Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-037Temp. Reso. #10038 February 10, 2003 1 Revision 1, February 19, 2003 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003-� 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 FY03 INFLOW AND INFILTRATION PROJECT WITH THE SANITARY SEWER LINE REHABILITATION COMPANY, INSITUFORM TECHNOLOGIES, INC., FOR WHICH THE DIRECTOR OF UTILITIES WILL APPROVE WORK TASKS UNDER THE CONTRACT UP TO A TOTAL COST NOT TO EXCEED $600,000.00; 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 has conducted an Inflow & Infiltration (I & 1) Study identifying Tamarac as having an excessive amount of I & conveyed to the Broward County Treatment Facility; and WHEREAS, on October 25, 1995, Tamarac City Commission authorized the first phase rehabilitation repair program to reduce unwanted wastewater treatment and disposal charges; and WHEREAS, the Utilities Wastewater Division's FY03 list of excessive I & I locations have been identified in Sections 14-16 subdivisions plus several subdivisions in Land Temp. Reso. #10038 February 10, 2003 2 Revision 1, February 19, 2003 Sections 4 and 9 (a copy of which is attached hereto in map form as "Exhibits 1 and 2") which require sanitary sewer rehabilitation; and WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the I & I program for FY03 as recommended by the Utilities Department; and WHEREAS, recognizing that other South Florida Utilities have prepared bid specifications and awarded a contract for Wastewater Collection System Sewer Rehabilitation, the Utilities Department wishes to utilize contract prices from other South Florida Utilities as provided under City Code 6-155; and WHEREAS, Insituform Technologies, Inc., has offered to extend unit prices under a contract with Manatee County (RFP #00-6019FL) to the City of Tamarac for the rehabilitation of sewers with the execution of the "Cured -in -Place Pipe Lining Repairs Contract US01 A-2" (a copy of which is attached hereto as "Exhibit 3" ); 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 in the schedule of values under the Manatee County Contract (RFP #00-6019FL) up to a total cost not to exceed $600,000.00; and 1-1 1 Temp. Reso. #10038 February 10, 2003 3 Revision 1, February 19, 2003 WHEREAS, the Director of Utilities and the Purchasing/Contracts Manager recommend the acceptance and execution of these contracts; 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 contract with Insituform Technologies, Inc., under the Manatee County Contract (RFP #00-6019FL) for Sanitary Sewer Line Rehabilitation utilizing the Cured -in -Place Pipe Liners method, for which the Director of Utilities is authorized to approve work tasks under the contract up to a total cost not to exceed $600,000.00. 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: The appropriate City officials are hereby authorized to accept and execute the contract with Insituform Technologies, Inc., under the Manatee County Contract for Sanitary Sewer Line Rehabilitation utilizing the "Cured -in -Place" Pipe Liners method for the FY03 Inflow and Infiltration Project. Temp. Reso. #10038 February 10, 2003 4 Revision 1, February 19, 2003 SECTION 3: The Director of Utilities is authorized to approve work tasks to Insituform Technologies, Inc., in accordance with the schedule of values in the Manatee County contract for a combined total cost not to exceed $600,000.00. SECTION 4: The City Manager or his designee are hereby authorized to make changes, issue Change Orders not to exceed $10,000.00 per Section 6-156 of the City Code, and close the contract award including, but 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 and conditions of the contract and within the contract price. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 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. C Ll 1 SECTION 7: passage and adoption. Temp. Reso. #10038 February 10, 2003 5 Revision 1, February 19, 2003 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 26t" day of February, 2003. ATTEST: r� MARION SVVENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S.-KRAF CITY ATTORNEY SUmg JOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER� DIST 1: V/M. PORTNER___� DIST 2: COMM. MISHKIN _ DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS EXHIBIT 1 TR #10038 > > 04 w m < < cu in N 78 ST 78 ST 78 Si 78 ST 77 VT P R D > 10 m I,. 76 DR 'o 4L riN TOWN PLAZA 91 0-� 10 TAMARA 8- � CTR PICCADILLY 72 ST 72 ST 71 CT GW IAN C3 L) Zia 0 ELAN 6 5 0 RI 0 3 C, ENS O 0 LAKE 0 q COLONY (69ST,) 64 78 ST 11 iSABLANCA CENTER I NANDINA LN IODLANDS 2 MARLBERRY LN SCHOOL 3 LANTANA LN 4 CARISSA CT 5 CANELLA CT 6 MIMOSA WY 7 WISTERIA WY 8 PAPAYA WY 9 SOLANDRA LN 10 PRIMROSE LN SUBDIVISIONS FAIRCREST 14, VINGNARD 15, FORSYTH 16 EXHIBIT 2 TR #10038 vhjp WEM TIRE KMDOM PLAZA TAMARAC WEST I=TEXAC13LIME -_ DAY THE GREENS OF TAMARAC-- "�''d: �f%/.':. %!/1. r.�� �i\\\\ J���:.n't.. 4r� 5 :r1au•...+"�'ik :Sa ,e ,ri y�` ,d \\\` _ a. %/i............. LYONS INMJSTRIAL SRI, PARK TAMARAC ii MIDWAY PLAZA BLOCK UNITED BOSTON STATES CHICKEN ... / LAU1 LAND SECTIONS 4 & 9 I C CORD iUCER OP ID S DATE I MIDWYY) CERTIFICATE OF LIABILITY INSURANCE sssog 02/11/D THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE :kton Companies/St. x,auis MOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTFEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. :ityplace DriVQ, Suite 900 Louis NO 63141 ,..e. aia-»432-0500 RED INSITUFORM TECHNOLOGIES, INC. P.O. eOX 41629 JACKSONVILLE, FL 32203-1629 INSURERS AFFORDING COVERAGE INSURERN Liberty Mutual Fire Insurance INSURER 15: Liberty Insurance Co INSURER C: INSURER 0: #� INSURER E: 1/ERAGES iE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING JY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR . AY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITION$ OF SUCH REGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. :)LICIE5. AGG POLICY NUMBER DATE MWD E DATE MIDO UYIT'S TYPE OF INSURANCE EACH OCCURRENCE >I DOD OOt GENERAL UASIUTY RG2-641-004218-032 07/O1/02 07/O1/D3 FIREDAMAGE on 100 X COMMERCIAL GENERALI-MuJTY pwun') 8 100 CLAIMS MADE DCCUR PERSONAL 3 ADV INJURY 5 1 000 O O I X INDEPENDENT CONTR eaoAn saaN Po/aDKTRAe GENERAL AGGREGATE s2,0001001 X ]CCU BLKT WAIVER OF SUBRO. PRODUCTS -COMPIOPAGG $ 2 000 001 GEN'L AGGREGATE LIMIT APPLIES PER: alit Additional Insured POLICY X JEC LOC SINGLE LIMIT $, 000 , 00 AUTOMOBILE LIABILITY AS2-641-004218-022 07/01/02 07/01/03 (Eaalxdard) (Es X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ZLXT ADDITIONKL ItiO7lfFo BLKT WAIVER OF SUBRO BODILY INJURY (Per PK►D^) 9 X HIRED AUTOS BODILY INJURY (PMr acddant) = X NDN-OWNEDAUTOS PROPERTY DAMAGE 5 (Per a=40r l) AUTO ONLY - EA ACCIDENT S GARAGE LIABILITY EAAGC $ OTHER THAN ANY AUTO AUTO ONLY: AGG i EACH OCCURRENCE AGGREGATE S S EXCESS LIABILITY CLAIMS MADE OCCURED 5 6 DEDUCTIBLE i RETENTION $ W--64D-009004-442 07/01/02 07/01/03 OTH- X TORY LIMITS ER E.L. EACH ACCIDENT $ 1 000 0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 07 / 01 / 02 07 / 01 / 0 3 E.L. DISEASE - EA EMPLOYEE $1 D 00 0 3 Rc7-641-oaaz16-o12 (WI) l E.I.. DISEASE - POLICY LIMIT $ 1 OOO 0 DTHER iESCRIPTION OF OPERATIONSILOCA'110NS(VENICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Tamarac Wastewater RE: Cured -In -Place Pipe Lining repair$ to the City of ::011ection System infiltration & Inflow Project No- US01A. :ERTIFICATE HOLDER Annrl'IONAL INSURED: INSURER LETTER:.._ CANCELLATION CITY OF TAMARAC 7525 NW 88th AVENUE TAMAiZAC FL 33321-2401 7TP14A04 SHOULD ANY OF THE ABOVE DESCRIBED POLIGIU tla %:wnrr w o-- ".- -- DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -+ice W+YSM NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 6 IMPOSE. NO OBLIGATION OR LIAOILJTY OF ANY KINO UPON THE INSURER ITS AGEN' REPRESENTATIVES. �d A�+VISV ACORD 25-S (7197) IMPORTANT If the oartificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement_ A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. Fri. Feb. 14. 