P u q iyi J -.z7F a �fi��' l.J q 0 ALL L LLL L LLL LLL LL- c -o o g vLL L. LLL. L:, LLL LLL ^LL L LLL.L LLL LLL .LL LL ::ALL L LLL L LLL LLL LL �="�`��L2 L L LLx L LLL LLL LL m _8 i W � o F�a r�' �11L L LL.L L LLL_ LLL... M1% V 03 w S YL..L_ p L LLL L LLL 13L3LL LL LI - 's �- = J D •-�-- u v- b y C N = 4:01- ^L- '.7 � _•ajT•c -R. a -2, U xLM L LLL3 L L,LL LLL LL vLL L LLL L LLL LLL LL w, ti •J, _4 a U a- 7F n o - y i. — =w w z D- iz 5o�s� rro w� � o as��o L� c o y 7 M.S R�k n W6[ UN g€Ugs 0 "L L L L L L- LLL L L L LLL _ vL L L L L�. LLL L L ),.. LLL r p L. L L L LL LLL L L L LLL tJ ac� 5'3 al. L L L. L LL LLL L L L LLL. w (, aya.�� s H V !? L f� L L 12 1� L l a L a 12. LL n n n •'roo :v W O' a -T a v v v N 'o c w ry R L• y .o r- �r .i a r p = 2'a `L L L L LL LLL L L L L L L d 4 K O 1 s �?E V1? L L i? LIP LLL L L L LLL :1 �L L L L LL Li....L L L L. LLL .fir— WL L L L L L LLL L L L L L L 5 R v p- 76 tit 15 TZ sc m -`srr } •i$! 2 •^N 4 v w L Y :4 ? ,"�� % j �_ j d = ^4 a o u M - Ig t� v.� a i u n ° mm gy5Bz- Bz— cwm a. g E � � �Ok•�v � N � Y y7 ouhff i��b"C _ - � � �� = _ _ _ _ �_ - ? - — _ J � fitt••&�QS VL L L L L L_ LL L LL L L LL j x �L L L L L L .L.L L LL L L L..L =y p �L L L L"L L LL L LL L L LL o L wL L L L L L L L L L L LL L.L v �eF{ � m$ YL L LL L L L3 LLL L Mm L. i-. L LL O + r ... .. .- r • -.- .. . •C _ w •V ..,y y „so,n .i2 i 3 r • �. V Y L• qq 'O r V i. T. r• M L .0 C ... I� W w C cc i C C R o I- � A N Q .� O N 4 r spy VL L L 1? L L LL L LL L L LL o _ I s V G - - cc _ =L. L L L L ik LL L LL L L. LL a F3 M�Z._ ZL L L L L L LPL L LL L L LL gip"•" �� a .�� L L L L L L LL L LL L L LL - v4^ r 2 a 2 Q_^�' o .k `_ H fi 4 ..1 v •.Y.y i .i CA v :�. 2 3A 4 C > L "3 P' � '�'• O lr _ - v Is- F- yy �Cz 9s = 'b m b c7j k m fn E n ro U E r n�12 �v •fin--. s, x- :^ �� a•G � 3s� •'� n R ,� � S r ' � •C J` 'r hr i' r is v 2 — = j y v �L.L'L. LLL L L ALL LL L LL = o a iLLL Lt—L L L •LL LL L LL MI 4�cg WLLL LLL L L LL LL L LL y G.p jgnf KH LLL LLL L L LL LL L LLL mL LLL 1? L L12 L31.1 L LL B.L 5 J - J Co q 0 /4 U , —LLL LLL11 L L ML? LL L LL LLL LLLL L L LL LL L L.M y :4 YLLL LLL L L LL IL L LL s JT LLL LLL L L LL LL L LL s s _ 56, ._ .. r :•ram .a -u`. - aj v: -:i __ .. T y u - • s r 3 z - V i W V v CE Zi v i .a a - .5 c i v •wLL. L LL L -LLLL LL: LLL + rD �iLL L LL- L,LL.L.L LL LLL Q .5 oiALL L LL L LLLL LL LLL LL L LL L LLLL LL LLL �LZL i? LL L LLLLL LL LLL y, 1 T 1 311 V. 'z 0 n Qy wLL L LL M LLLL LL LLL o _ a z F U O 2 •- Lk LL LN L LLlLL LL LL..1l =LL L LL L LLLL. LL_ LLL _z�a•o 2.7 .� = J L LL L LLLL LL L.L-L — .� J 154 w _LL. v ^ y �a•��v oaf Y. 72 �O�L•� C r�4� yy N •c ii o � � p• v y � 79 .z - K is •s r+•— — vE5. 5 - v v ? x 2 — - --`�++ _y Zl y - — Y. •i ri 771 J � C d3a v N Eg "L n P I t S ti c � K q O CyOpp Ng a 8•�q��x ppn Wagocn xo�sq� Y o_� �sdEa (IS 2 v ca =L LLL LLLLLLL LLL . o 1 x �L LLL... LLLLLLL LLL a ti L LLL LLLLLLL LLL L LLL LLLLLLL LLL t' ` e c� 4 i L LLL. LLLLLLL LLL 6 .� c ,n •n V n 'C "n i t m ✓. i. w -� M o w v- 6 L Y s? YL LLL LLLLLLL LLL . ^ L LLL LLLLLLL LLL W - A 1, s _ VL LLL LLL— LLI—Lt LLL.. _I, G - L LLL LLLLLLL LLL -_- •� •• w a V ... v U Q t� C� _ J. v s 'a C � C• 9 o. � � - c 'a a IQ73 77- — .-. — — — — — — — r l � — — -- — c M1 .n X a .r i2 O ctff- O C �3ap v S3 au y y� 8 C C�1gV a � 5t Kv u� S x'BEN 9�r��wg o�gam� pt' a q Y �yy y�.XCn . i m 01 -0 :o Q - O CCV 0 A, Q ,M1 S ILM f. b a ug�.G n c (D V) a � G E N � y .1e g LLl _T U ram�r.. O � o 1 0.4 •� : Z5 aps � 9 m •owti i3$� g N 3 Cy � �ggn LL y sossautp �ayto try � w � . S C , E UOMPUDO jawosta tow 4v o i� Ajn!L, Y x x x x a U o y � o � 3 o e Y - M ro N� a a r !0 �� v eti -.gypp• �_� '� 3' � 4 J � Q C C .- Yxxxx a r V p a 73 a. b tll v 4 m 10 tl a b V v � Z m 7 y qo � +wr y ?n- I i v ... U p Q A T k O w D G A O [p�p•pp! p .F-M vi r V�3 $YJv tl . m� a � a >r LLP rn 34 .12 w m sassau@,aw my C OUIUostod Q UOQIPUO0 R RlotOJOSO2{ IMPJO l UNS ^! IilI1[ly ... a '5 a.� n .5 N —0 G � m O O W CV ., m s � � CD n roo � n U� u 0 a 8a E� c m N C to ffi v yyb $ a m c A cu w uj W c: use 0 v as�m� w L .s F � � N 11l�' xYx .� it C "o5 c y SassaOIN JUDO Of G o BuWoslad a c " E 2 uoplpuOD �i .. ,cm7ep9apl n a r �+ _ aQruoslc upm a a Sul X X X X a c N a E V E D W 3 O' d 9 m 0 z O ..cgg 2 7 w d N r m � C II. r 'ti a li m E O W Dc v u w _ W Ey ► 1=r m c �pp �pA�p yxp p O tl N D N d N Y A 0 �W LL .� J O 4V� cdi4vdim --amm Jatlw ov v Buluvslad v uo�l!puoJ Y tip{6ads8>:l 1"10"a uu15 Aulul I F g I. Ak .n :c Cr) i P. C.� g m CV s (a 8 � o D qq A m ;� 8�W iu rms -2 i .� gE d a g�zz U. 2S g .�+ is CD F s sassauly Jeylo IIV u a � BuNos!od � ' c •c uo!1!puwJ � e � iap�os+p u!qg iv - o r a 0 o 0 � g m wE O v 8" YQQ n � S = O � n g o 0 �8 00 $ a �A m E y u Elf a z V A D o n� d m gg 6 O V e 8 S E x n O -e c 8 T N N m "n•�o�` � ooar m �'• � a is C7 $ a w,q q aq sassoumpa4lo qV n Rwuos!vd v aanlp�nD .Galealdsaa iap,os!p �Uqul m a .I. o H O " am � O y.. N CL oilLL A O' u `m O Lp 8 ro - a ss 2 N S E r CCa 01 m a � � s � 7� 5 IIAA 0 till Ij Ira Sessakng laulo 11V 4 a - 8u�uesfod v 0 o a uvplpuv9 3 `" a AwneipdsoN 180ivsIO kgns N o m o Amful yxxXxXxXx xxxx aE p •� `� CrJ aY w � 4 1'> pp O c 0 o .Z'.. mob i, aC riAm °onmr tu i 001 16 b n �O u y �s xxx a u jgs V rl C g m ' ry� b T X X x n N � d �y d C _N ro m � m r: � 4 uk cc � 3 m v m an m E 2' m mf v LL C§ 9 F a.- a c c tl m Y m .r N F Y V1 N so a Op.'B O�P23oOc�iC r�So`� . �M3 _q � M O00j0� a � 3 K C7 m g CVi.a �Ki fY ��F� aWUU m a z° V C rgrn vn�na�adS aa [3rN bu�uaspd v uvMpu O Y Aral6kasaa JOPIOVO uu45 V /Gnrul Y !. aRo ri 0 0 n :E'w Y � N D ;; L c$A x J U p G � a "r-• 7" •yi ° P 3� wp WF ga ;y° x3g btl+i 'c wE O '•�7 'T'3p�� .. a ; L. L. L L.. L LL L L L. LL LL L_ _ d "L L.LL 1..,. LL L L L LL LL L wL' LL.L L L.L L L L LL LL L „ ;ZLLLL'LL.�_LLL.LLL.LL L I_LL L� L� L L I L� j1.�.. 7-. D.: i i / �11.�. L-, Lk L-, Lk i jL�LL 1L:.. i,.:. IDS � i. lk L-* nO A 'q ..: D C � `� i. �. •S�. T T h �. T T •Sq. ri, i. S. _T diWp. i7 •V Y � � C V A p Da- LlML L LL Ls, L LL L.I. L P c o �L LLL L LL L L., M LL LL L? 7� U z� L LL.M L-- IL? L L L MIX LL L e U® ? L. L L. L L. L.. L L L L.. LL L_ L. L o Y a— r a U vi ° Fes- y is "' c e4i a n e ;y u a •� = 3 p - o Ax Z; 45 x w G 1 y, �•� -j v Lqp. , 4 1 W jNj atey. X a7 s.� 27 a•w��, awv v - � � � pc �� �.� � � � � m Lto r Vi p. C tL �T 0�. b EL 1144.. c y N ".25s=. Nn� ti S a 3.' ti• in U o. .o . � ' L !n � � S L ;n O "—^ sr. L, O `o 8 ME Im A o 3 o 0 0 0 0 o ca a o 0 o a o Hill". a cw13 $ 3 U k v o o iq a is e D EO91 a C o i�rge d < •.ss i o a L L L. L 1.... L. L L L 1.,.. L L_ L. L L 8 w L L L L L. 1,.., L L L L L L L. L L s ;L L L L. L L, L L L L L L. L. L L s 6 L L L LL L L, LL LL L. L LL . N } rLL L LL L L LL LL L L. LL V 4 C ( W =vE�MS t' F LN M 7••:. M 7.-. X Jam. )1 LN fin.. LN ice.. irk rx a a p a s w� pp+ _ M O � ^� �—� N N �1 ry O r M tM•a fy M 1. fY ry !ti iJ N fv o O-.3 a s k7 V is. G�0 : u � C? •tC j Cam" � w U t � 7 q k7 V is. G�0 : u � C? •tC j Cam" � w U t � 7 q ' o � 0 R" �L L LLLLLLLLL L L L L G �L L LLLLLLLLL L L.. L L. " g FL L LLLLLLLLL L L L L a EIL EL L LLLLLLLLL L L L L ryL L LLLLLLLLL-L L L. L uov'a—Z=-aMg Wit. L-, MLL M LN MMLN ? L L L L op 9y w DD � Q rwp N yN� qr ryp wv tw3 q n 0 0 0 0 " w YL� L LLL12 LLLLL L L -L L. "s Y �� s AP $ L L LLLLLLLLI>- L L L L a- �G x L L. l3LLLLL..L LL L L L L z" a� ® �L: L LLLLLLLLL L L L L Uzi 4. a r p w Jr 3 g 3 3 �� v 3 � a in •c � C = `�' � '� � Yt c4 w��� YY N � � :� � e y e a •�' y Y v o Mc x aG�o o oLp � � 3 � .R Q g •�� •�o v� o 4n n © a r°i• CA w ,� J Di U 41 C.! J C1 O W o Sir w E <•.. Y c y � e � Y � N v a ag as L—UL c pee p y y v x � � b w LN � yy a is o c S v r Y s ph 8 . 22 sLLwL. LL.L„L LLL L L LL_L. s ,-LLL.. L„L.LL LLLL L LLL LLL LL_LL, LLL L_ L. LLL p S L L L L:. L.. L.. L.. L.. L., L L, L L L_ L_ ; K c N w L. L» L.. L. L L L L L L L.. L. L. L L. veo � Vl?L Ll-L-11 L? L$lL�lM •+C+�� • T f�TJ G tl�'J r � q y 4 T � � :1 7 .yy - A S C O N a O M h p 6 C O C O .p. G nn U L.LL. M LLL LLL J�t M M M L. o t „C �= vL.LL L.LLLt LNL.L. L L_ LL..I. X. ,n G� LN M L L LL? L L>—M L, L LLL o O 79 ULLL LLL,.L LLL L. L LL..L. Ua v s P oz� � C 4 5 a ro 72 a $ � U � j, - Ai 'J � •� O F aC 7 w 3 v o i e 3 5 v s Tr �3 v .o 2 �v � 4 v ti L,, o M C 7 •n n ao e'i ^ N �1 � M .gipp ^^� N U, x ✓� �n Vtti Mom'} v�j r n � � � vh � O .n0 vh R N �as�SaM •� E $g� s . roster a o ry �g Yggv� �$sstttaAS L,L,LLL L,L LL.L LLL L L. o u L L L. L L. L, L L L. L. L, L L. L. L ELLLL,L. L.L LLL. L•L.L L L .q g E�L.LLL•L L.L LLL. LL.L L L `LLL.LL. L.L L.L.L LLL. L L. 41 h f1 •6 � ? � 3 � '� � .5 '� h � '�i q � ewe ,� "� h � 4 s � aa 0 3 Y L. L I- L. L. L L; L L. L L. L L? L L x' ^L- - LLLL LL LLLN L.L?L L L �U ov ELLLL•L LL. Mb�L' LN LL L. L 3 cr a® q L. L. L, L 1.••.. L L L L. L L L L. L L, c S 9•o�4n g "p s; m e _y L s S. 2 z v qa -Qylip ,.3s" If E2 v i' voH •p C q a r� ry �v a ry � .n � a c d am. O o o P SJ' O C Ci C'S C $ 5 2 R y y flies ja a� �pGp 11 J YO 7i ti; .. UN p v r V J J Lo .•�i O Q --.• „ O ' � L j �C y QQ� T }q si O-pp ti� LY yyv a ys• - -" _ Gt F2 C ° y iLLL LL LL LL. L ry 53LLL LL LL LL L O a mg o V LLL LL LL LL L a� LLL LL LL LL L $4R�m F-LLL LL LL LL L Aso wLL— M L.L MI'-- LL 12 s •V H 4 w 4w A0 LLL LLr LL3 L.L t? �a vLLL LL LL LL L L.LL LL LL LL L naa �� • o G- LLL LL LL LL L w � nci o a a M 7n�?a�aq O .p s n L vg 72� y C. N 6• P co �p p h � Q Q u 1' Y N; — �w a �+ w .Qp@ eon $3 L. $ � C ,z Y a Y 2 E6 U .G to ^f al A M M a a U sassaull! Ny{0 �M n D o � Bu�uos�ad a, ue!1!puo� m a 5 5 Jep+°sp w4s A "Y IGII�ry `. C O xxxxxxxxxxxx.xr p b J A N 4f W m m� s}4 & M V 1 O n xx xx xx m xx gS x xxxxm w � b W c$g d qu•:.. m � � c a E E O x CC c m c a ti W � _ a a 4 'c8 :c C G -c • C s c °� ° � m E S1383999.3 w VUV' s TL y pQ su5saupj JNUO 8111110SIGd a uOmvUGO .I nJ*Sq °nag tinit4 A AD A. §� a c o g O p F N CL Cl ca LL 2 tJ ' q W U) i� CM M LM Z CD p 0 sesseu!p ., d pj 6uly MOd Y 6 E S , Uucmlpuco ., a c ,ap,as!a uP!S Y !Gnru zxxxxxxx xxxx� Q o v 3 rye 0 W �j �• xx xx x •n J poi �� � V m n y iR v SL re X X N N �a � o �•� q � � •O m � m m � � � � N 2 1 E F. 4 V S a ti m •� Vn y 'O O a 4 u n Ec a96 g a 1 7¢c m v�� b p N m d n g n�Lvn� " Q = p y G� �.�o- ooan0000 C n s SC W Q wsauu!»y!v!!y Y &W-md ? uo!!!puoo V ,Gnlu! 0 d 7 N O T N i- `a o w 4 N let a1 o C.. g t O - N no.-- 9 m N O ci c ro YS tl O d � a S .O A a tl w Y• C [N] s E u ✓m d g � 31 $ w� � r a rww �q� C ._ .jigs Mom. O E flag' = O eqw # sassatyll iaylo 4Y '� v aauluas(ad Q o o ..' uallpt,lo� Noleildsay � $ `y ;Owslo ulms �+ e /Gnful.-xxxxxxxx m w m � •o m E o Q •-. � o c .p W � 3 �- 7 y �¢¢,,. d •� m w tl O D 2:§ =X xxlxx -.1 o 0 lA To C J 9 to a i IS 3 tl .0e��� -c �I W G tl Q aOa6 p o . m e p ��.�Or.@1 ONEg P 2 m F m �4�lUi $ T�y sasroulp aa4lo lyV v auluOslOd u. U0IIIPua v AM9gd-V .law-lo u!MS N 4mful .a CA City of Melbourne; Florida �j ,natuform RFPNo10-111-0-2005 Techndo ieS, I= Client Communication and Work Schedule Our local General Superintendent, Johnny Melchor will be responsible for the project scheduling. Johnny along with our Project Manager, Kendall Welsh will be the main operational contacts and will communicate closely with the Wastewater and Public Works staff. All MOT plans and sensitive residential issues will be discussed with both Departments. Johnny will provide the Department with a weekly schedule prior to mobilization on the job site. All appropriate City Departments (Fire and Police) will be notified of our reconstruction schedule. Area Account Manager, Ted Hotchkiss will be in contact with Tom Hogeland and Billy Williams on a regular basis to discuss the progress of the project. Post job videotapes and logs will be submitted to the Departments for review and approval. Johnny Melchor, General Superintendent (904) 509-9467 Kendall Welsh, Project Manager (904) 509-1630 Ted Hotchkiss, Area Account Manager (904) 237-3426 We plan to mobilize to perform work under this contract within 30-45 days from the issuance of the notice to proceed. We can respond to an emergency work order within 7-14 days depending on the availability of the particular size if the C1PP liner. Yjringing it together ACOR& CERTIFICATE OF LIABILITY INSURANCE o7roirzoo� Dio/26/20 s )DUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Lockton CompBnles ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Three City Place Drive, Suite 900 HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR St. Louis MO63141-7081 -ALT COVERAGEY E O (314)432-0500 - V. INSURERS AFFORDING COVERAGE 1NSUREII Insihlform Technologies, Inc, 1041904 702 Spirit 40 Perk Drive Chesterfield MO 63005 (,nVFRAC.FF: rwc'T Rn') ?n THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SPEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDfM POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE 1,000,000 FIRE DAMAGE onafre S 100000 A X COMMERCIAL GENERAL LIABILITY R032-641-004218-035 07/01/2005 07/01/2006 MED EXP (Any one on 0 10,000 CLAIMS MADE IFv] OCCUR PERSONAL A ADV INJURY $ 1,000,000 X Indrint Contractor BROAD FORM PD/CONTRACTU AL X XCU GENERAL AGGREGATE 0 2,000,000 GEN'L AGGREGATE POLICY X LIMIT APPLIES PER: JEMCT El LOC ^- PRODUCTS - COMPIOP AGG 0 2.000.000 A AUTOMOBILE X LIABILITY ANY AUTO AS2-641-004218-025 07/01/2005 07/01/2006 (Ea soc denry SINGLE LIMIT $ 2,000,000 BODILY INJURY (Per Person) $ I—• ALLOWNEDAUTOS SCHEDULED AUTOS ! X X I HIRED AUTOS NON -OWNED AUTOS BODILY INJURY Per at:cidant 0 x PROPERTYDAMAGE (Per accident) 0 XXXXXXX ; ,'. GARAGE LIABILITY j•-••� ANY AUTO NOT APPLICABLE AUTO ONLY- EA ACCIDENT . S XXXXXXX OTHER THAN EA ACC AUTO ONLY: AGG XXXxxXx S XXXXXXX B EXCESS LIABILITY J OCCUR CLAIMS MADE BES190742 07/01/2005 07/01/2006 EACH OCCURRENCE S 10,000,000 AGGREGATE _ $^ 10 000�000 �X ---� VMSREILA DEDUCTIBLE FORM -• Xxxx xx 1X RFTFNTION $10,000 $ xxxxxxx ` C WORKERS COMPENSATION AND WA7-64D-009004445 07/OM005 07/01/2006 X IMORY S A - OTH- C EMPLOYERS' LIABILITY WC7-641-004218-01$ (WI & OR) 07/01/2005 07/01/2006 E.L, EACH ACCIDENT $ 1 000 000 F-L- DISEASE - EA EMPLOYE 0 1000 000 EL.OISEASE-POUCY UMIT $ 1,000,000 I OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: PPOIECl' - RFP-10-111-0.2005. CITY OF MELBOURNE, ITS OFFICERS, OFFICIALS, EMPLOYEES OR VOLUNTEERS ARE ADDITIONAL INSUREDS ON A PRIMARY AND NON-CONTRIBUTORY BASIS UNDER GENERAL LIABILITY, AUTOMOBILE AND UMBRELLA LIABILITY AS REQUIRED BY WRITTEN CONTRACT. **SEE ATTACHED ENDORSEMENTS*" 2425802 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION n CITY OF MELBOURNE DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN 900 E. STRAWBRIDGE AVENUE MELBOURNE FL 32901 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE S. AOORD 25-S (7/971 For ga..duhsr.gardmgthlswrehe t.,mnn t.th.e.r unbgwdtnte.•ProducKaoetIonanor.sod ep.ciyth.nt.ntwd.INSTE 2'- aACORD CORPORATION 1988 SEE ATTACHED FOLLOWING ENDORSEMENTS GL - CG2010 11/85 (OWNERS, LESSEES, CONTRACTORS) GL -102 ADDITIONAL INSURED PRIMARY GL - CG2404 10/93 (WAIVER OF SUBROGATION) AL - AUTO ADDITIONAL INSURED AL - 2610A ADDITIONAL INSURED PRIMARY AL - 2610A (WAIVER OF SUBROGATION) WC - WC WAIVER (WAVIER OF SUBROGATION) wrtificate ID : 2425802 c Attachment: M73826 COMMERCIAL GENERAL LABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REACT IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FART. SCHEDULE Name of Person or Organization: Any person or organization where required by written contract. (If no entry appears Above, information requited to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your woW for that Insured by or for you. 46� This endorsement is executed .by the Liberty Mutual Fire Insurance Company Premium S Etfectiae Date 711105 Expiration Date 7/1/06 For attechment to Policy No. RG2-641-00421 "35 Audit Bawls Issued To INSITUFORM TECHNOLOGIES, INC. SHCU>3TA1CY FREMEW Counteralpned by Audwdxed Reprowt live IssuedSales Office and No. End, Serial No. CG 20 10 1185 Copyright, insurance Services Office, Inc., 1984 BLANKET ADD_ITIONAL_INSURED AMENDMENT It is agreed that the following paragraph is added to Amendment L. - Blanket Additional Insured of the General Amendatory Endorsement: This Insurance is primary. with respect to the Additional Insured, Any other insurance available to that person or organization is excess and noncontributing. This endorsement is executed by the company below designated by an entry in the box opposite its name. Liberty Mutual Insurance Company Premium $ 7C Liberty Mutual Fire insurance Company Liberty Insurance Corporation Effective bate 07/01/2004 Expiration Date 07/01/2005 LM Insurance Corporation The First Liberty Insurance Corporation For Attachment to Polity or Bond No. RG2-641-004218-034 Audit Basis Issued To Insituform Technologies, Inc. 1[fW Issued srownwr rxba�rrr comterrsigned by-- ........ Authorized Representative Sales Office and No. End. Serial No. St. Louis 0442 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMORCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Any person or organization where required by contract. (If no entry appears above, information required to complete ".endorsement will. be shown in the Declarations as applieablc to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTIMS TO US Condition (Section TV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the pawn or organization mown in the Schedule above because of ••�•••, payments we make for injury or damage arising out of your ongoing Qperaticns or "your work" done under a contract with that person or organization and included in the "products -completed operations bared". This waiver applies only to the person or organization, shown in the Schedule above. This etdomsencat is executed by the Lmmt7Y uvrmtL ma umvAwca cowrAw Prett>I=$ Nit Eff et1vn Daatc 7 / 1 /05 lvltation mate 7 / 1 /05 For attachment to Policy or Band No, RG2--641-004218-035 Audit Basis 1 Tatnedto INSITUFORM TECHNOLOGIES, INC. Coumiesigned by wteo,a�e sepe.mutlw iasuad Sales Office and No. Fnd. Sadal No. St. Louis 0442 CG 24 0410 93 Copyright, Insurance Services Qffice, Inc., 1992 THIS ENDORSEM@NT•CHANOES THE POLICY. 'PLEASE READ IT CAREFULLY. DESIGNAT913 INSURED ENDORSEMENT Bach petson or organization Indlexted In the schedule below Is an "Insured" for UAIMILITY COVERAGS, butonly tothe extentthatthe Person ormanlzatlon quallAee as an "Insured" underthe WHO 19 INSURED provision'con- tained in Section 11 ofthe Covempe Form. Schedule:, AXY PBItIN Oft ON==11ON IM VW YOU AEI: 'BY iilCOREL= TO PRO" 1158ORA=. ' 7f Ye errdorvament tr etmcured 4Y the oanlpsny deNpneted Below. Prortdum= LIBERTY MUTUAL FIRE INSURANCE COMPANY E *Mva Caen 711105 ExP"Wan pate 7 / 1 / 06 ftwreplment omkiyrio. AS2-641-004218-025 wares�.a. WMWTa INSITUFORM TECHNOLOGIES, INC. 4�KwArrs��OghY ....1F-4.�....d .�L.Le...� A ..... Fa'mNQAV4CFt.G. �y� �raurreM r"•••••••• �• OW 34a AS, AT, At, AV , al 1.1-14 BLANKET ADDITIONAL INSURED AMENDMENT IT IS AGREED THAT 'THE POLICY IS AMENDED AS FOLLOWSt THIS INSURANCE IS PRIMARY WITH RESPECt TO THE ADDITIONAL INSURED. ANY OTHER INSURANCE• AVAILABLE TO THAT PERSON OR ORSANIZATION is EXCESS AND NONCONTRIBUTIN9. i LIBERTY MUTUAL FIRE INSURANCE COMPANY mocumm" 7/1/05 Eq*omom -7/1/06 Irorwhotanhntwrd�otrNo•. AS2-641-004218-025 60JOdTO INSITUFORM TECHNOLOGIES, INC. =*W$hWM +by •..r.....rrr«rwrrr..rr•.wwrNN..........w..w...N.........w......•w••.r.rr..rr... Pepe 1 110A TRANFff&OF RIGHTS OF RECOVERY AGAINST QM —A TO US IT IS HEREBY AGREED THAT SECTION IV A.5. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US IS DELETED AND REPLACED WITH THE FOLLOWING: 5. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US IF WE MAKE ANY PAYMENT, WE ARE ENTITLED TO RECOVER WHAT WE PAID FROM OTHER PARTIES. ANY PERSON TO OR FOR WHOM WE MAKE PAYMENT MUST TRANSFER TO US HIS OR HER RIGHTS OF RECOVERY AGAINST OTHER PARTY UNLESS WAIVED BY CONTRACT. THIS PERSON MUST DO EVERYTHING NECESSARY TO SECURE THESE RIGHTS AND MUST DO NOTHING THAT WOULD JEOPARDIZE THEM. TWa endorsement la executed by the company balaw dad atad by an entry M to box oppoeM as name I MMMY 14t=AL MSURANCB COMPANY Premium g LIMMMMUTUAI.FIRSIIVSMO=COMPANY 1:i8MM INSURANCE CORPORATION Effective Date 7 / 1 / 05 Expiration. Dane 7 / 1 / 06 UA WSURANM 00MRATION For attachment to Policy or Bond No. A32-641--004218-025 Audit Basis . Iseuedto INSITUFORM TECHNOLOGIES, INC. IOC. 6 Issued 2610A daw "7 counkm47wdby Sales Office and No. St. Louis 0442 TM FWr LiBMM MURANCB C7C7RPORATION lrlg� 9-Ago Auttuulaed Rq,uwftd,e End. Serial No. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the rtpht to reoover our paymenh from anyone tlabie for an k4ury covered by fhle polloy. We wW not enforce our right against the pavan or oroanlaallan named In fhe Schedule. (Ma apreemint apppes only to the extent that you perform work under a wrlden contract that "tares you to obtain ihle agreement from us.) This agreement shall not operate direotfy or Indirectly to bensfk any one not named in the f ad6lle. lWi wWorsement has not been approved and does not apply An the sta* of Pennsylvanla, and Kmt uoky. Schedule Any, person or ox;raniaation where required by the contract This mWommerl b *=wA*d by0w Liberty Insurance Corp. Pnmksn i � + 7/1/05 bFkaftnOdt 711/06 PordW*v ntto Pricy No, WA7-64D-009004-445 OuirMMalpnrd by A d ad Aepnsss W" E'ad. saw No. WC 00 0319 A pool Ed. i IMM DnrApht teal, NWonal OowW an OompenwMm Inkmm. 13 CIPP Rehabilitation Services CITY OF MELBOURNE RFP-10-111-0-2005 Pricing Summary Description Total Amount CIPP Rehabilitation Services $ - Cleaning and Inspection Services $ 'EEa Other Services $ -� v TOTAL $ lobes ATTACHMENT A MINIMUM RESPONSE REQUIREMENTS (PROVIDED FOR INFORMATION ONLY) RespondentName: .L46rw�gw\ Respondent submitted the following: Yes No Res ondent Submitted: Completed Pra oser Response Sheet Once signed original response (marked "original) and six response copies marked "copy") Complete proposal as outlined in RFP document Pricing Sheets RESPONDENT MUST SUBMIT THE MINIMUM REQUIREMENTS LISTED WITH RESPONSE SUBMISSION. FAILURE TO SUBMIT THE MINIMUM REQUIREMENTS . SHALL DISQUALIFY THE RESPONDENT FROM FURTHER CONSIDERATION Page 29 of 29 CIPP Rehabilitation Services City of Melboume RFP-10-111�2005 Pricing Sheet CIPP Rehabilitation - Sanitary Sewer Mains DESCRIPTION EST. CITY UNIT UNIT COST 8" diameter 10,000 If . 6.0 mm normal thickness (.236) 1 If 2(D 7.5 mm normal thickness (.295) 1 If -Z- :ZC 9,0 mm normal thickness (.354) 1 If :zD 10" diameter 1,000 If 6.0 mm normal thickness (.236) 1 If L 7.5 mm normal thickness (.295) 1 If 70 9.0 mm normal thickness (.354) 1 If L1,Lo 12" diameter 2 000 If 6.0 mm normal thickness (.236) 1 If . 7.5 mm normal thickness (.295) 1 if 9,0 mm normal thickness 054) 1 If 15" diameter 2,100 If 6.0 mm normal thickness (.236) 1 If 7.5 mm normal thickness (.295) 1 If 42.po 9.0 mm normal thickness (.354) 1 If, r p 1 S" diameter 2,000 If y 6.0 mm normal thickness (.236) 1 If L; 7.5 mm normal thickness (.295) 1 If 9.0 mm normal thickness (.354) 1 If 10.5 mm normal thickness (.413) 1 If 4D 21 " diameter 750 If 6A mm normal thickness (.236) 1 If 7.6 mm normal thickness (,295) 1 If W _ 0 9.0 mm normal thickness (.354) 1 If 10.5 mm normal thickness (.413) 1 If 12.0 mm normal thickness (.472) 1 If 24" diameter 10000 If 9.0 mm normal thickness (354) 1 If 10.5 mm normal thickness (.412) 1 If 12.0 mm normal thickness (.472) 1 If i 13.5 mm normal thickness (.531) 1 If ".--7 15,0 mm normal thickness (.591) 1 If L ^. 1 27" diameter 3,000 If 9.0 mm normal thickness (.354) 1 If 4- 10.5 mm normal thickness (.413) 1 If 12.0 mm normal thickness (.472) 1 If r] 13.5 mm normal thickness (,531) 1 If 15.0 mm normal thickness (.591) 1 If p Page 1 of 2 CIPP Rehabilitation Servlcw CRY of Melbourne RFP-10-111-0-2005 Pricing Sheet DESCRIPTION SST. ATY UNIT UNIT COST 30" dkwwter 3,000 K . 