2003 ambest.com a 1 1 • 0 Ratings 8 Analysis . M ews Publications i Products8xrc services• {" • T1}� t . • . r • t AA 4 Insurance Resources ` *About _AM .Best 01812 - Liberty Insurance Corporation s SSEARCH Member of Liberty Mutual Insurance Companies Enter Company Name A.M. Bast #: 01812 NAIC #: 42404 or AM. Beat Number View a list of groul;L ers or the gr 's ra in co ia� ..X Best's Ratin More Search Options A q+ (Superior). M B 6 Financial S' Ca e o At ; XV ($2 billion or more) '•where in the world is "Ratings as of 211312003 4.36:41 PM E.S.T. Find our locations or purchase the complete Best's Company Report for in-depth analysis. What do think a superior ability o mtheir you RatiCate (Superior): to compare t opinion, P Send us your comments tof tic h obligations ongoing9 P.........._Y.lders. .......... ................. ...... ... .Assigned . .................. ....................... O Inlonebased On Important Notice. Best's Ratings reflect our p' a comprehensive quantitative Accessing the pages and qualitative evaluation of a company's balance sheet strength, operating performance and on ambest.com business profile. These ratings are not a warranty of an insurer's current or future ability tc constitutes the user's meet its contractual obligations. View our enter notic for a complete details. agreement to our Information collected is Companies interested in placing a Bests Security Icon on their web site to promote their via this Web site protected by our financial strength may reais er online. Rf„�vac� &I�temgrlt; Comments or concerns should be directed to 02 002 b ..... .... RIGHTS Inc.. ALL R GHTS RESERVED c A.M. Best C m any, A Copyrightby our to r r' or b means, or stored in a dot P y y y abase or retrieval be distributed in an electronic No information group, For other system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. matters refer to our &Qn.tapt j! page. ..a�vw�m:�eee.eamwr:^zn+r _ . 'rBMTQi��"1t�',87t•:.. ;�Fn `ram 1 � ambest.COM *About A.M. Best 02282 - Liberty Mutual Fire Insurance f SEARCitCW Enter Company Name or A.M. Beat Number liberty ins 29 More Search Options ",,.Where in the world is A.M. NEST? Find our locations °ry Whit db' ...;'. you thirty Senj us your darn Mont s Accessing the pages on ambest.com constitutes the user's agreement to our term��.L.g.>31a; Information collected via this Web site is protected by our �riv_a�y_.6.1;6.telnQol: Comments or concerns should be directed to our gu5tomer service group: For other matters refer to our t<.nta.cS._.u...s page. Company Member of Liberty Mutual Insurance Companies A.M. Best #: 02282 NAIC #: 23035 View a list of group members or the group's rating Best's Rating ' M E3 A+ (Superior)' Financi t Size Cat_Q ' XV ($2 billion or more) 'Ratings as of 211312003 4.36.41 PM E.S.T. or purchase the complete Best's Company Report for in-depth analysis. Rating Category (Superior): Assigned to companies that have, in our opinion, a superior ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance anc business profile. These ratings are not a warranty of an insurer's current or future ability tc meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote thei financial strength may register online. Copyright © 2002 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our J@lms of use for additional details. EXHIBIT 3A i?p Clerk of the Circuit Court and Comptroller P.O. Box 25400 • Bradenton, Florida 34206 0 (941) 749-1800 • FAX (941) 741-4082 • M(IC1C)G1t�diQfQ�Q!(►XS64�Q� www.manateecierk.com October 7, 2002 TO: Insituform Technologies, Inc. 11511 South Phillips Highway Jacksonville, FL 32256 FROM: Clerk of Circuit Court Board Records Department Trish Branch P. 0. Box 25400 Bradenton, FL 34206 RE; Addendum 2 to Agreement for Professional Services Sanitary Sewer Line Rehabilitation Approved: In open session by the Board of County Commissioners, Manatee County, Florida on October 1, 2002. cc: Board Records RBS/SGR/tb Cler/r of Cir[uif and County Couft • C/erh of Board of County Commissioners • County Comptroller Aud/tor and Recorder ADDENDUM NUMBER TWO TO AGREEMENT FOR PROFESSIONAL SERVICES SANITARY SEWER LINE REHABILITATION THIS ADDENDUM NUMBER TWO is made and entered into by and between the COUNTY OF MANATEE, a political subdivision of the State of Florida, by and through its Board of County Commissioners, with mailing address at 1112 Manatee Avenue West, Bradenton, Florida 34205, and INSITUFORM TECHNOLOGIES, INC., duly authorized to conduct business under the laws of the State of Florida, with a mailing address at 11511 South Phillips Highway, Jacksonville, Florida 32256 hereinafter referred to as the "Contractor". WHEREAS, on September 5, 2000 the parties hereto entered into an Agreement for the purpose of the Contractor providing professional services sanitary sewer line rehabilitation as provided for in this Agreement, hereinafter "the Agreement;" and WHEREAS, on August 14, 2001, Addendum Number One, incorporated an extension commencing on September 5, 2001 and terminating on September 4, 2002; and WHEREAS, pursuant to Article 3, Duration of Agreement, the Agreement may be renewed for three (3) additional periods, each of one (1) year upon mutual agreement of County and Contractor as evidenced by execution of an addendum; and WHEREAS, County has determined there is a continuing need for the services and that the Contractor has performed satisfactorily during the initial period of performance. NOW THEREFORE, for and in consideration of the mutual benefits to be derived, the parties hereto agree as follows: The County hereby extends the Agreement commencing on September 5, 2002 and terminating on September 4, 2003. 2. All other terms and conditions of the Agreement shall remain in full force and effect during the extended term. The parties hereto have caused this Addendum Number Two to Agreement for professional services sanitary sewer line rehabilitation to be fully executed, in duplicate, by their authorized representatives. WITNESS: Sign Name: `"^" Print Name Suzan G. Herrmann INSITUFORM Print Name OLOGIES, INC. layton Washburn Title: Sr. Project Executive Phone Number: (615F 742-9778 Ext 3002 Date of Execution: 9-10-02 RECOMMENDED BY MANATEE COUNTY PROJECT MANAGEMENT DEPARTMENT Janet McAfee, Director APPROVED AS TO FORMAT AND CORRECTNESS: By: R.C. "Rob" Cuthbert, C.P.M. Purchasing Manager APPROVED, with a quorum present and voting this_IL day of ,2002. ATTEST: R. B. SH( _,Z COUNTY MANATEE, FLORIDA by its BOARD 0 OUNTY COMMISSIONERS By. it Court y ein, Chairman Oa .. Clerk of the Clrtult Court and Comptroller U P.O. box 25400 • 6radenron, Florida 34206 • 1941 J 749 1600 •FAX 1941 J 741-4087 • www.clerkofcourrs.cam September 7, 2000 Insituform Technologies, Inc. 11511 South Phillips Highway Jacksonville, FL 32256 Gentlemen: Enclosed for your records is an executed Agreement approved by the Board of County Commissioners in open session on September 5, 2000. Sincerely, R. B. Shore By: san G . 1�omine , D.C. RBS:sgr/klc Enclosure CC: Board Records :;eri% of _lrcu,'r gr., rjunry CJur: a wler;f of Ecard of Counry Ccmmissloners 0 Counry Comprroller, Audlror and Recorder AGREEMENT PROFESSIONAL SERVICES FOR SANITARY SEWER LINE REHABILITATION THIS AGREEMENT is made and entered into by and between the COUNTY OF MANATEE, a political subdivision of the State of Florida, hereinafter referred to as the "County," with offices located at 1112 Manatee Avenue West, Bradenton, Florida, 34205-7804, and INSITUFORM TECHNOLOGIES, INC., hereinafter referred to as "the Contractor," duly authorized to conduct business in the State of Florida, with offices located at 11511 South Phillips Highway, Jacksonville, FL 32256. WHEREAS, the County has determined that it is necessary, expedient and in the best interest of the County to retain, obtain or employ the Contractor to render and perform professional services in the manner set forth in this Agreement; and WHEREAS, the County caused a public announcement to be made, distributed and published, requesting proposal (RFP 900-6019FL), dated March 3, 2000 for the selection of a provider of professional services in the manner set forth in this Agreement, and WHEREAS, the Contractor has submitted a proposal, the County conducted a competitive selection procedure in accordance with the Countys Purchasing Code Manatee County Ordinance 99-37; and WHEREAS, the Manatee County Comprehensive Plan and the Environmental Protection Agency 201 Facilities Plan require the County to provide an acceptable regional sanitary sewer