9.0 mm normal thickness (.354) 1 If 10.6 mm normal thickness (.413) 1 If - 12.0 mm normal thickness (.472) 1 If b� 13.5 mm normal thickness (.531) 1 if ' 15.0 mm normal thickness (.591) 1 If 36" dkSmeler 1,500 if 10.5 mm normal thickness (.413) 1 If 12.0 mm normal thickness (.472) 1 If ' 13.5 mm normal thickness (.531) 1 if 15.0 mm normal thickness (.591) 1 If 16.6 mm normal thickness (.650) 1 If 1 C7 18.0 mm normal thickness (.709) 1 if Page 2 of 2 CIPP RehatAktation Services City of Melbourne RFP-lo-1 11-0.2008 Cleaning and Inspection - Sanitary Sewer Mains DESCRIPTION ATY UNIT UNIT COST Light Cleaning and Inspection 8" - 12" diameter 1 If (1,10 14" - 18" diameter 1 if 20" - 24" diameter 1 If 4 0 27" - 42" diameter 1 If -O 48" - 72" diameter 1 If j Medium Cleaning 8" - 12' diameter 1 If , 14" - 18" diameter 1 If 20" - 24" diameter 1 If a 27"- 42" diameter 1 If t j 48'- 72" diameter 1 if , �j Heavy Cleaning 8" - 12" diameter 1 If v 14" - 18" diameter 1 If C 20" - 24" diameter 1 If c 27" - 42' diameter 1 If r 48" - 72" diameter 1 If Root Removal 8" - 12" diameter 1 If p 14"- 18" diameter 1 If 20" - 24" diameter 1 If 27" - 42' diameter 1 If ,70 48" - 72' diameter 1 If Tuberculation Cleaning 8" - 12" diameter 1 If 2 t7 14" - 18" diameter 1 if D 20" - 24" diameter 1 If 27' - 42' diameter 1 if 48"- 72" diameter 1 If Page 1 of 1 Pricing Sheet 35.00 40. t)O CIPP Rehabilitation Services Prtcing Sheet City of Melboume RFP-14-1114M CIPP Rehabilitation - Storm Sewer Mains DESCRIPTION EST. MY UNIT UNIT COST 15" diameter 1,000 If 6.0 mm normal thickness (.236) 1 If t7 7.5 mm normal thickness (.295) 1 If 9.0 mm normal thickness (.354) 1 If ; o) 18" diameter 2,000 if 6.0 mm normal thickness (.236) 1 If �;(1 7.5 mm normal thickness (.295) 1 If 9.0 mm normal thickness (.354) 1 if 770 10 10,5 mm normal thickness (,413) 1 If 21 " diameter 100 If 6.0 mm normal thickness (.236) 1 If 7.5 mm normal thickness (295) 1 If 9,0 mm normal thickness 054) 1 If „ V 10.5 mm normal thickness (.413) 1 If C' 0C) 12.0 mm normal thickness (.472) 1 If 24' diameter 4,900 if 9.0 mm normal thickness (.354) 1 if 3D 10.6 mm normal thickness (412) 1 If 2 t7 12.0 mm normal thickness (.472) 1 If C , 13.5 mm normal thickness (.531) 1 If 15.0 mm normal thickness (.591) 1 if 0 27" diameter 100 If rt 9.0 mm normal thickness (.354) 1 If 92 Ab 10.5 mm normal thickness (.413) 1 If 12.0 mm normal thickness (.472) 1 If 13.5 mm normal thickness (.531) 1 if v 15.0 mm normal thickness (.591) 1 if D 30" diameter 2,100 If 9.0 mm normal thickness (.354) 1 If 10.5 mm normal thickness (.413) 1 If I Q\3 40 12.0 mm normal thickness (.472) 1 - . If -- 13.5 mm normal thickness (.531) 1 if 15.0 mm normal thickness (.591) 1 If 36' diameter 2,200 If 10.5 mm normal thickness (.413) 1 if I ❑ 12.0 mm normal thickness (.472) 1 if 13.5 mm normal thickness (531) 1 If 15.0 mm normal thickness (.591) 1 If r 16.5 mm normal thickness (.650) 1 If 18.0 mm normal thickness (709) 1 If Page 1 of 3 CIPP Rehabilitation services City of Melbourne RFP-10-111-0-2005 Pricing Sheet DESCRIPTION EST. ®TY UNIT UNIT COST 42" diameter 100 if 10.5 mm normal thickness (.413) 1 If 12.0 mm normal thickness (472) 1 If 5 . 72 13.5 mm normal thickness (531) 1 if i s's- t o 15.0 mm normal thickness (.591) 1 If i t 7. 20 16.5 mm normal thickness (.650) 1 If 19C.3.D 18.0 mm normal thickness U09) 1 If 48" diameter 200 If 12.0 mm normal thickness (.472) 1 If (�] 13.5 mm normal thickness (.531) 1 If7J 1, Z0 15.0 mm normal thickness (.591) 1 If 16.5 mm normal thickness (.650) 1 If 18.0 mm normal thickness (.709) 1 If 19.5 mm normal thickness (768) 1 If S" 7 ,. 21.0 mm normal thickness (.827) 1 If "Z 52" diameter 360 If j. 10.5 mm normal thickness (.413) 1 If 3z) 12.0 mm normal thickness (.472) 1 If 0 13.6 mm normal thickness (.531) 1 If 2 15.0 mm normal thickness (.591) 1 If S-20 16,5 mm normal thickness (.650) 1 If 18.0 mm normal thickness (709) 1 if Z 19.5 mm normal thickness (.768) 1 If r Cj ,-7 21.0 mm normal thickness (.827) 1 If py , 22.5 mm normal thickness (.886) 1 If 2T .54" diameter 1,750 If 10.5 mm normal thickness (413) 1 if 3 , Q 12.0 mm normal thickness (.472) 1 If 7_O 13.6 mm normal thickness (.531) 1 If p 15.0 mm normal thickness (.591) 1 if , Zp 16.5 mm normal thickness (,650) 1 If Z 7 ' 18.0 mm normal thickness (.709) 1 If 19.5 mm normal thickness (.768) 1 If r L] 21.0 mm normal thickness (.827) 1 If ,-y v 22.5 mm normal thickness (.886) 1 If 32-2.30 Page 2 of 3 CIPP Rehabilitation Services City of Melbourne RFP-10-111-0-2005 Pricing Sheet DESCRIPTION EST. QTY UNIT UNIT COST 60" diameter 100 if 10.5 mm normal thickness (.413) 1 If 12.0 mm normal thickness (.472) 1 If 13.5 mm normal thickness (.531) 1 If 16.0 mm normal thickness (.591) 1 If C1 p 16,5 mm normal thickness (.650) 1 It 4a zp 18.0 mm normal thickness (.709) 1 If p 19.5 mm normal thickness (.768) 1 If , 70 21.0 mm normal thickness (.827) 1 If p 22.6 mm normal thickness (.886) 1 If , 72" diameter 6,000 If ....b. 10.6 mm normal thickness (.413) 1 if 12.0 mm normal thickness (.472) 1 If , 2t7 13.5 mm normal thickness (.531) 1 If 16.0 mm normal thickness (.591) 1 If 1034, 16.5 mm normal thickness (.650) 1 If p 18.0 mm normal thickness (.709) 1 If , 19.5 mm normal thickness (.768) 1 If p 21,0 mm normal thickness (.827) 1 If 22.8 mm normal thickness (.886) 1 If Page 3 of 3 CIPP Rehabllitotion Services City of Melbourne RFP-10-111-0-2005 Cleaning and Inspection - Storm Sewer Mains Pricing Sheet DBCRIPnON QTY UNIT UNIT COST TOTAL Light Cleaning and Inspection 8" - 12' diameter 1 If $ - 14' - 18" diameter 1 If $ C70 - 20" - 24" diameter 1 If $ " I - 27' - 42' dlameter 1 If $ - 48" - 72" diameter 1 If Medium Cleaning 8" - 12' diameter 1 If $ - 14' - 18" diameter 1 If $ t - 20" - 24" diameter 1 If $ - 27' - 42" diameter 1 If $ to. I O - 48' - 72" diameter 1 If $ I _ Heavy Cleaning 8" - 12" diameter 1 If $ 4. RD_ 14' - 18' diameter 1 If $ - 20" - 24' diameter 1 If S - 27" - 42" diameter 1 If S - 48' - 72" diameter 1 If $ --� - Root Removal 8" - 12" diameter 1 If $ p - 14' - 18" diameter 1 If 20" - 24" diameter 1 if $ 27" - 42" diameter 1 If 48' - 72" diameter l If $- Tuberculation Cleaning 8" - 12' diameter 1 If $ _ 14" -18" diameter 1 If $ C�D _ 20" - 24" diameter 1 if $ _ 27' - 42" diameter . 1 If $ - 48' - 72" diameter 1 If $ TOiAi! $ _ Page 1 of 1 rm:ulrvla.4uw nit; m: lea MUTE ISS tl'.*19'L,4Cdlbd) 14:07 11/08/85 EST Pg 2-2 CIPP Rehobililalion Services City of Melbourne RFP-10-111-0-2pa5 Ancillary Services DESCRIPTION OTY UNIT UNIT COST 9 -Pass Purn in 8" diameter 1 If Jag t 10" diameter 1 If M V 12" diameter 1 If ea I S' diameter 1 If I W diameter 1 if ' 21".diameter 1 If C7 24" diameter ] if 5 27" diameter 1 If — 39' diameter 1 If 36" diameter 1 If 40,02 Reinstatement of sere ces & pressure grouting 1 each _ Traffic Control - FDOT Right of Way Flagman 1 set up Arrow Board 1 set up Barricades ] set up r Lane Dividers 1 set up o-3 Traffic Control - City Right of Way Flagman i set up Arrow Board 1 set up CXJ eJ0 Barricades ] set up -Z Lane Dividers 1 set up Traffic Control - County Right of Way Flagman 1 set up Arrow Board 1 set up Barricades 1 set up Lane Dividers 1 set up =' Easement Access 6" to 12" diameter 1 If 14" to 18" diameter 1 If e4�p M to 24" diameter 1 if - �] 27' to 30" diameter 1 if �Q Mobilization ] lump sum Revised Per Addendum #2 dated 1117/05 Page 1 of 1 Ricing Sneak fin,.: • ::. AL " • .::.:..:.: ,...,v...•....:::::: _:.: Irstr 33,091 R of 8-24 in. diameter INSITUFORM Projects Greater ::...... ........................�.,•:.: Jefferson County TECHNOLOGIES, Project Reference List Than $1 million within :•::: ,::...:: Tom: •'., Bud peals ph # 205-945-0098 INC. Last 3 rs Jefferson County; AL-10 41,693 F•'!Yf4�• Birmingham, AL Nov-98 26,925 It of 8-12 in. Clarence Barber ph Jefferson County 1998 AL diameter Jefferson County # 205-325.5127 Term $1,343 Birmingham, ALI 19M 39,006 ft of 8, 12 & Clarence Barber ph Jefferson County 1999 AL 18 in. diameter Jefferson County # 205-326-5127 Term $2,421 Birmingham, AL In Progress 84,618 ft of 8-18 In. Tony Sneed AL diameter City of Mobile ph # 334-6943167 Mobile, AL 1999 Temt $3,8W Mobile, AL In Progress 43,695 ft of 8-18 In. Bud Spears Jefferson County, AL VG AL diameter Jefferson Coun ph # 205-945-0098 3E $2,331 Birmingham, AL Nov-99 2613-W ft of 8-12, 18 & 30 in. Bud Spears Jefferson County, AL VC AL diameter Jefferson County ph # 205-945-0098 4W $2,229 Birmingham, AL May-99 33,396 ft of 8, 10 & Bud Spears Jefferson County, AL AL 15 in. diameter Jefferson County ph # 205-945-0098 Leeds $1,662 Birmingham, AL In Progress 26,380 It of 8 & 157 Bud Spears Jefferson County, AL VC AL 30 in_ diameter Jefferson County ph # 205-945.0098 5W 41,919 Birmingham, AL . May-99 Airport W 3,456 it of 60 in. Little Rock Wastewater James Boyd Rehabilitation, LRWU AR diameter Utility ph # 5tl1-376-2903 Prof. No. 127-4-9601 $2,090 Little Rock, AR 6/20/96 Proj. # 127-4-9705- 5,191 ft of 60in- Little Rock Wastewater James Boyd Airport 67 Rehabilitation AR Diameter Utility ph # 501376-2903 for 1997 $2,650 Little Rock, AR 8/31/97 12,576 It of 30-42 Bob Webb AZ in. diameter City of Phoenix ph # 8232 802-261 Phoenix, AZ 15,976 ftof 48-72 Bob Webb 91st Ave. WWTP AZ in. diameter City of Phoenix ph # 602-261-8232 . Project $12,000 Phoenix, AZ 9/30/1999 3,300 ft of 48 in. Frank Evans AZ diameter City of Tempe ph # 602-350-8415 Priest Drive, Phase It Tempe, AZ Apr-98 Pima County 12,400 it of 30 in. Wastewater Ray Morgan AZ diameter management District ph # 520-740-000 Wettmore Road Tucson, AZ Nov- % 3.300 it of 42 in. John Davis AZ diameter Pima County ph # 520-740-2651 NW Outfall Au .98 29,800 it of 36-42 Mike Conners CA in. diameter City of San Diego ph # 619-633-5153 Mission Gorge $6,000 San Diego,CA Apr-98 7,912 ft of 30.36 in. Calvin Jin CA diameter LA County Sanitation ph # 310-099-7411 Joint Outiall Los Angeles, CA Jul-9$ 7,183 It of 30-33 in. Calvin Jin CA diameter LA County Sanitation ph # 310-699-7411 Los Cayntes 1 Los Angeles, CA Ju1-S8 5,330 ft of 30 in. Roger Spindler ph CA diameter City of Fresno # 209-498-1451 Fruit, Cherry Marks Fresno, CA Sep-98 5,310 ft of 36 in. Roger Spindler ph CA diameter City of Fresno # 209-496-1451 Fruit, Cherry Marks $6,000 Fresno, CA Aug-0$ 2,884 ft of 42 in. Richard Lucas CA diameter City of San Jose ph # 408-277.4638 Forest Rosa/Phase it San Jose, CA Sep-98 Project No. W97,306 11,972 It of 1036 City and County of Joe Barsoom Dowling Street CO in. diameter Denver ph # 303.4463483 Rehabilitation -Phase II $1,230 Denver, CO 3/23/99 PO No. 98U-17205- 8,604 it of 24-42 in. City of Colorado T.R. Tinan Monument Creek Colorado CO diameter Springs ph # 719-636-5320 Interceptor $1,913 1 Springs, CO I 12/14/9$ Monument Creek Interceptor -Slip Lining. 6,7551t of 2442 in, Colorado Springs T.R. Tinan Phase 4, Contract No. Colorado CO I diameter Utilities I ph # 719-036.5320. 99U-17479 $1,665 Springs, CO 8102/99 INSrrUFORM TECHNOLOGIES, INC. Project Reference List Conl Proiects Greater Than Si millinn within I act At unary .... . ------- :1. ...... .. ... . . ............. . . .............. ............ - - --------- ........... 25,720 It of 830 in. Burgess Baird GA diameter City of Atlanta Ph 0 770-921-9220 Atlanta, GA 1998 Term $1,437 Atlanta, GA .1998 41,549 It of 8-16 & James Daniel De Kalb County, GA GA 24 in. diameter De Kalb •CoWo Ph # 770-724-1460 1999 Term $2,196 Atlanta, GA In Progress 39,576 ft of 8-15, 21 & 42 in. James Daniel De Kalb County, GA GA diameter De Kalb County Eh # 770-724-1460 1998 Term $2.498 Atlanta, GA 1998 Various diameters Jacksonville Electric James Mattson, Sr. FL and lengths --- Authority h S 904-632-4428 CIPP Annual Contract $1,357 Jacksonville, FL 9/30f1998 Various diameters Jacksonville Electric James Mattson, Sr. FL and lengths Authority ph 9 904-=-4428 CIPP . Annual Contract $5,000 Jacksonville, FL 6/11/1999 Various diameters , Lane Longlay St. Petersburg, — FL and lengths CID! of St. Petersburg ph 0 813-892-5658 CIPP Annual Contract $1,271 FL 6/111999 Various diameters John DePazos CIPP Annual Contract- Miami Beach, FL and lengths City of Miami Beach ph S :305-673-7028 1st Year $2,789 FL V25/1998 Sanitary Sewer Rehab, 8,700 ft of 2730 In. City of Pinellas Park, Jim Davis 78th Ave. Interceptor Pinellas Park; FL diameter FL ph # 813-541-0771 Projoct97/01b : $1 ,046 FL 913011998 Various diameters John DePazos CIPP Annual Contract - Miami Beach, FL and lengths City of Miami Beach ph 9 305-673-7028 2nd Year $2,789 FL 6/111998 7'870 ft of 27-30 in. Henry Dorzback ElougainvilleTrunk Sewer FL diameter Cof Tam —W ph # 813-274-8039 Phase 11 $1,269 Tampa, FL 2/1/1999 Various diameters Jacksonville EM c James Mattson, Sr. FL and lengths Authority ph 9 904-M-4428 CIPP Annual Contract $2.500 Jacksonville, FL In Progress Various diameters John DePazos CIPP AnnualOontrad - Miami Beach, FL and lengths City of Miami Beach ph 9 305-671r-7028 3rd Year $2,789 FL In Progress Various diameters Miami Dade Water & Patrick Murray FL and lengths Sewer Dept. ph * 305-56"200 Contract No. S-635 $2,193 Miami, FL 9/25(1997 Various diameters Robert Warren Pipe Lining Storm Sewer FL and lengths Pinellas County ph # 813-464-8905 Rehab. $1,275 Pinellas County 121:3011997 Metro Water 17,320 it of 30-36 Reclamation DM, Of Amreek PaIntal IL In. diameter Greater Chicago ph # 312-751-4020 North Shore 3 Rehab. $5,616 Chicago, IL Ju137 Metro Water Reclamation Dist. Of Amreek P*intal IL Greater Chicago ph 0 312-751-4020 Southwest 14 Rehab $4,065 Chicago, . IL Jul-99 approx. 