system. WITNESSETH For and in consideration of the foregoing premises and the mutual covenants herein contained, it is agreed by and between the parties hereto as follows: ARTICLE 1. SCOPE OF AGREEMENT This Agreement sets forth the general terms and conditions pursuant to which County retains Contractor to provide Manhole Rehabilitation Services, on an as required basis for Manatee County. The Scope of Services for this Agreement is described in detail in Exhibit "A," Scope of Services. ARTICLE ?. COMPENSATION A. Compensation payable to Contractor for services rendered and expenditures incurred in providing the services identified in Exhibit "A" shall be established for each written Work Assignment issued in accordance with Article 5. B. Compensation to Contractor shall be computed based on actual service units and/or hours performed times unit fee rate, plus reimbursable expenses up to the maximum compensation authorized for each Work Assignment to provide services as defined in Exhibit "A." C. The unit fee rates shall be the total compensation for the services and shall contain all costs to include salaries, office operation, transportation, equipment, overhead, general and administrative, incidental expenses, fringe benefits, operating margin and subcontractor costs. D. "Task," as used in this Agreement, refers to particular categories/groupings of services described in Exhibit "A." ARTICLE 3. INVOICES AND TIME OF PAYMENT Contractor shall provide County with an invoice which shall include all compensation due Contractor as of the date of the invoice and in accordance with the following: A. Contractor shall provide County with invoices not more frequently than once a month for each calendar month in which services are provided. B. Contractor's invoice shall be in a form acceptable to County, provide specific details with respect to actual service units and/or hours of work incurred and include other such detail as may reasonably be requested by County. C. if Contractor's service units and/or actual hours of work performed exceed the amount due based upon the percentage of each phase or task that has been completed, Contractor's invoice shall indicate the adjustment Contractor deems appropriate. County payment shall be based upon the actual percentage of each phase or task of work that has been completed as of the date the invoice is prepared. 2 D. Total compensation to Contractor for services and reimbursable expenses shall not exceed the amounts provided in the Work Assignment. E. The County agrees to pay the Contractor for the herein described services at a rate of compensation according to the unit rates stated in the Unit Price Schedule, Exhibit "B" attached hereto and made a part hereof and as detailed in the applicable "Work Assignment," Exhibit "C." The County shall have the right to retain from any payment due the Contractor under this Agreement an amount sufficient to satisfy any amount of liquidated damages due and owing to the County by the Contractor on any other agreement between the Contractor and the County. F. Payment shall be made only after receipt and approval of goods and services. G. If any Work Assignment requires units of deliverables, then such units must be received and accepted in writing by the Contract Manager prior to payment. H. Any penalty for delay in payment shall be in accordance with the Florida Prompt Payment Act (Section 218.70, et seq., Florida Statutes). I. Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the County at all times during the period of this Agreement and for three years after final payment is made. Copies of these documents and records shall be furnished to the County upon request. Records of costs incurred include the Contractor's general accounting records and the project records, together with supporting documents and records of the Contractor and all subcontractors performing work on the project, and all other records of the Contractor and subcontractors considered necessary by the County for a proper audit of costs. 7. Except where Exhibit "A" provides that payment shall not be made until a Work Assignment or task has been completed or for payment based on actual hours of work, Contractor shall provide County with an invoice based on Contractor's good faith estimate of the percent of task completed. Contractor shall indicate on the invoice the adjustment Contractor deems to be appropriate. K. Any dispute between County and Contractor with regard to the percent of a Work Assignment or task that has been completed or Contractor's invoice shall be resolved in accordance with the provision of Article 9 of this Agreement. 3 L. Payment_ 1) County shall give Contractor prompt notice of any dispute with respect to Contractor's invoice and shall, within the time established above, remit payment for the undisputed amount to the Contractor. Final payment for any Task shall not be made until accepted in accordance with the provisions of Article 26 of this Agreement. 2) The County shall remit payment for each invoice within forty-five (45) days after the receipt of an acceptable invoice. County shall give Contractor prompt notice of any dispute with respect to Contractor's invoice and shall, within the time established above, remit payment for the undisputed amount to the Contractor. 3) The Contractor agrees to permit full and open inspection of payroll records and other expenditures in connection with all work upon the request of the County and to maintain all financial records related to this Agreement for a period of three (3) years after termination or completion of the performance of this Agreement. M. All costs of providing the scope of services described in Exhibit "A" shall be the responsibility of the Contractor. ARTICLE 3. DURATION OF AGREEMENT A. Term - a) Unless renewed or extended as provided herein, this Agreement shall remain in full force and effect for one (1) year from the date of full execution with respect to the rights and duties of County and Contractor to negotiate and authorize Work Assignments and, with respect to all Work Assignments authorized during the effective period of this Agreement, until all Work Assignments have been completed. b) This Agreement may be renewed for three (3) additional periods, each of one (1) year upon mutual agreement of County and Contractor as evidenced by execution of an addendum which shall establish adjustments in attached Exhibit "B" as authorized by Article 6. B. Commencement. The services to be rendered by the Contractor shall be commenced, subsequent to full execution of this Agreement, only upon receipt of a written "Work Assignment" in accordance with the provisions of Article 5 of this Agreement. The 0 "Work Assignment" document shall be substantially in the form of Exhibit "C," attached hereto and made a part hereof. ARTICLE 4. TERMINATION AND DEFAULT A. This Agreement may be terminated by the County in whole or in part at any time such termination is in the best interest of the County. The County also reserves the right to seek termination or cancellation of this Agreement in the event the Contractor shall be placed in either voluntary or involuntary bankruptcy. The County further reserves the right to terminate or cancel this Agreement in the event the Contractor makes an assignment for the benefit of creditors. This Agreement may be terminated by the Contractor only by mutual consent of both parties. B. If the County determines that the performance of the Contractor is not satisfactory, the County shall have the option of (1) immediately terminating the Agreement, or (2) notifying the Contractor of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time. C. If the County requires termination of this Agreement for reasons other than unsatisfactory performance of the Contractor, the County shall notify the Contractor of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. D. If this Agreement is terminated before performance is completed, the Contractor shall be paid only for that work satisfactorily performed for which costs can be substantiated. All work in progress will become the property of the County and will be promptly delivered to the County by the Contractor. E. If termination shall apply only to additional Work