10,000 it of 12-33 & 54 in. Ardell Smith IN diameter City of Evansville ph# 812-428-OS50 City of Evansville $3.800 Evansville, IN InProgress Tunnel Interceptor & 1,310 it of 60 In. City of Flint -Water Mark Fulks Manhole No, 10 MI diameter Pollution Control ph # 810-230-3151 Rehabilitation Project $1,658 MI 5131199 Prol. # 98-S-1 865-- —Flint, 19.815 ft of 8-30 in. Susan Feuerherm ph Ohio/Plato Sewer MN diameter City of St. Paul # 612-266-8600 Relining ;1.174 St. Paul, MN 5/31/99 Emergency Repair #034- 2,316 It of 43.5- Metro St. Louis Sewer Robert Marchant Prairie Ave. Sewer-20th St Louis (city), MO SS.S in. diameter District ph 9 314-768-6200 St, to W. Florlsont Ave. $1.274 M0 10t31196 Bissell Point -Ors Misc. Sewer Repairs (BP- 10,250 It of 54 in. Metro St. Louis Sewer Robert Marchant 01 SG)-Watidns Creek to M Louis (city), MO diameter - District ph # 314-768-6200 Mallne Creek 1 $2,697 MO 6126/97 INSITUFORM TECHNOLOGIES, INC. Project Reference List Con't Projects Greater Than $1 million within Last ear IT; Metro St, Louis Sewer Robert Merchant Service Area Ors Lemay St. Louis MO 7,037 ft of 30-54 in District ph # 314-7685200 North $1,725 MO 10/31/99 L-07C-96056C-Lemay Service Area Ors Middle 3,313 It of 21 -60 In, . Metro StLouis Sewer Robert Merchant rn River Drive Des Peres- St. Louis MO diameter District ph*314-768-6200 (94064C) $1,219 (city/co), Mp 2128/99 Contract No.507; Broadway Bond Sewer 3.747 ft of 24-41 in. Steve Whitton Rohabilitation; Proi. #0- Kansas City, MONKS diameter Ofty of Kansas city ph # 816-513-2207 328-1 $1,165 MO 10/31197 TownFork Creek Sewer Rehabilitation Project; 10,934 ft of 24-48 Steve Whitton Contract No. 455, EPC- Kansas City, MONKS in. diameter City of Kansas City ph * 816-513-2207 520 -Santa $4,588 MO 8/12/98 Fe Sewer Rehab, Harrison Street 2,526 ft of 38-60 in, Steve Whitton Combined Sewer Kansas City, MONKS diameter City of Kansas C"y_! ph * 816513-2207 Overflow Rehab. $1,150 MO 3119198 2,393 ft of 27-86 In. Steve Whitton — Southwest Blvd. - # 600- Kansas City MO/KS diameter' City of Kansas City ph * 816513-2207 Sewer Rehab. $1,333 MO PO #1 19-Relining 7,362 It of 8-27 in. City of North Kansas Jerry Blankenship Project -Plus 2 Change. - N. Kansas City, MO/KS diameter City ph # 8116-274-6022 Orders . $1,048 MO 6/11/99 2,501 It of 36-72 in, Steve Whitton # 624-Armour Slough Kansas city, MO/KS diameter City of Kansas City ph # 816513-2207 Sewer Rehabilitation $1.635 MO 9/30/99 5.142 It of 15-60 In- Steve Whitton Hickory Street Sewer Kansas City, MO/KS diameter City Kansas City _ _ INational ph 9 $16-513-2207 Rehab. Contract No. 548 $2,218 MO 6/30/98 19,154 It of 6-15 in. Sandia Lynne Adams Kirtland AF97 NIVI diameter —Laboratories ph * 505.-844-7963 Document No. TW-1 010 $1,518 NM 7131 /M99 31,989 ft of 8-1 a in Dale Dudley SC diameter City of Hilton Head ph * 803-254-4400 Hilton Head, Sc $1,277 Hilton Head, SC Jul-99 6,010 It of 36 in. City of West University C. Dieter Uffer Rehab. of 36" San. West University TX diameter Place -ph # 713-524-7113. Sewer on Brompton Rd, $1,160 Place, TX 1/31/99 10,540 ft of 36-42 Nilo Cruz 1998-Greenwood Trunk Corpus Christi, TX in. diameter Jalco' Inc. ph * 713-728-8480 Main Rehabilitation $3,351 TX 8/13t99 8.31 a It of 42-48 in, C.M. Garver NorthsiJe Phase 11. File TX diameter BRH-Garver, Inc. ph # 713-921-2929, No. 42W-80 32,760 Houston, Tx 2/28/99 West Bank Interceptor Rehabilitation Phase I&V and Kidd Springs 1/1 Wastewater 17,335 ft . o(48-60 Randy Nelson Replacement Contract TX in, diameter Dallas Water Utilities ph # 214-670-6874 No. 97-173197,1 4L$7,579 Dallas, TX 2/28/99 Revisions to Koch Wield Service; West Crude Unit at KRC-W and Fast 3,021 It of 10-36 in. Koch Refining Chris Mineo Plant at KRC-W, Corpus Christi, TX diameter Company ph * 512-242-8311 Contract # 206M $1,491 TX 2f7/98 Tim Thur WI -City of Milwaukee ph # 414-286-2463 Hubaard & Townsend St, $1,348 I Milwaukee, WI L—Lu -99 � INSITLI=ORM Fax:9042923198 (offieffim"sea! forIn Technologies, Inc. Date: November 9, 2005 To Whom It May Concern: Nov 9 2005 10:02 P.03 11811 NO Hw* 8. Too: (04) W-M Jubonde, FL 058 Fax. (ON) 202.3128 (800) 8854W wwcbo khm mm Affidavit This Letter certifies that Innituform Technologies, Inc is both the manufacturer and installer of Igsituform. All of our 60 plus installation crews are trained and cortfficd to install Insituform..Insituform.Technologies has been manufacturing and. installing Insituform sines 19110 and has installed over 60 million lineal feet of it's Cured In Place Product. Please contact us directly with any questions you may have. Sincerely, INSITUFORM TECHNOLOGIES, INC. Richard T. Howton Contracting and Attesting Officer STATE OF FLORIDA COUNTY OF DUVAL Subscribed and sworn to me this 9th day November 2005. lw�!�314AMtn� �p eutiwo.� w MY C�MM�OlOc11 tID i01p06 6XPIMS: Jury U. M aerwi n�u Now racer una�len INSITUFORM Fax:9042923198 Nov 9 2005 10:02 STATE OF 'F LDRI©A DEPARTMXT 07' Bi15=qZSS AND PROFESSIONAL REGUI ATIDA' j CONSTRUCTION INDUSTRY LICZ=K ING BOARD 1940 NORTE XONROE 97-MET TALLAHASSRE FL 32399-0783 HOWTON RICHARD TAYLOR xNSITU*ORM TMtWOLO(;IRS I)PC '11511 PSILLIPS SKY S 4TAIUSONVILLE FL 32256 DETACH HERE P. 02 (830) 487-1395 aTArs of FLo=A AC# 14 49 5 3 $ DV RTMT QF .BD8Z1n88 .ka pRO1�SS24�1'L RSG�Z7►'Y`i0A CGC.DbI'125 ,h,+/•�, D'3,0723379 CxV-T1FIED''XuKhML 4MM,*-ACT0R 8ONTON RZc=t% R•• T21STT4IRW "Il�� ;� INC 1( 21 ZB CERTITISM weer 01,s yre►,jaivot of Rh.409 ►Its rairstior "toy A00' 3Z, 2006 L0409:50013i AC# 14 4 9 538 - 'STATE OF :FLORIDA DEPAR'1TIUMT OF'BUSINESS AND PROFESSIONAL REGULATION COXSTXTYCTION INMSTRT L2CENSxNG BOARD SEQ#7,04061500934 The OMRAL CONTRACTOR . Named -below 25 IaRT- i xED _- Under the provisions of chapter' :4w , Fs . Expiration date: AM 31, 2OD6 HOWTON, RICYARD TAYLOR w. �Ws3:TVrQRx TSCUNOLQGIED. TNC )1• SPIRIT 40 PARK DRIVE _HEST$RFIELD MO 63005 GOVERNOR BUSERNOR SECRETAn ARY C30VERNOR DISPLAY AS.REL)UIRED BY LAW (6) %I I11017f) Wfftoko-, iK Inc. 2001 Sanitary Sewer: The City of Melbourne, Florida 1ZFP No. 10-111-0-2005 MELBOURNE WORK COMPLETE 2001-2004 Apollo Rd. —1,300 if 21" $ 101,000.00 Croton Rd. — 2,8001f 15" $ 126,000.00 Franklin St. — 3001f 12" $ 36,000.00 Jernigan Ave — 370 if 8" $ 11,500.00 2002 Sanitary Sewer: Robinhood -- 9,000 If 8"-12" $ 341,000.00 Storm Sewer: Cherrywood — 5801f 24" $ 56,700.00 Longwood, Fee, Glenwood — 542 if 18" & 24" $ 50,000.00 Quail Ridge, Park St. -- 617 if 15"-18" $ 49,000.00 Riverside, Brookside — 350 If 48" $ 100,000.00 Lynn Ave, Iroquois, Sun Circle, S. Oak St., Richmond Dr., Woodsmill Dr.--1,700 if 15"-24" $ 74,000.00 2003 Sanitary Sewer: Leewood Phase I --- 5,6001f 8" erir h g it together $ 188,000.00 2004 Sanitary Sewer: Hickory/Ruffner Easement, Grant WWTP 4,6001f 18", 27", 36" Leewood Phase II — 9,2001f 8" 2001— 2004 Total Total Footage Veringing it together $ 650,000.00 $ 278,000.00 $2,061,200.00 36,960 If insituform , To*W&OZ, Inc INSITUFORM TECHROLOGIESO, INC. Annual Contracts Project Reference List 00, of Melbourne, Florida RFPNoL 10-111-0-2005 346,534 LF of 8" through 24" Miami -Dade Water Alma Santiago, Various Throughout FL Sanitary and Sewer Authority P.E.PE3064F&7471 S-702 $9.991 -ow County 12/31 44,OM LF of 8" through 15' Miami -Dade Water Alma Santiago, Various Throughout FL Sanitary and Sewer Authority P.E. 305466-7471 S-701.3 51 1050= County 10131n= Scott Solomon Various Throughout FL 9,500 LF 8- City of Delray Beach 561-243-7309 LS - 5 $523;251 city 51112000 4,2M LF 8' and 48 Scott Solomon LS 31 & 34 Various Throughout FL I Laterals City of Delray Beach 56I-243-7309 Laterals LS - S 5218M CRY S/Ir2ow Scott Solomon FL 325 LF 15" CRY of Delray Beach 561-243-7309 NE 2nd Street $19,600 NE 2nd St If30=1 83 Delray Shores 16.000 LF 8' and Scott Solomon Subdivision 07 & 08 the Various Throughout FL 47 Laterals City of Delray Beach 561-243-7309 Marine 5658.000 city 11/1= 4)861 LF 8-, 320 Tony Lombardi 16th Ave. Gateway 15th Ave, Gateway FL LF 21" City of Boynton Beach 561-742-6421 Blvd. MLK $218,079 Blvd,. MLK 311f2000 1349 LF 8% 18 Tony Lombardi Casaloma, Chapel Hill, Casaloma, Chapel FL Laterals City of Boynton Beach 561-742-6421 Gatweay $218079 Hill, Gatweay 9/1/M 23,629 LF 8" CRY of West Palm Bill Garton South Flagler Phase 1, FL through 18' Beach 561-659-8079 2, & 3 $1 J015.000 South Flagler 1111 If= 38,704 LF 8' Don Kersey Various Throughout FL throw h 30* City of St. Petersburg 727-092-5663 Annual Contract 2000 $2,487 City 12131f2000 49.746 LF S' Don Kersey Annual Contract 2001 Various Throughout FL through 30* City of St. Petersburg 727-892-5653 & 2002 $5.009.940 City 120= 8,433 LF 8" & 10" Seacoast Utility Keith Haas Anchorage Dr, FL 117 Laterals Authority 561-627-2900 Annual Contract 2000 $700,000 Riverside 711fM 19,698 LF 8', 10", Seacoast Utility Keith Haas Annual Contract 2000 FL & 12" Authority 561-627.29W & 2001 MLOW Various sites 211f200I 26,722 LF 8" & 12* Seacoast Utility Keith Haas FL 91 Laterals Authority 561-627-2" Annual Contract 2001 S1,277.0W Various Sites 511 f"I Northside. 25,577 LF 8', 10", Seacoast Utility Keith Haas Southwind, FL 12* 38 Laterals Aulhodty 5614327-2900 Annual Contract 2002 $900.000 Riverside 7/15= Seacoast Utility Keith Haas Hummingbird, FL 119JO76 LF 8*,& 10' Authority 561.627-2900 Annual Contract 2002 $650.00p Southwind 21112003 Scott London FL 4,900 LF 8- City of Tamarac 954-724-2404 Contract US99A $215,423 66 Terr. 60th St 5/1= Seacoast Utility Keith Haas FL 14= LF 8" Authority 561.627-2900 PO # 41135 $490.682 Various Sites 6/1/200I Annual Sanitary Sewer Pinellas County Wayne G_ Koch, CIPP Pipe Linging FL 15.284 LF 6- & 10- Utilities P.E_ 727-464-35M 1999f2flOCl $494,512 Various Sites 9!3(Vm Annual Sanitary Sewer 11.609 LF 8", 10% Pinellas County Wayne G. Koch, CIPP Pipe Linging FL & 12' Utilities P.E 727-464-35M 2001t= $376,914 various Sites 4M=2 -M LF 8', 10', Larry Plympton Allantic, Emerald, FL 21 ". 24' Town of Palm Beach 5614M5440 CIPP $%7,644 Wells Rd 8/16m1 9,421 LF 8'. 10'. Larry Plympton Sandpiper. FL & 12" Town of Palm Beach 661-838-5440 CIPP $376,192 Oleander. N. Ocean 7130(M 643 LF 10', Larry Plympton FL 804 LF 18' Town of Palm Beach 561-830-5440 CIPP $79.476 Bradley Place 10115r-,Iw Larry Plympton S. Ocean, Fairview FL 6218 LF 8-, 10" Town of Palm Beach 561-838-SUO CIPP $223.104 Rd. 1213innn2 eringing it together Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2000 `Iv --w. Plroje t Cus#Qmer . W k Pie : nevi Total .. Jacksonville Electric Authority Annual Contract for CIPP 3,695,921.50 for City of Jacksonville, FL Sanitary City of Jacksonville, FL Stormwater CIPP 98,00Q00 Manatee County, FL Annual Contract for CIPP 901,594,00 Sanitary Martin County, FL Pipeline Rehabilitation 190,400.00 Sanitary . City of Pembroke Pines, FL Pipeline Rehabilitation 72,461.00 Sanitary Seacoast Utility Authority Annual Contract for CIPP 2,077,000.00 Palm Beach Gardens, FL Sanitary City of St. Petersburg, FL Annual Contract for CIPP 2,500,000.00 Sanitary City of Tampa, FL Annual Contract for CIPP 197,860.00 Sanitary Kings Bay, GA Pipeline Rehabilitation 191,291.00 REI/Drayco Sanitary City of Dunedin, FL Pipeline Rehabilitation 237,251.00 Sanitary & Storm City of West Palm Beach, FL Pipeline Rehabilitation 1,022,478.00 Sanitary City of Ft. Myers, FL Pipeline Rehabilitation 240,000.00 Sanitary Clay County, FL Annual Contract for CIPP 275,456.00 Sanitary Pinellas County, FL Annual Contract for CIPP 1,498,000.00 Storm Pinellas County, FL Annual Contract for CIPP 560,800.00 Sanitary Page 1 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2000 TYA of Pcaject Customer W' ' k Rertorlrned Tvtal Glen Oaks Manor Pipeline Rehabilitation 95,094.00 Storm City of Lakeland, FL Pipeline Rehabilitation 388,848.00 Sanitary & Storm City of Punta Gorda, FL Pipeline Rehabilitation 100,000.00 Storm Pinellas County Pipeline Rehabilitation 747,842.00 Oakhurst Outfall Storm Town of Palm Beach, FL Pipeline Rehabilitation 324,230.00 Sanitary Miami -Dade County, FL Annual Contract for CIPP 4,560,000.00 Sanitary Broward County, FL Annual Contract for CIPP 428,105.00 Sanitary City of Atlantic Beach, FL Pipeline Rehabilitation 1,520,615.00 Sanitary City of Pompano Beach, FL Pipeline Rehabilitation 750,000.00 Sanitary City of Delray Beach, FL Pipeline Rehabilitation 218,366.00 Sanitary Gainesville Regional Utilities, FL Pipeline Rehabilitation 631,363.00 Sanitary Village of Palm Springs Pipeline Rehabilitation 100,166.00 Sanitary City of Savannah, GA Pipeline Rehabilitation 700,850.00 Sanitary City of St. Augustine, FL Pipeline Rehabilitation 173,943.00 Sanitary City of North Miami, FL Pipeline Rehabilitation 273,000.00 Sanitary Page 2 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2000 Customer 7`Y6e ;at tlllork P, dbrMerl Pr9oa Total City of Holly Hill, FL Pipeline Rehabilitation Sanitary 1,995,000.00 Collier County, FL Pipeline Rehabilitation Sanitary 244,064.00 Contracts Complete Total 2000 26,999,998.50 Footage Installed 676,000 If Page 3 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2001 Type of Project Customer Work Performed Total Jacksonville Electric Authority Annual Contract for CIPP 3,682,172.00 for City of Jacksonville, FL Sanitary City of Jacksonville, FL Stormwater CIPP 1,266,417.00 Manatee County, FL Annual Contract for CIPP 646,843.00 Sanitary City of Holly Hill, FL Pipeline Rehabilitation 1,923,615.00 Sanitary City of Pinellas Park Pipeline Rehabilitation 350,000.00 Sanitary Seacoast Utility Authority Annual Contract for CIPP 500,000.00 Palm Beach Gardens, FL Sanitary City of St. Petersburg, FL Annual Contract for CIPP 2,000,000.00 Sanitary City of Tampa, FL Annual Contract for CIPP 231,677.00 Sanitary Florida DOT, Gilchrist County Pipeline Rehabilitation 152,862.00 Whitehurst & Sons Sanitary Town of Palm Beach, FL Pipeline Rehabilitation 743,836.00 Sanitary City of Cocoa Beach, FL Pipeline Rehabilitation 159,347.00 Sanitary & Manhole Rehab City of Melbourne, FL Pipeline Rehabilitation 136,969.00 Sanitary City of Tamarac, FL Annual Contract for CIPP 500,000.00 Sanitary Pinellas County, FL Annual Contract for CIPP 1,200,000.00 Storm Pinellas County, FL Annual Contract for CIPP 560,800.00 Sanitary Page 1 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2001 Type of Project Customer Work Performed Total City of Pompano Beach, FL Pipeline Rehabilitation 750,000.00 Sanitary City of Lakeland, FL Pipeline Rehabilitation 562,672.00 Sanitary & Storm City of Cape Coral, FL Pipeline Rehabilitation 197,600.00 Storm City of Fort Lauderdale, FL Pipeline Rehabilitation 1,367,508.00 Sanitary & Storm City of Hallandale Beach, FL Pipeline Rehabilitation 250,000,00 Sanitary Miami -Dade County, FL Annual Contract for CIPP 3,063,989,00 Sanitary City of South Bay, FL Pipeline Rehabilitation 197,000.00 Sanitary Hillsborough County, FL Annual Contract for Cl PP 1,000,000.00 Sanitary City of Delray Beach, FL Pipeline Rehabilitation 127,734.00 Sanitary Village of Palm Springs, FL Pipeline Rehabilitation 99,108.00 Sanitary City of. Neptune Beach, FL Pipeline Rehabilitation 155,438.00 Sanitary. City of Oldsmar, FL Pipeline Rehabilitation 250,000.00 Storm City of Brunswick, Ga Pipeline Rehabilitation 230,641.00 Sanitary City of Quitman, GA Pipeline Rehabilitation 495,963.00 Sanitary Charlotte County, FL Pipeline Rehabilitation 190,691.00 Sanitary Town of Belleair, FL Pipeline Rehabilitation 110 940,00 Storm Contracts G"@Igte Total 2001 23,103,822.00 Footage Installed 577,597 If Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2002 Type of Project Customer Work Performed Total J E A Annual Contract for CIPP 2,009,122.00 Sanitary City of Jacksonville, FL Stormwater CIPP 487,435.00 Manatee County, FL Annual Contract for CIPP 1,000,041.00 Sanitary City of Tampa, FL Annual Contract for CIPP 237,051.00 Sanitary Town of Davie, FL Pipeline Rehabilitation 145,300,00 Sanitary Broward County, FL Pipeline Rehabilitation 557,920,00 Storm & Sanitary Seacoast Utility Authority Annual Contract for CIPP 672,300.00 Palm Beach Gardens, FL Sanitary City of St. Petersburg, FL Annual Contract for CIPP 3,058,200.00 Sanitary City of West Palm Beach, FL Pipeline Rehabilitation .1,015,000.00 Sanitary Town of Palm Beach, FL Pipeline Rehabilitation 302,580.00 Sanitary Highlands County, FL Pipeline Rehabilitation 55,220.00 Sanitary Sanford Airport Pipeline Rehabilitation 53,579.00 Sanford, FL Sanitary City of Melbourne, FL Pipeline Rehabilitation 419,911.00 Sanitary Pinellas County, FL Annual Contract for CIPP 1,100,000.00 Storm Pinellas County, FL Annual Contract for CIPP 652,000.00 Sanitary City of Pompano Beach, FL JPipeline Rehabilitation 882,000.00 Page 1 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2002 Type of Project Customer Work Performed Total Sanitary & Storm City of Lakeland, FL Pipeline Rehabilitation 660,164.00 Sanitary & Storm City of Bradenton, FL Pipeline Rehabilitation 86,837.00 Sanitary City of Daytona Beach, FL Pipeline Rehabilitation 112,441.00 Sanitary City of Hallandale Beach, FL Pipeline Rehabilitation 980,340.00 Sanitary City of Largo, FL Pipeline Rehabilitation 208,475.00 Sanitary Volusia County, FL Pipeline Rehabilitation 61,220.00 Storm City of Atlantic Beach, FL Pipeline Rehabilitation 90,250.00 Sanitary City of Tallahassee, FL Pipeline Rehabilitation 90,000.00 Sanitary Village of Palm Springs, FL Pipeline Rehabilitation ,142,502.00 Sanitary City of Punta Gorda, FL Annual Contract for CIPP 67,000.00 Storm City of Oldsmar, FL Pipeline Rehabilitation 244,000.50 Storm City of Port Orange, FL Pipeline Rehabilitation 1,588,989.00 Sanitary City of Quitman, GA Pipeline Rehabilitation 500,000.00 Sanitary Plantion, FL Pipeline Rehabilitation 48,830.00 Storm City of Largo, FL Pipeline Rehabilitation 168,845.00 Storm & Sanitary Hodges Redevelopment Pipeline Rehabilitation 62,120.00 Jacksonville, FL Sanitary City of Brunswick, GA Pipeline Rehabilitation 152,888.00 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2002 Type of Project Customer Work Performed Total Sanitary City of New Smyrna Beach, FL Pipeline Rehabilitation 87,643.00 Sanitary South Broward Drainage Dist. Pipeline Rehabilitation 38,387.00 Storm City of Kissimmee, FL Pipeline Rehabilitation 56,026.00 Sanitary Gainesville Regional Utilities Pipeline Rehabilitation 123,461.00 Gainesville, FL Sanitary Superior Construction Pipeline Rehabilitation 225,150.00 FDOT Storm City of Hialeah, FL Pipeline Rehabilitation 500,000.00 Phase 1 Sanitary Hillsborough County, FL Pipeline Rehabilitation 293,346.00 Storm & Sanitary Town of Longboat Key, FL Pipeline Rehabilitation 547,256.00 Sanitary Mainlands of Tamarac Pipeline Rehabilitation 61,400.00 Sanitary City of Dunedin, FL Pipeline Rehabilitation 259,430.00 Storm & Sanitary Clay County, FL Pipeline Rehabilitation 51,100.00 Sanitary City of North Miami, FL Pipeline Rehabilitation 288,000.00 Sanitary City of Fernandina Beach, FL Pipeline Rehabilitation 33,550.00 Sanitary City of Cocoa Beach, FL Pipeline Rehabilitation 46,912,00 Sanitary City of Hilliard, FL Pipeline Rehabilitation 40,486.00 Sanitary NAS Jacksonville Pipeline Rehabilitation 49,650.00 Sanitary City of Lake Worth, FL Pipeline Rehabilitation 249,686,00 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2002 Customer Type of Work Performed Sanitary Project Total Broward County, FL Pipeline Rehabilitation 1,142,292.00 FDOT Storm Walt Disney World Pipeline Rehabilitation 268,000.00 Animal Kingdom Storm Orange County, FIL Pipeline Rehabilitation 153,200.00 Sanitary City of Delray Beach; Fl. Pipeline Rehabilitation 523,372.00 Sanitary Contracts Complete Total 2002 22,950,907.00 Footage Installed 673,773 If Page 4 Insituform Technologies, Inc, FLORIDA REGION Contracts Complete 2003 Type of Project Customer Work Performed Total J EA. Annual Contract for CIPP 499,077.00 Jacksonville, FL Sanitary J E A - Northwest Rehab Pipeline Rehabilitation 3,081,000.00 Jacksonville, FL Sanitary City of Jacksonville, FL Annual Contract for CIPP 722,218.00 Storm Broward County, FL Annual Contract for CIPP 472,737.00 Sanitary Broward County, FL Pipeline Rehabilitation 2,445,578.00 Storm City of Delray Beach, FL Pipeline Rehabilitation 365,076.00 Sanitary Walt Disney World Pipeline Rehabilitation 2,248,374.00 Animal Kingdom Sanitary & Storm Seacoast Utility Authority Annual Contract for CIPP 750,000.00 Palm Beach Gardens, FL Sanitary City of St. Petersburg, FL Annual Contract for CIPP 1,500,000.00 Sanitary City of Tampa, FL Annual Contract for CIPP 163,754.Op Sanitary City of Hallandale Beach, FL Pipeline Rehabilitation, 948,902,00 Lateral Reconstruction Sanitary Town of Palm Beach, FL Pipeline Rehabilitation 795,128.00 Sanitary City of Hialeah, FL Pipeline Rehabilitation 463,624.00 Sanitary City of Lake Worth, FL Pipeline Rehabilitation 135,974.00 Sanitary Town of Longboat Key, FL Pipeline Rehabilitation, 777,172.00 Lateral Reconstruction Page 1 Insituform Technologies, Inc FLORIDA REGION Contracts Complete 2003 Customer Type of Work Performed Project Total Sanitary Pinellas County, FL Annual Contract for CIPP 1,261,187.00 Sanitary & Storm Pinellas County, FL Pipeline Rehabilitation 240,993.00 Kenneth City Contract Sanitary City of Pompano Beach, FL Pipeline Rehabilitation 249,023.00 Sanitary & Storm City of Boynton Beach, FL Pipeline Rehabilitation, 195,278.00 Lateral Reconstruction Sanitary Manatee County, FL Pipeline Rehabilitation 891,172.00 Sanitary City of North Miami, FL Pipeline Rehabilitation 281 105.00 ' Sanitary City of Lakeland, FL Pipeline Rehabilitation 581,605.00 Sanitary & Storm Clay County, FL Annual Contract for CIPP 315,474.00 Sanitary Village of Palm Springs, FL Pipeline Rehabilitation 145,460.00 Sanitary City of Melbourne, FL Pipeline Rehabilitation 245,000.00 Sanitary City of Sarasota, FL Annual Contract for CIPP -241,795.00 Sanitary City of Tamarac, FL Pipeline Rehabilitation 595,736,00 Sanitary City of West Palm Beach, FL Pipeline Rehabilitation 525,305.00 Sanitary City of Bradenton, FL Pipeline Rehabilitation 1,028,916.00 Storm City of Boca Raton, FL Pipeline Rehabilitation 454,755.00 Santiary & Storm Naval Air Station Pipeline Rel@bilitation 270,108.00 Jacksonville, FL Sanitary Page 2 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2003 Type of Project Customer Work Performed Total City of Cocoa, FL Pipeline Rehabilitation 126,170.00 Sanitary City of Pembroke Pines, fL Pipeline Rehabilitation 135,976.00 Sanitary City of Plantation, FL Pipeline Rehabilitation 458,436.00 Storm Contracts Complete Total 2003 23,632,108.00 Footage Installed 590,800 If Page 3 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2004 Type of Project Customer Work Performed Total J E A Annual Contract for CIPP 506,575.00 Jacksonville, FL Sanitary Charlotte County, FL Pipeline Rehabilitation 182,467.00 Storm Collier County, FL Pipeline Rehabilitation 396,325.00 Sanitary Hillsborough County, FL Pipeline Rehabilitation 150,838.00 Storm City of Jacksonville, FL Pipeline Rehabilitation 249,518.00 Storm City of Neptune Beach, FL Pipeline Rehabilitation 3,156,571.00 Sanitary, Pipebursting, Microtunneling Walt Disney World Pipeline Rehabilitation 3,991,400.00 Animal Kingdom Sanitary & Storm Seacoast Utility Authority Annual Contract for CIPP 430,906,00 Palm Beach Gardens, FL Sanitary City of St. Petersburg, FL Annual Contract for CIPP 1,193,593.00 Sanitary City of Tampa, FL Annual Contract for CIPP 75,762.00 Sanitary Palk County, FL Pipeline. Rehabilitation, 488,212.00 Storm Town of Palm Beach, FL Pipeline Rehabilitation 642 884.00 Sanitary Broward County, FL Pipeline Rehabilitation 259,987.00 Sanitary City of Lake Worth, FL Pipeline Rehabilitation 775,598.00 Sanitary