Assignments, County may terminate this Agreement upon delivery of written notice to the Contractor. F. Should County elect to terminate this Agreement in its entirety, Contractor shall be entitled to compensation for all services rendered or performed pursuant to any fully authorized Work Assignment through the date of termination, together with all authorized costs and expenses incurred in connection therewith provided County has given Contractor written notice ten (10) days in advance of the date of such termination and provided that services rendered and costs and expenses incurred do not exceed the maximum amount of compensation authorized for any phase of work based upon the percentage of the phase completed or, where applicable, any price established for a specific task. 0 ARTICLE 5. WORK ASSIGNMENTS Contractor shall provide services only after receipt of a written Work Assignment issued in accordance with this article and in accordance with the form provided in attached Exhibit "C." Work Assignments shall be signed by Contractor and County and shall constitute supplemental agreements entered into under the terms and conditions of this Agreement. Each Work Assignment shall establish the following: A. A title for the project and a general description of the purpose for the work. B. The maximum total compensation and reimbursable expenses that will be paid to Contractor by County upon completion of the Work Assignment. C. A clear indication of the services to be furnished for a fixed fee and the services to be furnished based upon time and charges provided, however, that where services are based upon time and charges, the Work Assignment shall establish the maximum compensation and Contractor shall not exceed the maximum compensation established for such services. D. From the services listed on attached Exhibit "A," the services to be provided under the Work Assignment, the unit price and the number of units. Any specific services based upon maximum compensation and billed based upon actual time and charges shall be clearly identified. E. The agreed to date of completion for the Work Assignment. Where identified services within a Work Assignment must be completed by a specific date prior to completion of the entire Work Assignment, such date shall be established. F. Any services that will be performed by a subcontractor or a subconsultant, the identity of the subcontractor or subconsultant, if selected, and if not selected, the methodology to be employed by Contractor in selection of subcontractor or subconsultant. G. Any additional details that may be required to describe the duties and obligations of the parties with respect to a particular Work Assignment. H. Any supplementary information, not in conflict with the provisions of this Agreement, such as technical specifications, deliverables associated with the Work Assignment or any service. L I. The identity of the person(s) who will serve as Contractor's Work Assignment Manager and the County's Project Work Assignment Manager if different from the Contract Manager and Agent identified in this Agreement. J. Where a Work Assignment calls for the preparation of plans, specifications, maps, and/or reports, these items as well as all data collected, together with summaries and charts derived therefrom, shall be considered works made for hire and shall become the property of the County without restriction or limitation on their use; and shall be made available, upon request, to the County at any time. The Contractor shall not copyright any material or product developed under this Agreement. The County shall have the right to visit for the purpose of inspecting the work of the Contractor at any time. K. All final plans, documents, reports, studies and other data prepared by the Contractor will bear the endorsement of a person in the full employ of the Contractor. L. The County will be entitled at all times to be advised, at its request, as to the status of work being done by the Contractor and of the details thereof and communication shall be maintained by the Contractor with representatives of the County. M. Extension of Work Assignments. It shall be the responsibility of the Contractor to ensure at all times that sufficient time remains in the project schedule within which to complete services on the project. In the event there have been delays which would affect the Work Assignment completion date, the Contractor shall promptly submit a written request to the County's Contract Manager which identifies the reason(s) for the delay and the amount of time related to each reason. The Contract Manager will promptly review the request and make a determination as to granting all or part of the requested extension. If the Contract Manager determines that an extension of a Work Assignment deadline is appropriate, he/she shall issue a "Letter of Extension" to the Contractor. N. The County's Contract Manager may approve Work Assignments not exceeding Twenty Five thousand ($25,000) dollars for any single Work Assignment. Any single Work Assignment in excess of Twenty Five Thousand ($25,000) dollars, including any reimbursable expenses, shall not be effective unless such Work Assignment has been approved and signed by the Board of County Commissioners. Work Assignments shall not be artificially divided to increase the delegated authority provided to County's Contract Manager. Separate Work Assignments may be required for services which may be a part of the same project and the provision of two Work Assignments for such a project shall not be considered as an enlargement of the authority delegated to the County Contract Manager. The primary responsibility for insuring compliance with the limitations of this paragraph shall be 7 the County's and the Contractor shall not be penalized or suffer any loss for its good faith performance of any Work Assignments received by Contractor and performed by Contractor as a result of County's faildre to comply with this paragraph. ARTICLE 6. NEGOTIATION OF WORK ASSIGNMENT A. For each project, grouping of substantially similar professional activities for a group of projects, feasibility studies or special projects, County shall negotiate each Work Assignment based upon estimated service units, projected by the Contractor and in accordance with the rate schedule provided in attached Exhibit "B." Compensation for each Work Assignment shall be based on actual service units performed, but in no event shall Contractor be entitled to reimbursement in excess of the amount established in a Work Assignment. County's Contract Manager may authorize, in writing, in advance, adjustments in the compensation for particular phases or tasks established in the Work Assignment provided such adjustments do not exceed the maximum compensation and reimbursable expenditures authorized by the respective political entity for the particular Work Assignment. B. If this Agreement is renewed or extended as authorized under Article 3, Contractor's rate schedule, provided in Exhibit "B" may be adjusted on the anniversary date of the execution of this Agreement using the Bureau of Labor Statistics Consumer Price Index (CPI-U), U.S-A: 1982-84 equals 100. The adjustment shall be calculated by dividing the Index on the anniversary date of the previous year's index and subtracting 1.00. If, on the anniversary date, the Index shows a change from the Index of the previous year, this percentage, not to exceed four (4%) percent annually, will be used to adjust the rates found in Exhibit "B." This adjustment shall be applicable to work under Work Assignments negotiated after the date of the rate adjustment, and shall not apply to Contractor's compensation for any previously agreed to Work Assignment unless the Work Assignment specifically authorizes such an adjustment. ARTICLE 7. COVENANTS OF THE C01MY The County hereby covenants and agrees: A. That County and Office Directors, or their designees are hereby appointed as the County Contract Managers with respect to the services to be performed by the Contractor pursuant to this Agreement. The County Contract Managers shall have the authority to transmit instructions, receive information, interpret and define the policy of the County and make decisions pertinent