Town of Longboat Key, FL Pipeline Rehabilitation, 658,230.00 Lateral Reconstruction Page 1 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2004 Type of Project Customer Work Performed Total Sanitary Pinellas County, FL Annual Contract for CIPP 392,554.00 Sanitary & Storm Pinellas County, FL Pipeline Rehabilitation 600,000,00 Kenneth City Contract Sanitary City of Pompano Beach, FL Pipeline Rehabilitation 248,984.00 Sanitary & Storm City of Delray Beach, FL Pipeline Rehabilitation, 255,803.00 Lateral Reconstruction Sanitary Manatee County, FL Pipeline Rehabilitation 308,200.00 Sanitary City of Cape Coral, FL Pipeline Rehabilitation 689,000.00 Storm City of Lakeland, FL Pipeline Rehabilitation 566,609.00 Sanitary & Storm Clay County, FL Annual Contract for CIPP 158,704.00 Sanitary Village of Palm Springs, FL Pipeline Rehabilitation 111,239.00 Sanitary City of Melbourne, FL Pipeline Rehabilitation 870,458.00 Sanitary J B A Pipebursting & 5,296,445.00 Jacksonville, FL Microtunneling Waterford Master Owners Assoc Pipeline Rehabilitation 400,000.00 Storm City of West Palm Beach, FL Pipeline Rehabilitation 300,000.00 Sanitary City of Dunedin, FL Pipeline Rehabilitation 215,815.00 Storm City of Boynton Beach, FL Pipeline Rehabilitation 411,777.00 Santiary & Storm Naval Air Station Pipeline Rehabilitation 110,128.00 Jacksonville, FL Sanitary Page 2 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2004 Customer Type of Work Performed Project Total City of Atlantic Beach, FL Pipeline Rehabilitation Sanitary 106,630.00 Contracts Complete Total 2004 24,200,202.00 Footage Installed 605,000 If Page 3 Insituform Technologies, Inc. FLORIDA REGION Contracts Complete 2005 - thru October Type of Project Customer Work Performed Total Manatee County, FL Pipeline Rehabilitation 1,068,963.00 Sanitary City of Cape Coral, FL Pipeline Rehabilitation 265,000.00 Storm City of Lakeland, FL Pipeline Rehabilitation 178,904.00 Sanitary & Storm Clay County, FL Annual Contract for CIPP 756,973.00 Sanitary Village of Palm Springs, FL Pipeline Rehabilitation 182,676.00 Sanitary City of Fernandian Beach, FL Pipeline Rehabilitation 419,258.00 Sanitary City of Tamarac, FL Pipeline Rehabilitation 481,000.00 Jacksonville, FL Sanitary City of Ft. Lauderdale Pipeline Rehabilitation 763,240.00 Sanitary City of West Palm Beach, FL Pipeline Rehabilitation 350,000.00 Sanitary City of Hallandale Beach, FL Pipeline Rehabilitation 197,226.00 Sanitary City of Winter Haven, FL Pipeline Rehabilitation 100,402.00 Sanitary Gainesville Regional Utilities Pipeline Rehabilitation 604,202.00 Gainesville, FL Sanitary City of Dunellon, FL Pipeline Rehabilitation 439,288.00 Sanitary Contracts Complete Total 2005 25,662,019.00 Footage Installed 641,550 If Page 2 n �m n 0 0 �a�I � 0 n Ito n n n o v a It 0 (7 a C7 A m •e �` � C] §' c 11 71 w Ip m ' w m 3M-N OR (] S c a w m p n Al m F.d 7� S111- O ° a �° a a 02 m co 5 5- ;u v v v x cn o m O `$ c c -3 o o m o Q S to a ro ro n� `C ;3Ly a c 'tl b Obi o N bl K 0 Z 0 0 x m m n n n co a CA "r1 o�H a Sn'aa y° n r n n a a a s zr a n a n o m o o` m (n c si d m m 0 of n O m R m fwn ' R' w x p d fA a 7 c 0 mo v f co 5 w Z-n m m 7C A'O m 7 ¢ m 52. a,� O dui d� and m A /p r A r A m p1 ca o N 57 N N o N N O (p fo of N p V ., lC W W a b K3 O N O d o O 10 J A p V N o w o w W pQ�l N W N - Of A Q~i w A N to AlN tryn A N N r N A W O1 x x x N x V x W x .a x Itl x N N x O1 N A 'd G 3 • W N nnnnnnnn - d _ m a n n a$ a n ag. �7 N mm mm _ ���ppp tfpp S Z o a O m a w m m g a Cl O `T 9 Iwo � vr- ,�, w��� b� � 3 p �p p2 A 0 A o N g 0 i � p S� .a A O rn m z ..I 71 x 0 m m m z 0 m Z r_ Z 0 .D z C) m Ta M r' r n U z p d 0 0 O a p p 6 0 N N N N O p p p O N 0 Cl p � O a� U is m O m O eQ is o CM n CM m d m E F N N co 0 z L ap Cp M Q� j n }(np 9(s ON ¢� co 'Q 0 U. NM 7 M ��m7 LL T} M QIL a 7 W LL u- mj O E g T n (6a J n J� '`t �-0,�c41 ,T� QN 4i LL N ��a to LL CV °' ci y �jtl, LL Q N d LL O `[[`���� u+67 t' 'C m a 3�A cW LL CNN C OaMbU QU1�LL fl { N OX b oiq Lol Sao `ti ouN U i U ub¢ v t�. � ma J5 c O U�CaV Q a C U`o U 0 M b .!c LL..1 m Cp �. S LL LL eri J LL co J 7 IL b uFa o CO t, �-p� b Oyy CJ 7 �ti- - N �- eo MM Nt µCµD�OM T �M fp N M N a o o $ © 0 a o y N N CD `1 � N p �a v� E n` c z E z N E E E _ 'Cf E b cod b O . a N N � 1 tl*DD 'd (Mrl E E '—° `° a m _ � m c n a a O O v 7 4 O b Q a Q a a w W M is d cn a m [0 It 18 rn N EL d f 0 0 d ƒ Q LLI ■ § § 2 §� \\ d� oa fm f § I06 ■ o� � r- CD § f § §§« z2 » 2 �kz � 2 ~- �a=$ a ® §2 E ƒƒ§ §� co § `££j { U. =w£om —R£2LL \§�\2 /�\�� kmJ/k ■a%§x =§060� &§#� 992GCL ƒ\7\2 0 LL 5 5 / ■ to j Lq ■ �� B § § q o coGo k G a co A Ro uJ $) E �2 G } k 2 8 )% of I§ \ °§ g §R �� aw r- $ £ z a§ a f% �� 0 (. 2 m o ®2 0 ( \ ] k a) 0 ( C am zo ca a o �k � �. A a C, QOQ 00 Op qA pOp ©b© pOp rW+ a= a pl N N N N 2 �sz 7z z M xd 6t U'US,a� Q� V °1 � rn 0 Op 7 0 Ll. W M a M N c cif o Sip- mn _rnW yopQ �cti ��LL 7a�i}}°�iY yS— Nm c �, EOM O id. �N U Q' (�D CccN�� E N U I= cN N U d Z �NO 4f foor U U N '7 N O. G. T jo Ch DO M N C7�-'M' v N N--C�V N N -M N r r CN �c�+i fV ih fV M N tD rli �0 O °1 to co dl - C ll] � rC7 E N M N N 0 a Y cc W to C%j 15 N N N L N 0 ^j W �^ N _ � m W W N N O 0 � N �� Z � U 7 L 2Q"+f JC Nlcn W "C7 W C� pW cn¢r Uo` v wQ M W CL k§ 2 SR If a ■o aQ R Cl j \ 2� $ \ m / o§ s2 @ LL §ƒ n %\ °� ace) [=/02// 2 LL m � 2\/ /a3}k� k r 96 W0 %k7AO§M 0 \/ k \ / 2 L km . /k � 2 2§ U 2R m� EL F �$ 2$ 8t @ �3 ƒ] kA IJ t& Q- k ae o� 4§ E £ 0 2 )� \k k J2 Ics, � INSITUFORM SAFETY PROGRAM Please see enclosed CD-ROM Insitufarm Technologies; Inc. Insituform is striving to become a "Best in Class" company relative to safety performance. Our top management is leading this charge. These individuals are strongly committed to building a culture of safety and have excellent credentials in the area of safety: Thomas S. Rooney, Jr., joined Insituform in April 2003 as President and Chief Operating Officer and was appointed Chief Executive Officer in July. Rooney formerly served as Senior Vice President and Regional Manager for Gilbane Building Company, a privately held construction firm. The year Rooney left Gilbane their experience modification rate (EMR) was 0.32, one of the lowest in the industry. That same year his business unit was recognized as the safest Gilbane business unit. Thomas E. Vossman, joined Insituform in August of2004 as Chief Operating Officer (COO). Prior to joining Insituform, Vossman served as COO of Williams Group, a privately held industrial construction and maintenance and environmental remediation company and he also served for more than a decade in several management capacities with Fluor Daniels, Inc. While Vossman was at Williams Group, their recordable incident rate (RIR) was reduced from 5.0 to 2.0 and their lost time rate (LTR) was reduced from 0.8 to less than 0.2. During Vossman's tenure at Flour Daniels, Inc., the company was considered "World Class" with an RIR at less than 1.5 and a LTR at less than 0.1. Elbe Watkins, joined Insituform in November 2003 as Corporate Safety Director. Watkins came to Insituform with over 28 years at Fru Con, a building and industrial construction company with a "Best in Class" record in safety. While Watkins was at Fru Con they consistently achieved an RIR at 2.0 or less and a LTR at 0.5 or less. These individuals were specifically recruited for their strong safety backgrounds and are actively involved in making safety a cornerstone of the Insituform business plan. This top -down approach, combined with several field initiatives involving training, accountability and increased safety personnel, is producing results. Insituform has seen improvement in the key areas of day-to-day safety performance as well as in RIR and LTR statistics. From 2002 to 2004, the company's RIR was reduced from 7.9 to 6.0 and the LTR was reduced from 2.7 to 2.0. Insituform is committed to a further reduction of these statistics. To achieve this goal we are implementing the following list of safety initiatives: 1) Restructuring and adding to our safety management staff for comprehensive coverage. 2) Revising our corporate safety manual. 3) Concentrating senior management attention and dedication to safety by instituting Safety Core Values into the Corporate Vision. 4) Vertically integrating our safety organization to provide accountability at all levels of management. 5) Implementing a " Zero Incident Program. " 6) Implementing a Safety Task Assignment Procedure (STA-daily safety and planning permit). 7) Increasing frequency of in-house safety training for employees to include quarterly safety training days, along with annual equivalent OSHA (30) hour Construction Safety Training. 8) Implementing a new safety Accountability/Recognition Program for field operations. 9) Implementing a Behavioral Based Safety Awareness Program. 10) Increasing the frequency of Safety Tool Box Talks, Safety Alerts, and Jobsite Health & Safety Audits by ITI and outside services to include ITI senior and middle management. 11) Implementing a system whereby North American areas pay for their insurance costs based on the specific performance in the area. 12) Developing IPO's (Individual Performance Objectives) for all operations personnel that include safety performance parameters including a 33% safety consideration in bonus compensation. When an Insituform crew is working in your municipality, you can be assured that every crew member has gone through extensive safety training, is following a site specific safety plan and has a large network of safety support individuals, including top management, focused on completing your project incident -free. In addition, a trained safety engineer will be on -site from the beginning of the project to the end. A safety record review that includes accounts and root causes of past incidents is available upon request. Mr��N 1 � 1 January 25, 2005 To Whom It May Concern RE: Insituform Technologies, Inc. CAROL HENZLER ACCOUNT MANAGER Following is our insured's "interstate" experience mod rating factors, based on worksheets received and promulgated by NCCI: Effective PMmulggted Factor 7/l/04 5/5/04 .89 (Final) 7/l/03 1/21/04 .83 7/l/02 9/19/02 .74 (Preliminary) 7/l/01 11/5/01 .72 7/l/00 3/24/00 .74 7/l/99 6/29/99 .78 7/l/98 5/27/98 .68 Sincerely,' ICKTON Co' ANTES enzler Account Manager Phone #314.812-3294 Fax #314-912-3289 Low—oN()aiPANsOFSTLaj CNc Insurance and Risk Management Specb6ts Three City Place Drive; Suite 900 / St. Louis, MO 63141 (314) 43Z-0500/FAX: (314) 81L3Z99 '; G �L LLL L L L L L L LLLL L °� ca NL LLL, L L L L L L LLLL L g y. _ t = FL LLL L L L L L L LLLL L �L LLL L L L L L L L.LL:L. L y YL. LLL L L L L 13 L LLLL 0 0 � F KK •GT 4 '�O Z 'a y '4 V 'o 3 � Q ». � N w o o c o a o 0 o w e o n � p p n o "L LLL L L L L L L LLLL L yy v o #•9 �1— LLL L L II L L L LLLL L gig a �s M� 11 LLLL L L L L L L LLLL., L brys � 91— LLL L L L L L. L i....LLL L � � u '" n�IX.r C Qp .G YC+, a a' O C OC � ..1 � � b •� . 9 EL a ^• f O G °3 •'• t� a ' GA `a d p Co.' '.a 06 ` 'C% 'R 10 Ai � � � � �e e � g -� � w �• c 3 F. ei L k � Ti � rd -'.4 .. � S y �',o Ci s � W � °�' s w w .a ..i 'J'i •- a3 � ..+ �.7 fn u. � w z U a r e o x c 3 a s g o o g c b a w n A° o ca o 0 0 o a c+ o 0 0 o c v c+ E a � ado• 7: . Y y u oo w Q C . ry °ri VL 3 F J _YY C 0 8 C N C �aa = ,gigg V $ it Fill M iva .jtq�vv C I r N liViff I�12 ;w 0 vLL L L LL L LLLL L LL L, o G o s q LL' L L LL L, LLLL. L LL L met ALL. L_ L LL L LLLL L LL L. fiT._ e 5 sl.•...L L... L LL L LLLL L LL L 0I^ � y u _ a_ qqnn y yynn gg�� � � R- 3 0 v •� •� v i 4 'v a •'v v � '� ro � r- ry N N O C q .yV. w G ..may u�'i 'C }'• T �eT 'CO q 7. T Yi R, �q Lb C m � C � .p � � C. � V! 7 O 'G 'ti � •G •C 'C v !0 H V cMc LL L L LL L LLML L L>.L L 0M u a •R S F N 4 ML L? Ls Llz L LLLD� L LL L 0 �F �. L Ll L L LL 11 LL.LL L LL IX .S AEn LL L L LL L LLLL L? LL L Pi MI� 'o � � N � Y• C . C L a' ' p R C p J V v V O •—� O he row R .C2 �W _ 10 . W a° w a O c '� E �_ C'N o '� E •E g •� p c •a E vii v4i Pn E LS u u yam, wu ., � � �, •o „ � � g� �� e w � _• w �a� .. o u ., � C ` OO Be O �s u y O Q C .may ti J N 0 •.6i' � r? o o v i.^p p lfi 2 ti 0. rA ... Q4,��s y' }�•� k C � � .��7 6 � C � N SV 7 yaap ,G Q Q o^.. 6 0 o O 6 O G O d O 4 O O "• qy�}f K P-by V v�i y�yyufll�N E a O eA b hE pp p r• 1J p p3 O C �� 4 .-t C7 W' ! + 5 M — S u a. � cnO E°ni n @ G V� p a4c 4P Oa' z x+ vJ F_n707o G OT O U w 3�L M1 [� S rzv� rn Q N •d O M N< N fa m o Y cLL L L LL L L L L. L L L [..L N 'ELL L. L LL L L L L L L L LL t9 mg vLL L L LL.. L L L L L L L LL z o CHO aLL L L L..L L L. L L L L L LL s ALL- M M, M M Il Lt,-- L Ux t1j, M lkM "^ y G � C .�.++N•. T "G hpi +p {may' •G Z Q Q V Q O h .b�. '<? q Q •d Q , :a 'C1 .` ci .•. Q p O p .n p n p M. Q o Q Q O y . x ILL.. L M LL L L L. L L L.. L I? L Y Y uLL.. L L LL i3 b3 L M L L L LL � R � e SLL L L LAM L:. L L L M M L L11 r - ar ALL L.. L LL L., L L L L L L LL r p E i N� .� ME y. to y _ •� � � � U � � � 4•n D � o o a •c ti � m a U U � v ... u7 .J CJ � .J F C�i ti •a v� E Y S 8 C 'w ,..r sp ' C �OO � r O o+di w N d y o Y til T o � Gc� y '! y ,G�+1� 'L y •JI G � e3 T^ � �d , u 7 �7 G 3 e� O.d ,� E •'�QN,, y y }} yyy L o Y O ti. 0 �i C N a= p L at •q a prp J Q Vl vo am ti .Y•- .d. 2� -��' z •p � C •� „ '+� 110 �Ga$ A]�y� T 222 B S ° SH Aa 22 N k w i 4 Han o c �w� � W (7 r3 u�5 4i � � is �. C c '� � _w � .;t � � -•' ? 0 u � C' 'ti, •^ � � � 'Cg Z` o� o U b°� c L L L L L L LLLw. L L L L L L o a u i�L L L. L L L LLL L L L L.w L L m wpu' ;-gj �s U _ SL L L L L L LL-L L L L L L L �A �L L L L L L LLL L L L. L L L L L? L L L L LLNL L )? L L? L? ! � •� a .. L 4 '� 'G � - ti si � n� ' i O o ti w S � nl •� C b N .�� 'O � r�r��' m � 'O 'q Ti a Z �� T. •y N � •tl d O p K G O O C] h ne ry .03 R W C ' .o d y o a w ry d o o aas� W 4 , n �, 0C 0 o n o k y � �L gr o L L L L L L L L L L L L L L ppuqq y�$� 4 L L .L. L. Ik L L L L L L L L L L.. >, ? r v " "o" xL L L L L. L LLL L L ix L L L? =arv� 6 x U L L L L L L L L L L L L L L L g Cyy 'O el'A L j CI Cp b L4 Z a h d q a •yyy!!! `° 7 S •c m ,� ^,� elA zo Q w y a c -� J R a J, •C 3 a m ti pi p o m V L V ry p Q O = � ✓ .C.. N � V � �+ .� � � h y� � w y V '�+ U R.. w � � � CR � � .. w � V 4 •� 3 � (d � •�1 G W � � n � � ... •:l � � � � •� � FII �• -� �j.'„ �•�,� H o o` y y o.e �a - L y sz R °7j -i „� w o� p' f.. r" V V c � �% r � 4 v �3 W w_.:n 0 ♦r � E 0 a .. 33 •p .r v T...y � ii�h C •� �� q N � v ~ 2 � C ��_ � Q� c •C J air C� "' D F' � � ,� 4 � A�tp., R]sfM q'yL Jx � •� Q w ^ - � � V � �• � 9 2 to tyyai Cp 4 G N a .p N p u .. •� .7 m :R M V •v I Y U 2� A ti N V O w fi d ti w O O D VI A s�' 'd wD q w• �. >r Q p C .i�. nl n1 �'1 .��+f}1 •y'1 d � y7 O o 4 N y • ej L2 0.1 S % +9 c a 3 a a p e .` ZL• 7. 1! L 5. .� t •7 o O � '� � x UQ' d � � p C rC m � �• y •z C) � 8=� ��c y ` °' V �� hx�' o• �, Q G p -- •p b yet o'"a � ... �` tr � r F'�'- .,_ W" w w 7U•' m ry :. fa $ ESL L L L L LL. L LL LL L L L s o yV m F L L L L L L L_ L.. L L L L. L L L.. m U a r L L. L L. L.. L L L. L L. L L L L L. y r o p SL. L L. L L L..L L LL LL L L L U Y�Y s € s L? L-. m I. 11 ttrs—, t L L-. LS 1? Ll L Y Tr m W e O .. 9 r„ •p 'd •G 'fGJ ,'G u7 � L. L... L% L_ L LL L i L L L L L o .L V ..• O G •� 4 � 5 =L L L L L Lh L LL. LXL-,- I—N M L v 6 LL, L. L- L.. LL. L L. L L L L.. L. LN L L L.. L L L. L L L. L.. L. L L L L 's y c � 'S,' O � P. .. � � rb.L C � o L S" � •� tC � � � � � y � Y ;..•Car ��t 3 e tY—! yy_ �L a s '� R C =0 Lt 'u U ��'a '!6 V G •qio o .�'�• F. 1. V V �} L t2i y U 'T" :b o.� 1�, � y p ,�' � W ;a p .rf. .^, CC � '+3 '§ ^ c � � •p � b —^c, L y q Ua. k � � Y� w 'hi GYn� � 2 D � YC"122 w j 0. N N ep n y u F r� �Q ¢ 0 4 N N E J a c '2 w S h •C in ++ v m ' in k v7 M V - p- 7r � ti e � � � !n � o q ,J (vA � �'' q •.�.t Ao o y U � � °R � � ro m 2,4 � -p. .ai `i U .f > a Y o (44, 'v C) « Ck o P tl 4 P � — 0 4 O O Y l O � � L .per �•pw 7�J .4 �� � Q. n .� Yp ppqq o e4 �{O+a p. 'Y ��, V Z p Y a y o �'0 Lo in wfl+ �� •�j y w ". G ^ x p �.� � pp4� p � �.0 0 rr g om a n;i� Ayy OHIO v 3„Sy c c nA�o n 9 M Y L L L_ L L L.. L L L L L L L L L_ i L L L L L L.. L.. L L L.. L L L L.. L c v C v? v L. L L -L., L L.. L L L L L.. L L L.. L.. � !.„may. ° � . S •a s a g V L L L L.. L L., L L L L L. L L L L WwYw� L L L L? M LL L- M L:. L La L L-, L L M T Ew 4 w.= 3 P L L.. L L, L L L. L- L.. L L L L L L.. 04 l C 4 N s c - Y IX M M LS L L L L L L L L L? L-- L L L L L L L', 13 L L.. L 11 L5, L L a M u L L,. L L L_ L.. L L L? 11 L L L L L _p G C G G � UO v � f] J U u •' .� C . a s o• d c. c $ is •� u .d 2 - �. •�� '�na o t may, �a -� �� aS ass 9 � m � v y 'N ° "; O.ter �S a.g v o v� _ .W m ♦a g+ s v o t s t g - o N u O y 0 o �s p tu as U. UN b � C. qAqII m a's Y S A IL -84 nn a ab .� a ? o a po p S v u pst O S jIf ME 10 r� T• 'JYA � ^�. � a "' U •y: _ � Y w '�^'1 Q S -.1 4 eOy P S q � � ^� y �y .pgLw@y �� e =o " w L L L L L L L.. LL L L L L L L L L.. L L L L L.: LL L L L. L L L g ai EL L L L L L L.. LL L L L L L L C1 L L L L L L L.. LL L L L L L L EL L L L L LL L !? L L L L ro `ri E Q S c o o a o 0 0 * a v vyi o ~' � v b '�' 'v . � 1s .•,. kri •c a � m � L' z n n .n o o rn a a a � u�•1 rr..r n m � n n n n ui: u `0 �L L L? L L L L LL L L L L L L w Y O �L L L L L L L I.L L L L L L L �vo a° a+ w y a U - L L L L L L. L L_ L L L L L L L o •; .. ; FN r E 9L L L L L L L LL L 'L L L L.. .L 1 •- = a=y E vim, O^ t C y •y w v �n q O .J V .� i y ppc' y G w rIS L O R lrw Sf Lo E X w ,mow ❑ in q�2 �'�" p 4 q p�, X or qP u .p gyp+ h iCr� � Vl A Vl u •�-, 4 •N ,^ •,��j Vl � u 0 O C '� � m " O b ~ ••`� ..: �y f�V tar CI O Q � O � ��-.r .ry a pL G U J J o� .-g� R' _ � C � �yy � c iFC 'C L JG. �i Y V N 4 Q C 6• en .Q Q r W �• S yQy�� V1 O Y, c T ��"- Jr ea 4 x P P p YIL VIA C w M js.jv. �p Op 0 2Eng w o � M 'C/) o 0 Q n n vL LL L L LLLL L L.. LL L L o I EL.. LL L. L. L..LLL L L LL L L y �n = •s g YL LL L L LLLL .L L LL L L OE � 91 'pj$$;�� L L,L L''L LLL.L. L L. LL. L- L' @ v O r� R U 3 D- ��Kvda G °:F = Lam. �.� M L:. M f i4 M i-- L- M M- I--- LI* IX i E. •in -Mel y� qq yy n n t. Z a l �}� S -:2 Q _ u y w G N .v } T T T 5. T R s. . .n a• w ro C iJ Q� �p a Z qTq �i��aa•. L V t L 'G 'C7 (Tp 'C o� o =L LL L L LI—'-LLL L_ L-- LL L L � Y Y rx L LL LI LL I—ILLL L L L'kL LI L w° a � V °o s L LL* L L LLLIL L. L, LL L L% •ii ` w o . mJyl ptP Ea ^µ. �?L LL L L LLLL L L LL L L �_ � 16 4 � b V � .�~. bed! � •_ ��' yroeeo tl u c Qo yE g 8 aI u w :�J v � : _•yya � w � � � :/1 � � s pp ¢ v Y. � _O .0 � S � „`n' .. � py� � •4 � �G � q ���y1 Q Q ,�1 _ � ° Y � G J C1 y it e�4y� � nl .O � . IA .r..'.i O ..G. O X1 .i'- •C ✓� w Q q m 2 i g d 2, = H �.l r�' �a .p a A x v ex av .2 6 `". 4 - q oq� q VV yy� O V ) •O «y�1 r. g z. .� T �' � c � O � O •d E s •� _ C ° •F v 9° FE k' •."'. O O Y. h G E v '! N w � b ci H e c^ r✓ r 5 Q d d dJ e. �L L L L L L LL L u LL. L.. L1.... vL L L L l..... L LL L L LL L L..L. F a �L L L L L L LL L I— LL L LL ErL L L L L L LL L L LL L LL LLOx.LLLMLxtIMi?!I-L? U�bt y � T q T T ?•. qTq T T T �j` T T Tr 7� d O C. o 0 +.gp� o o c p n d '� d d b o. O x p �L IX L i.... L. L LL Lk M L11 Ll Liy �L. ,1 L L L L L- LL L L LL L ML x� 2 r= vIX L`L Il L? L LL L. L. L.L L LL tl L L. L. L L L L L L. L L L L L L 4 tl VQ XTc� K"~A u u w�'.�� � e �' `e � ` 4 m� V. a� •� � —u � F p d #,� �' L: h i� c�. �Tx a � y fir} a.� •A" C ^ C d tl �,y L JI M .p �""r ... +n' y� p� P_ ".7 .S "C;.O y� y A 3 G 6 .a •M CN • TF W w s •�' q .e �_ N L 4 N rn N 9 w 1 h —0 O Q .. y J P 1GQ3 � � H oo= � y - C ~r � N r O b N 6 '• � � � Y�il O, r T H p p C perp.. C ppM�� S7 d p�� O d O b m $ �yd g a g r s� V A s N F 4p yC C�cOG�o" p pC o Lit q w 7= ado can *'3 x :5 . 2[4 oR Co z �LLL L.. L L L L L L LL L LL FLLL L L. L L. L L L LL L LL G2 `$ VLLL L. L L L L L_ L LL L LL ° oyyy - - L., 4.�.. L i,.... � g4 yg vY-yy_' ��..�.. �1.,�.. 'L� w�. �w. ).w. L� �L� 7.n. � �L� iN �L� MM. �i..�.. �n �L� Lr w i-, `L� � lk �L� m, �L� Ll LN ,?�yj. qq w� p T p G b fi Lid 2' p O O C G P C 4 o C h• rt o �' w ^ �LL4 L L L L L L L LL L LL y x 1 LLL L L L L L L L LL L LL H ll v qq V y S wo R-LL..L L. L L? L, L L L LL L LL z rypry 9LLL L L L L L L L LL L LL MC H ^ ii ti 'C !J V q •� Q 4 v y` y ypq'C 4-1 S'C'y' O C Z 4s y 44 d v ° pa Oyy yyrt •� Y L � � V QC Z` G x 'c a � C 9 ^^� yy C� O � c °w 921 F M W vOp a !s x •c � JE •r `a N v ?t yCl v— Yx Lo 4 e oe T C �w x {"� y y N Y w' � ,x Y p � F d Q •O C � O �� C a"' L C Y j5 �-} U i ��q $ � � � � •�p_ •.�,,, ti �' S gypp � ..J .- I ill N U r v $ y c[1 a � w V) .NJ .4 rJ [ti wl 3 .J J } a' b e3 g ��a ri Cwf o �c fan A sdog�o 8 41 pRig QI8 9 97q� y �y �x�i_Fd�3 d YL L L L L d _ a a _ Y L Lis j r. L L c ale s 8 L 5 11 r L L L IM w .iu v.�.v FpF 1I A CZ O - '•'" .. Z r�l J L 'S-- L � j••=..J��� L u C `s C. L 4 •�i 3 y� u ce G p � •i a� °s^ceq$ y 5 r •r � w J. .� � L. CL C Ln zz L Aai� v V, -aF4 u � C LIE l S o ET p o a t-�, Mr. wti �s ?n H n O F n m ro 4 i Insitufvrm Technologies; Inc. April 21, 2006 WoddWde P►peiine 11511 Phillips Hwy, S. RehabilftaHon Jacksonville, FL 32256 Ms. Amber D'Amato, Support Services Manager City of Tamarac 6001 Nob Hill Rd. Tamarac, FL 33321 Re: City of Melbourne Contract Dear Amber, Tel: (904) 262-5802 Fax: (904) 292-3198 (800) 633-8362 www.insimonn.com "EXHIBIT 2" TR #10980 Insituform Technologies is pleased to offer the existing City of Melbourne Contract (RFP #10-111-1-2005) March 23, 2006 to March 22, 2007, for sanitary sewer lining in the City of Tamarac. All prices, terms and conditions as stated in the contract will exist between The City of Tamarac and Insituform Technologies ® Inc. We look forward to renewing our working relationship with the City of Tamarac. If you have any questions or need further information please call me at (904) 237-3426 Best r gards, Ted Hotchkiss Area Account Manager Amber D'Amato From: Karen Smith [ksmith@melbourneflorida.org] Sent: Thursday, June 01, 2006 2:08 PM To: Amber D'Amato Subject: Re: FW: FW: City of Melbourne Contract I have spoke with the Utilities Engineer and the Water and Sewer Operations Superintendent and both have said there is not a problem with you piggybacking this contract so long as it doesn't interfere with any projects we have going with Insituform. Technically, I do not maintain this contract - it's done through our Engineering Group so that was the hold up in responding to you on this. Karen Smith Buyer City of Melbourne Purchasing Division 900 E. Strawbridge Ave. Melbourne, F1 32901 T 321-953-6353 F 321-953-6279 ksmith@melbourneflorida.org W City rat I r e,-�rar. p� Putchasrng & Contracts Division AGREEMENT "EXHIBIT 3" BETWEEN THE CITY OF TAMARAC TR #10980 AND INSITUFORM TECHNOLOGIES, INC. THIS AGREEMENT is made and entered into this �A day of Jcrl—r-I _, 2006 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Avenue, Tamarac, FL 33321 (the "CITY") and Insituform Technologies, Inc., a Delaware corporation with principal offices located at 11511 Phillips Highway South, Jacksonville, Florida 32256 (the "CONTRACTOR") to provide for Cured -in -Place Pipe Lining Repairs to the City of Tamarac Wastewater Collection System Infiltration & Inflow Project No. USMY1. NOW THEREFORE, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions of City of Melbourne Contract (RFP #10- 111-1-2005)), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. Upon execution of this Agreement, all references made to City of Melbourne Contract (RFP #10-111-1-2005) shall be interpreted as pertaining to Tamarac, and all terms and conditions of the City of Melbourne Contract (RFP #10-111-1-2005) shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "City of Melbourne" appear, it shall be read as "City of Tamarac." 