to services covered by this Agreement. The County Contract Managers shall have the right, from time to time, to designate such other employees of Manatee County as he desires, to serve in their E3 absence. The County reserves the right to designate a different Agent, provided that the Contractor is given written notice thereof. B. The County shall make available at no cost to the Contractor, available information relative to the project that is useful in the performance of the Scope of Services. C. The County shall give prompt notice to the Contractor whenever the County observes or otherwise becomes aware of any defect in the performance of work under this Agreement. D. The County shall give careful and reasonable consideration to the findings and recommendations of the Contractor and shall respond and issue notices to proceed in a timely manner so as not to unduly delay the Contractor's work called for by this Agreement. E. The County shall perform activities in this Article at no cost to the Contractor. ARTICLE 8. COVENANTS OF THE CONTRACTOR Contractor hereby covenants and agrees: A. That Gerald Addington, Regional Vice President, is hereby appointed as Contractor's Agent with respect to the services to be performed by the Contractor pursuant to this Agreement. The Contractor's Agent shall have the authority without limitation, to make representations on behalf of Contractor, receive information, and interpret and define the needs of Contractor and make decisions pertinent to services covered by the Agreement. Contractor's Agent shall have the right, from time to time, to designate such other employees of Contractor's as they desire, to serve in his absence. Contractor reserves the right to designate a different agent, provided that the County is given written notice thereof. B. That the Work shall be performed in accordance with the terms and conditions of this Agreement. C. That all employees assigned to render services under this Agreement shall be duly qualified, registered, licensed or certified to provide the services required. All services shall comply with such reasonable supplemental written memoranda and directives provided by the Contract Managers, which are not in conflict with this Agreement. D. That Contractor shall be responsible for collecting all existing data required for the successful completion of each Work Assignment. 9 E. That Contractor shall not knowingly engage in any contractual or professional obligations that create an appearance of a conflict of interest with respect to the service provided pursuant to this Agreement. F. The Contractor shall be entitled to rely upon that information, which may be provided them from time to time, from the County or others on behalf of the County. Contractor shall, however, call to the County's attention any errors or deficiencies noted in such information provided and assist, to the extent practicable, the County in the identification and resolution of same. Information referred to above includes, but is not limited to, transportation engineering design, constraction and additional services; consultations, investigation and reports and the like, including all other information to be provided to the Contractor by others and necessary for the execution of Contractor's work under the Agreement. The County shall, however, hold Contractor fully responsible for verifying, to the extent practicable, documents and information provided by the County and identifying its obvious deficiencies concerning documents and information provided. The Contractor agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the work performed under this Agreement. ARTICLE 9. DISPUTE RESOLUTION Disputes shall be resolved as follows: good faith negotiations by the designated agents of the parties and if not resolved by such designated agents after twenty-one (21) days, Contractor shall submit his claim, with the basis for the dispute, in writing to the Manatee County Purchasing Manager for a determination and handling in accordance with the provisions of the Manatee County Procurement Code. Any dispute resolution agreed to by County's Contract Manager or the Manatee County Purchasing Manager, constituting a material change in this Agreement will not be final until approved by the Board of County Commissioners. If such dispute involves the percentage of task completed by Contractor, County shall, as promptly as reasonably possible after resolution of such dispute, forward payment to Contractor of any amount determined to be due and owing. The services shall be performed by the Contractor to the reasonable satisfaction of the County, and all questions, difficulties and disputes of any nature whatsoever that may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder and the character, quality, amount and value thereof, which cannot be settled by mutual agreement of the parties, shall be settled by recourse to litigation under Florida law. Any such lawsuit shall be filed only in Manatee County, Florida. ARTICLE 10. PROPERTY OF THE COUNTY All reports, technical information, working data tabulation, background information, and information provided, obtained or prepared by the Contractor and equipment and supplies purchased outright pursuant to this Agreement, are the property of the County without restriction or limitation on their use and shall be made available upon request of the County at any reasonable time, including all finished and unfinished documents and other material prepared or obtained by the Contractor. The County shall have the right to use, without restriction or limitation for County government purposes and without additional charge, Contractor development software programs used in conjunction with the duties and responsibilities of Contractor under this Agreement. Except for the rights stated above, County shall not own or claim any right, title or interest in Contractor's software programs. ARTICLE 11. INDEMNIFICATION The Contractor hereby agrees to indemnify, defend, save and hold harmless the County from all costs, expenses, claims, demands, liabilities, judgments and suits of any nature whatsoever, arising out of, because of, or due to any negligent error, omission, or act of professional malpractice by the Contractor, or due to the breach of this Agreement by the Contractor, his subcontractors, agents or employees. It is specifically understood and agreed that the provisions of this Article are not intended to cover or indemnify the County for its own negligence or breach of Contract. ARTICLE 12. INSURANCE COVERAGE A. COMMERCIAL GENERAL LIABILITY. The Contractor shall have and maintain during the period of this Agreement, a commercial general liability insurance policy or policies affording minimum coverage as follows: General aggregate Products /Completed Operations aggregate ............$300,000 Personal and advertising injury ..... $300,000 Each occurrence ..... . ..... . .. $30%000 B. BUSINESS AUTO POLICY. The Contractor shall have and maintain, during the period of this Agreement, a business auto insurance policy or policies affording minimum coverage as follows: 11 Each occurrence per bodily injury and property damage liability .... $300,000 Annual aggregate (if applicable)... 3 x each occurrence limit C. WORKERS' COMPENSATION. The Contractor shall also carry and keep in force Workers' Compensation insurance as required under the applicable Workers' Compensation laws and statutes. D. CERTIFICATION OF INSLIMCE AND COPIES OF POLICIES. Certificates of Insurance in triplicate evidencing the insurance coverage specified in the four above paragraphs A., B., C., and D., shall be filed with the Purchasing Manager before operations are begun. The required certificates of insurance shall not only name the types of policy, policy number, date of expiration, amount of coverage, companies affording coverage, and also shall refer specifically to the project number and project title. Insurance shall remain in force at least one (1) year after completion and acceptance of the project by the County in the amounts and types as stated herein, including coverage for all products and services completed under this contract. ADDITIONAL INSURED: - The County of Manatee shall be specifically named as an additional insured for Commercial General Liability. If the initial insurance expires prior to the completion of operations and or services by the Contractor, renewal certificates of insurance and required copies of policies shall be furnished by the proposer and delivered to the Purchasing Manager thirty (30) days prior to the date of their expiration. ARTICLE 13. LITIGATION SERVICES The Contractor shall: A. Provide, if required by County, any personnel performing services under this Agreement to testify in any litigation proceeding. B. Upon notice by the Office of the County Attorney that litigation services are necessary, coordinate and communicate directly with the Office of the County Attorney. C. Perform litigation services as directed by the Office of the County Attorney that may include but are not limited to: 1) Predeposition, pretrial or prehearing preparation. 