2) The Work The CONTRACTOR shall perform all work for the CITY required by the contract documents as set forth below: a) CONTRACTOR shall furnish all labor, materials, tools, equipment and everything necessary to perform, and shall perform, in accordance with the provisions of the CONTRACT and the terms of the Agreement, the Contract known and identified as "Cured -In -Place Pipe Lining Repairs, Contract No. USMY1" and shall do everything required by this Agreement, the Proposal, the General Terms and Conditions, the Supplemental General Conditions and Specifications. b) CONTRACTOR shall clean up and remove each day all debris and material created by the work at the CONTRACTOR'S expense. c) CONTRACTOR shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. CONTRACTOR shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. CONTRACTOR shall at all times have a competent field supervisor on the job site to enforce City of Tamarac Y /q Purchasing & Contracts Division these policies and procedures at the CONTRACTOR's expense. d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) CONTRACTOR shall provide the CITY with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. f) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance CONTRACTOR shall obtain at CONTRACTOR's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the CITY, including Professional Liability when appropriate. CONTRACTOR shall maintain such insurance in full force and effect during the life of this Agreement. CONTRACTOR shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The CONTRACTOR will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this Agreement. CONTRACTOR shall indemnify and hold the CITY harmless for any damages resulting from failure of the CONTRACTOR to take out and maintain such insurance. CONTRACTOR's Liability Insurance policies shall be endorsed to add the CITY as an additional insured. CONTRACTOR shall be responsible for payment of all deductibles and self-insurance retentions on CONTRACTOR's Liability Insurance policies. 4) Bonds Execution of this Agreement shall include the CONTRACTOR depositing with the CITY a Performance Bond providing for all the satisfactory completion of the work and a Payment Bond providing for payment of all persons performing labor in connection with this Agreement. Each of these bonds shall be in the amount of 100% of the contract amount. A Maintenance Bond in the amount of twenty-five percent (25%) of the Final Contract Price shall be required upon completion of construction guaranteeing the repair of all damages due to improper materials or workmanship for a period of one year after the final acceptance of work. 5) Time of Commencement and Substantial Completion The term of this Agreement is for a period beginning the first day following execution by the CITY and ending on March 22, 2007. Upon expiration of the term, the parties may choose to terminate this Agreement, or exercise the renewal option pursuant to the terms and conditions of the original Agreement. Such renewal shall be in writing signed by the parties hereto for a term to be set in the renewal Agreement. 2 'qM City cat Farnarac � � Purr.;hasing & Contracts Division 6) Contract Sum This Contract Sum for the above work is to be determined by the cost of labor and materials for the Work Tasks assigned to the CONTRACTOR. The assigned Work Tasks shall be paid in accordance with the Bid Schedule, which is taken from the City of Melbourne Contract (RFP #10-111-1-2005) The CITY shall pay the CONTRACTOR as just compensation for the performance of this Agreement, subject to any additions or deductions as provided in this Agreement and the City of Melbourne Contract (RFP #10-111-1-2005) BID SCHEDULE OF VALUES FOR WORK TASK DESCRIPTION OF (BID) ITEM UNITS UNIT PRICE QUANITIES* LINER 8"DIA. 7.5 MM LF $26.20 TBD LINER 8"DIA. 9.0 MM LF $28.20 TBD LINER 10' DIA. 7.5 MM LF $33.00 TBD BY-PASS PUMPING 8" DIA LF $1.00 TBD BY-PASS PUMPING 10" DIA LF $1.00 TBD LIGHT CLEANING LF $1.70 TBD SERVICE REINSTATEMENT & PRESSURE GROUTING EA $550.00 TBD MOBILIZATION Lump Sum $4,000.00 TBD MOT (Flag Person) Set -Up $300.00 TBD MOT (Barricades) Set -Up $250.00 TBD NOTE: Quantities for this schedule of values will be assigned as WORK TASK and will depend on field conditions. 7) Payments The CITY shall pay in full the Contract Sum to the CONTRACTOR upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The CITY shall pay the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 0e.,74"", a$y of TGar?1CYC PurchasingC Contracts Division 8) Progress Retention The percentage of estimated value to be retained shall conform to the following schedule: 1. Retention for up to 10% of payments claimed. 2. When the project is substantially complete (operational or beneficial occupancy), the retained amount shall be reduced to 5% to assure completion of the Contract Work. The above retainages only apply when the CONTRACTOR's performance in the judgment of the Director of Utilities or his Designee, is considered satisfactory. When specific circumstances necessitate, a retainage of 10% will be applied at any time during the construction period regardless of the stage of completion of construction. No progress estimate need be made when, in the judgment of the Director of Utilities or his Designee, the total value of work done since the last estimate amounts to less than five thousand dollars ($5,000.00) as set forth under Payments in the Agreement. 10) Acceptance and Final Payment When the work provided for under this Agreement has been fully completed in accordance with the terms thereof, a final invoice showing the amount of such work shall be prepared by the CONTRACTOR and filed with the CITY. The final invoice shall be accompanied by the required maintenance bond and by a certificate of acceptance issued by the CITY, and stating that the work has been fully completed to the Director of Utilities' or his Designee's satisfaction, in substantial compliance with this Agreement. From the final payment shall be retained all monies expended by the CITY, according to the terms of this Agreement and thereunder chargeable to the CONTRACTOR, all monies payable to the CITY as liquidated damages, and all deductions provided by this Agreement, Federal and State Laws, or governing regulations. Within thirty (30) days after receipt of the Director of Utilities' or his Designee's final acceptance by the CITY, the CITY will make a bona fide effort to pay the CONTRACTOR in the full amount of the Director of Utilities' or his Designee's final estimate. 11) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 12) Warranty CONTRACTOR warrants the Cured -In Place Pipe Lining Repairs to the City of Tamarac Wastewater Collection System Infiltration & Inflow Reduction (Project No. US01A) against defects for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, CONTRACTOR shall perform such steps required to repair and correct the affected areas of the work performed. CONTRACTOR shall be responsible for any damages caused by defect to affected area. eD.-- City of Tamarac, �Purchasing Contracts (division 13) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 14) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 1S) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 16) Assignment and Subcontracting CONTRACTOR shall not transfer or assign the performance required by this Agreement without the prior consent of the CITY. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the CITY. City of Tamarac Purchasing & Contracts Division 17) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR H. Douglas Thomas Vice President, Rehabilitation Project Support Insituform Technologies, Inc. 11511 Phillips Highway South Jacksonville, FL 32256 18) Termination This Agreement may be terminated by CITY or CONTRACTOR for cause or by the CITY for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the CONTRACTOR shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, CONTRACTOR shall indemnify the CITY against loss pertaining to this termination. Default by CONTRACTOR: In addition to all other remedies available to the CITY, this Agreement shall be subject to cancellation by the CITY should the CONTRACTOR neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by CONTRACTOR of written notice of such neglect or failure. 19) Agreement Subject to Funding This Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. of 7amarac Purchasing & Contracts Division 20) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. 21) Signatory Authority The CONTRACTOR shall provide the CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this AGREEMENT. F ti of_7ar al")c __..... PurchasingDivision ....................-----........................�....__,..,,.,,,,,.,,,..........,...........................---------- .._..................... _ _. _.. ..................... 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the CONTRACTOR and the CITY, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the CONTRACTOR and the CITY. M q of 7`< lrarac Putchasing Division _.___.._..........................................._._..........,...................... _...... ------ ----....-._..__.._._....._._.._.......................... _ IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing through its City Manager and its City Commission signing by and through its Mayor, Beth Flansbaum-Talabisco, and Insituform Technologies, Inc., signing by and through its Vice President for Rehabilitation „Project Support, duly authorized to execute same. CITY OF TA RAC Beth Fla sbaum-Talabisco, Mayor M Date /-� ATTEST: Jeffrey L.Willer, City Manager Marion Swenson, CMC Dat pity Clerk Approved ved as to form and legal sufficiency: to 1 Denise Carroll, Contracting and Attesting Officer Denise Carroll Type/Print Name of Corporate Secy. uel S. Goro�, City Attorney 0ly rk Date Insituform Technoloaies. Inc. Company Name. Signature of Vice President Rehabilitation Project Support H. Douglas Thomas Type/Print Name of Vice President (CORPORATE SEAL) Date June 5, 2006 oGity cif ianaar'C pur'chasrncg Division ....._............._.......__._.._....._..........._....._.........._....._........._........................................................._................................... .,.,................................_._......_.....__...._......._......—..-------.._..__........_........................1........1_1 CORPORATE ACKNOWLEDGEMENT STATE OF MISSOURI SS COUNTY OFST. LOUIS I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate aforesaid and in the County aforesaid to take acknowledgments, personally appeared H. Douglas Thomas, Vice President Rehabilitation Project Support of Insituform Technologies, Inc., a Delaware Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this 5 day of June , 2006. JANALAUSE Notary Public - Notary seal State of Missouri St. Louis County My Commission Expires Dec. 5, 2009 Commission # 05805615 `.!' Signature of Notary Public State of Missouri at Large Jana Lause Print, Type or Stamp Name of Notary Public ® Personally known to me or ❑ Produced Identification Type of I.D. Produced ® DID take an oath, or ❑ DID NOT take an oath. '10 INSiTUhORM TECIINOLOCIES, INC. Assistant Secretary's Certificate The Undersigned, being the Assistant Secretary of Insituform Technologies, Inc., a Delaware corporation (the "Corporation"), hereby certifies that: The following is a true and correct excerpt from the By-laws of the Corporation: Chief'Executive Officer Appointments, The Chief Executive Officer may from time to time appoint such officers of operating divisions, and such contracting and attesting officers, of the Corporation as the Chief Executive Officer may deem proper, who shall have such authority, subject to the control of the Board, as the Chic l' Executive Officer may from time to time prescribe. 2. The Chief Executive Officer of the Corporation has, pursuant to the above authority, duly appointed (a) H. Douglas Thomas to the position of Vice President Rehabilitation — Project Support and (b) Joann Smith and Denise L. Carroll as Contracting and Attesting Officers of the Corporation. Each of the foregoing have been fully authorized and empowered by the Chief Executive Officer of the Corporation: "(i) to certify and to attest the signature of any officer of the Corporation, (ii) to enter into and to bind the Corporation to perform pipeline rehabilitation activities of the Corporation and all matters related thereto, including the maintenance of one or more offices and facilities of the Corporation, (iii) to execute and to deliver documents on behalf of the Corporation and (iv) to take such other action as is or may be necessary and appropriate to carry out the projects, activities and work of the Corporation." IN WITNESS WHEREOF, I have lrer"CL11710 affixed my name as Assistant Secretary, this 22" `1 day of November, 2005. Insituform Technologies, Inc. By: Suta Tungsiripat Assistant Secretary