12 2) Preparation of court exhibits. 3) Attendance and testimony at depositions, pretrial hearings, or other court hearings. 4) Any other services deemed necessary by the assigned attorney to successfully litigate and defend the County's position in court. S) If notified by the Office of the County Attorney in writing, the Contractor agrees to provide litigation services up to and including the date of the completion of litigation at the hourly rate of the employee plus overhead, general and administrative, incidental expenses, fringe benefits and operating margin. 6) The Contractor's travel expenses will be submitted and paid in accordance with Section 112.061, Florida Statutes, provided prior approval of the travel is obtained from the County Attorney or the County Attorney's designee. 7) The Contractor shall submit monthly statements for litigation services rendered, providing detailed accounting sufficient for pre -audit and specifying services performed, the dates of the services, hours expended for each service, the name of the person who performed the service and a breakdown of approved expenses incurred with all receipts and invoices attached. 8) The Contractor acknowledges and agrees that in order for both parties herein to close their books and records, he/she will clearly state "Final Invoice" on the last billing to the County, which will indicate that all services have been performed and all charges and costs have been invoiced to the County under this Agreement. 9) The Contractor shall submit all litigation services invoices (original and one copy) to the County Attorney or the County Attorney's designee. ARTICLE 14. INFORMATION REPORTS The Contractor shall provide all information and reports required by County policies, procedures, regulations, rules, orders and/or instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor shall certify such to the County, as appropriate, and shall set forth what efforts have been made to obtain the information. 13 ARTICLE 15. WARRANTY OF UAI.IFICATIONS The Contractor warrants to hold and save the County harmless from any and all losses that may be occasioned or suffered by the County as a result of the Contractor's failure to be so certified. Failure to be so certified shall be cause for the Contractor to be found in default of this Agreement and shall be grounds for immediate unilateral cancellation of this Agreement by the County. All written reports in connection with construction services submitted to the County shall bear the signature of and be approved by a Florida state certified engineer. ARTICLE 16. LEGAL RESTRAINTS AND LIMITATIONS The Contractor acknowledges that the County, as a unit of local government and a political subdivision of the State of Florida, is subject to restraints, limitations, regulations and controls imposed or administered pursuant to numerous applicable laws, ordinances, rules and regulations of federal, state, regional and certain local governmental agencies or authorities. The Contractor agrees that all professional services rendered or performed by the Contractor pursuant to the provisions of this Agreement shall be in compliance therewith. ARTICLE 17. ASSIGNMENT AND SUBCONTRACTS It is expected that the Contractor shall have standard in-house capability to provide all the services required by this Agreement. The Contractor shall not sublet, assign or transfer any work under this Agreement to another Contractor or contractor, without the prior written consent of the County. ARTICLE 18. SOLICITATION OF CONTRACT The Contractor warrants that it has not employed or retained any company or person other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gift, contingent fee, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the County shall have the right to annul this Agreement without liability or at its discretion to deduct from the contract price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts,. or contingent fee. ARTICLE 19. NOTICES All notices, requests and authorizations provided for herein shall be in writing and shall be delivered by hand or mailed through the U.S. Mail, addressed as follows: 14 To the County: Manatee County Project Management Department 4422-A 66th Street West' Bradenton, Florida 34210 Attention: Janet McAfee (941) 792-8811 To the Contractor: Insituform Technologies, Inc. 11511 South Philips Highway Jacksonville, FL 32256 Attn: Gerald Addington (727)423-5603 ARTICLE 20. GOVERNING LAW This Agreement shall be governed by the laws of the State of Florida. Any action filed regarding this Agreement will be filed only in Manatee County, Florida. ARTICLE 21. SUBCONTRACTORS It is expected that the Contractor shall have standard in-house capability to provide all the services required by this Agreement except for the work to be performed by the subcontractors specified in Article 23, Key Personnel. However, should the Contractor find it necessary to utilize the services of additional subcontractors, the Contractor shall first obtain the written approval of the County. The Contractor shall also require each subcontractor to adhere to applicable provisions of this Agreement. The utilization of any such subcontractor by the Contractor shall not relieve the Contractor from any liability or responsibility to the County pursuant to the provisions of this Agreement or obligate the County to the payment of any compensation to the subcontractor or additional compensation to the Contractor. ARTMINATION PROCEDURES During the performance of this Agreement, the Contractor agrees as follows: A. The Contractor will not discriminate against any employee or applicant for employment because of race, creed, sex, color, national origin or age, and will take affirmative action to insure that all employees and applicants are afforded equal employment opportunities without discrimination because of race, creed, sex, color, national origin or age. Such action will be taken with reference to, but shall not be limited to, recruitment, employment, job assignment, promotion, or termination, rates of training or retraining, (including upgrading, demotion, transfer, layoff apprenticeship and on-the-job training). 15 B. No person in the United States shall, on the grounds of race, creed, sex, color, national origin or age, be excluded from participation in, be denied the proceeds of, or be subject to discrimination in the performance of this Contract. ARTICLE 23. KEY PERSONNEL The following Key personnel are hereby assigned to the project by the Contractor and shall not be removed from the project until alternate personnel acceptable to the County are approved, in writing, by the County: • Gerald Addington, Regional Vice President • Robert Boyer, Sales Representative ARTICLE 24. LEGAL QUALIFICATIONS AND ETHICAL CONSIDERATIONS The Contractor warrants that it is a regionally known and recognized construction firm, and that it is duly permitted by the laws of the State of Florida to render the services required under this Agreement, in the State of Florida. The Contractor recognizes that in rendering or performing services pursuant to the provisions of this Agreement, the Contractor is working for the residents ofManatee County, Florida, subject to public. observation, scrutiny and inquiry, and based upon said recognition the Contractor shall, in all of its relationships with the County pursuant to this Agreement, conduct itself in accordance with all of the recognized applicable ethical standards and the reasonable traditions of professional Contractors. ARTICLE 25. ACCEPTANCE When the services of the Contractor required for any project are complete, the Contractor shall notify the County in writing. Thereupon the County, within thirty (30) days, shall either provide its written acceptance or give the Contractor written notice of any unfinished or improperly performed services to be finished or corrected; if such written notice of acceptance or exception is not given within such period of time, the services shall be deemed to have been accepted by the County. However, acceptance of the work performed by the Contractor shall not be construed to be an acceptance of improper, defective or deficient work. ARTICLE 26. FORCE M J-EURE Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, revolution, civil commotion, strike, epidemic, accident, fire, flood, wind, earthquake, explosion, lack of or MI failure of transportation facilities, any law, proclamation, regulation, ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause, whether or not enumerated in this Article, is beyond the control and without the fault or negligence of the party seeking relief under this Article. ARTICLE 27. MISCELLANEOUS A. The Contractor and the County agree that the Contractor, its employees, and subcontractors are not employees or agents of the County as a result of this Agreement or in the performance of any duties pursuant to this Agreement. B. All words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders. C. This Agreement embodies the whole agreement of the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this Agreement shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties hereto. D. It is understood and agreed by the parties hereto that if any part, term or provision of this Agreement is, by the courts held to be illegal or in conflict with any law, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular part, term or provision held to be invalid. E. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. It is further agreed that venue for any legal or equitable action arising from or related to this Agreement shall be in Manatee County, Florida. F. The following Exhibits are attached hereto and made a part hereof: 1. Exhibit "A": Scope of Services 2. Exhibit "B": Fee Rate Schedule 3. Exhibit "C": Sample "Work Assignment" 4. Exhibit "D": Insurance Certificate 17 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed, in duplicate, by their authorized representatives. WITNESSES: Sign Name: Print Name: Richard T. Howton Sign Name: c Print Name: Ca ro I yn L. McCu I l e r s Recommended By: Sign: w......� %Z' �✓ Janet McAfee, Director Project Management Department P. INSIT ORM TECHNOLOGISIC.r :: _. Print Name: Geral d d Add i nq t on Title: Regional Vice President Phone Number: 904--292-3171 Approved-", Format and Correctness Sign: — 0� �_ R. C. Cuthbert, C.P.M. Purchasing Division C� APPROVED, with a quorum presented and voting this day of 2000. o 5�'Q' ' Attest: R. "Chips" Shore Clerk of the Circuit Court `E l "COUNTY" COUNTY OF MANATEE, a political sub- division of the State of Florida Sign Stan Stephens, Chairman Board of County Commissioners EXHIBIT "A" SCOPE OF SERVICES 1. The Contractor shall provide the necessary personnel, material, equipment, supplies, transportation and services to do all things necessary to provide rehabilitation and trenchless reconstruction of portiodnegr of o d sewer and storm lines and manholes wetwell and located ounty's sewer system, as deemed necessary by the County. The system includes unted throughout the County. 2. The Contractor shall provide any combination of the following applications in meeting the County's requirements stated in this Scope of Services: a. Method 1 - Cured -In -Place -Pipe (CIPP) - Reconstruction of existing pipe via inserting resin -impregnated flexible felt/fiberglass tube into the existing pipe, cured by external heat source. 3. General Requirements for sanitary sewer line rehabilitation are as follows: a. The Contractor shall provide trenchless reconstruction of service laterals, main line sewers and storm sewers. The Contractor shall have the capability of performing County selected services which include televised inspection, data collection, system flow analysis, pipeline reconstruction. b. 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. C. The Contractor shall perform all work and shall be a licensed Contractor for these services. d. The Contractor shall provide services that include traffic control, safety measures for both the public and workers and shall coordinate all scheduling with the County. e. The Contractor shall provide an introductory and organizational seminar regarding its services after award to selected County representatives. f. The Contractor shall work with the County in establishing priorities and in preparing work assignments. g. The Contractor shall be completely responsible for the control of 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 County staff from the exposure to harmful or hazardous substances within the sewer system. h. The Contractor shall be responsible for the disposal of all waste materials and shall transport waste materials to the nearest Manatee County Wastewater Treatment Plant for processing. County 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. The Contractor shall be responsible for conforming to any and all requirements regarding hauling and disposal of sewer wastes from each County work site in accordance with OSHA, regulations and those that may be mandated by the Federal or State Governments. j. The Contractor shall ensure that all waste material transporters possess all required local, state and federal transportation permits and that they comply with all local, state and federal 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 time. k. The Contractor shall prepare a report of each TV inspection and analysis, as required by the County, to be submitted to the County. The County shall then make the scope of work determination. 1. The Contractor shall mobilize and be on site within a maximum of twenty-one (21) calendar days after issuance of each work assignment by the County, unless otherwise agreed to by the County Contract Manager or in the case of an emergency. In the case of emergency, the Contractor shall respond within 24 hours of telephone notification to be followed by issuance of a written work assignment. M. The Contractor shall inform the County of its planned work schedules and shall afford the County reasonable opportunity to observe and inspect the Contractors work in process. The County 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. 2 /A EXHIBIT "B" FEE RATE SCHEDULE Sanitary Sewer Line Rehabilitation - Method 1 1. Trenchless Pipe Reconstruction System - CIPP (Cured -In -Place -Pipe) a. Sanitary Sewer Mains 8 " Diameter 6.0 m m Normal Thickness (.236) 3� 2.00 per if b_ Sanitary Sewer Mains 10" Diameter 6.0 mm Normal Thickness (.236) 3S 4�00 ..per if 7.5 mm Normal Thickness (.295) 3� 6.00 --per if C. Sanitary Sewer Mains 12" Diameter 6.0 mm Normal Thickness (.236) 3�8QO-per if 7.5 mNormal Thickness (.295) 40� OO per if m d. Sanitary Sewer Mains 15" Diameter 6.0 mm Normal Thickness (.236)14,8.00 per if 7.5 mm Normal Thickness (.295) 0�00 per if 9.0 mm Normal Thickness (.354) 5$ 2•�0 per if e. Sanitary Sewer Mains 18" Diameter 6.0 mm Normal Thickness (.236) 6§0.00 per if 7.5 mm Normal Thickness (.295) 6 .00 per if 14. 9.0 mm Normal Thickness (.354) 6_per if 10.5mm Normal Thickness (.413) $66.00 - per if f Sanitary Sewer Mains 21" Diameter 6.0 mm Normal Thickness (.236) 78$�00 ver if 7.5 mm Normal Thickness (_295) 8$ 0.0.0 per if 9.0 mm Normal Thickness (.354) 8$ 2.00 per if 10.5mm Normal Thickness (.413) 8� 4.00 ._per if 12.0rrm Normal Thickness (.472) 8� 6.00 per if g. Sanitary Sewer Mains 24" Diameter er If 9.0 mm Normal Thickness (.354) per if 10.5mm Normal Thickness (.413) 100.00 per if 12.0mm Normal Thickness (.472) 10� pp er if 13.5mm Normal Thickness (.531) 106.00 per if 15.0mm Normal Thickness (.591) 1196.0 --p 1 h. Sanitary Sewer Mains 27" Diameter 9.0 mm Normal Thickness (.354) 10.5mm Normal Thickness (.413) 12.0mm Normal Thickness (.472) 13.5mm Normal Thickness (.531) 15.0mm Normal Thickness (.591) Sanitary Sewer Mains 30" Diameter 9.0 mm Normal Thickness (.354) 10.5mm Normal Thickness (.413) 12.0mm Normal Thickness (.472) 13.5mm Normal Thickness (.531) 15.0mm Normal Thickness (.591) Sanitary Sewer Mains 36" Diameter 10.5mm Normal Thickness (.413) 12.Omm Normal Thickness (.472) 13.3mm Normal Thickness (.531) 15.0mm Normal Thickness (.591) 16.5mm Normal Thickness (.650) 18.0mm Normal Thickness (.709) 2. Ancillary Services F'q la By -Passing Pumping 8" Sewer Flow 10" Sewer Flow 12" Sewer Flow 15" Sewer Flow 18" Sewer Flow 20" Sewer Flow 24" Sewer Flow 30" Sewer Flow 36" Sewer Flow By -Passing Pumping Pump Set Up 4" Pump 6" Pump V" Pump 10" Pump 12" Pump 2 8" - 36" Diameters 98.000�per if 10�0 000^per if 10� 3.00 per if 107.00 per if 110.00 per if $110.00 per if 11$ 5.00 - per if 12$0.00 ^per if $125.00 per if 111Q.00 per if 5125.00 per if 13�O.Q per if 1$ 3 05.00_per if 5140.00 per if $145.00 per if $150.00 per if $1 00 per if 1$ .00 per if $2.00 per if 3.0� 0 __per if 4.0$ 0 _per if 8$ 00 per if 10. 0 per if 1j 7.QO per if 20� Q0 -per if _P per ea _ha -per ea _ha_per ea _ha -per ea _ha -per ea 0 C. Pump Operation (per hour per pump) per hour a„ Pump ,NP 1yP _ per hour 6„ Pump IV hour all Pump 10" Pump tT ,per hour 12" Pump -g _ per hour d. Mobilization $1,509.00 lump sum c. Standard Service Reconnection per ea f. Trenchless Lateral Reconstruction System 00 00 per ea Service Reconstruction up to 30 Linear Feet �,?„$,^per Additional Footage �8 0 1f Additional for Stack Service MO-0 per ea Clean -Out Installation, grassed area 5800.00 per ea Service with Pressure Grouting $350.OQ_per ea g, Easement access, additional 53.09�er if C- 12" diameter 7 12" diameter 55.00 Der if h. 131ind Shot Set Up $2 5�_Per ea i, Traffic Control 15� Q0 _-per hr Flagman, each Arrow Soard, each $1tiQ-� -�-peT day Barricades, Each Wiper day Lane Dividers, each Wiper day Explanation of Terms 1. Pricing for items is based on a minimum order of $ 10,000. 2. Trenchless Pipe Reconstruction System, Sanitary Mains, refers to the installation of a resin impregnated, cured -in -place pipe by external heat source within the existing sewer main- s. By -Pass Pumping, refers to the bypassing of existing flows as needed during TV Inspection, cleaning or pipe Reconstruction. 4. Mobilization refers oethe trvel charges incd from the nearest base foperations.ntransporting ra o�g equipment and personnel to the �11 5. Service reconnection refers to the reinstatement of the house service connection of the sewer main after the installation of the Trenchless Pipe Reconnection System. This is accomplished from within the sewer main via a remote controlled cutting device. 6. Service Lateral Inspection and Preparation for Reconstruction refers to the reinstatement of a house service connection to the sewer main after the installation of the Trenchless Pipe Reconstruction System. In addition the service lateral TV Inspection and the connection surface is prepared for the installation of the Trenchless. Lateral Reconstruction System. 7. Trenchless Lateral Reconstruction refers to installation of a resin impregnated cured - in -place lateral within the existing lateral extending from the sewer main connection to a previously installed clean -out. 8. Service Reconstruction up to 30 Linear Feet refers to the lateral reconstruction via the above system for a base footage of 30 linear feet. 9. Additional footage refers to the additional footage of lateral reconstruction beyond the 30 linear feet included in the base price. 10. Additional for stack service refers to an additional charge incurred when reconstructing a service lateral in the stack or vertical configuration. 11. Clean -out installation refers to the installation of a lateral clean -out at a predetermined point. Price is based on installation at a shallow depth and within a grassed area. 12. Trenchless Lateral Reconstruction System is dependent upon the results of the internal inspection. Factors such as the lateral condition and alignment may prohibit the reconstruction. In this case a charge for the service lateral inspection and preparation for reconstruction will apply. 13. Easement access refers to the additional charge incurred when working within easements between property boundaries. 14. Blind shots refer to the additional charge incurred when terminating a section of Trenchless Pipe Reconstruction outside a manhole or similar structure. 15. Traffic Control refers to the additional charge incurred for placing traffic control personnel or devices in areas deemed unsafe. This does not cover the placement of standard traffic cones, which is included in the price for Trenchless Pipe Reconstruction. 4 OQ610AL' Request For Proposal #00-6009FL Sanitary Sewer Line And Manhole Rehabilitation To: Manatee County Purchasing 1112 Manatee Avenue West 8Ih Floor Bradenton, FL 34206 From: Insituform Technologies, Inc. 11511 S. Philips Highway Jacksonville, FL 32266 Phone 800-421-9352 Due: April 20, 2000 At 4:00pm Inshwform 7khnoZ S; Ina Manatee County Florida Request For Proposal #00-6009FL To Whom It May Concern: insituform Technologies, Incorporated is pleased to respond to the above Request For Proposal (RFP) for CIPP Sewer Line Repairs. We are a worldwide organization, offering inspection, evaluation and rehabilitation of sanitary sewer infrastructure. On a local basis, we are positioned and staffed to respond to service agreements such as proposed in your request. Insituform is a world leader in "trenchless technology" and offers a wide variety of products designed solely for long-term infrastructure rehabilitation. The products included in our proposal are: Insituform, a cured -in -place pipe technology, is available in all diameter ranges and can be designed for practically any existing pipe condition. Insituform has been available since 1971 and has been installed in over 240 million linear feet of sanitary, storm and industrial sewers. Insituform's Florida Region was incorporated in 1981 and has been a leader in the development of the trenchless technology market in the Southeast. We have installed over 3.2 million linear feet of trenchless pipe. In 1995 we were merged into insitufonn Technologies, the original founder of Insituform, and now we are part of a worldwide organization dedicated to serving the trenchless technology market. Although we are part of a much larger organization, our approach to business has not changed and that is, to respond to the needs of our clients throughout the Florida region. Service agreements such as this one have been a cornerstone of our business development over the years and we are committed to providing both the emergency and long-term response as required by agreements of this type. We sincerely appreciate the opportunity to respond and hope that you find our qualifications and expertise to meet your requirements. If you have any questions or concerns, we would welcome the opportunity to discuss them at your convenience. Respectfully yours, Robert F. Boyer Insituform Technologies, Inc. PROPOSAL SIGNATURE FORM RFP # 00-6009FL y rpZrvl �� UO(-]el'ESt Mailing Address: Firm Name ($cep_ — 3 - 8 3bZ — Telephone Number 3 ACt1,s o00l1 ,�,...o►z,�� 3� City, State, Zip Code The undersigned attests to his (her, their) authority to submit this proposal and to bind the firm herein named to perform as per agreement. If the firm is selected by the County the undersigned certifies that he/she will negotiate in good faith to establish an agreement to provide sanitary sewer line and manhole rehabilitation services according to 7irements of this RFP # 00-d 9FL. Signature Witn s Si ture Date: 4 -zo— ZooO DAte —L aC— iZ`I r 1 V.O�Z�ld6.0 �St�rJ.) Name and Title of Above Signer Name and Title of Above Signer Address of any branch office proposed to service Manatee County other than above Name and Title of Firm's Representative for Manatee County Telephone Number of Firm's Representative for Manatee County b�-D s �-O Avg -2- jb MW i::\USER\MC1084\WPDOCS\006009fl.rfp.wpd 15 March 1.2000 (10:23AM) MANATEE COUNTY GOVERNMENT FINANCIAL MANAGEMENT DEPARTMENT, PURCHASING DIVISION "TO SERVE WITH EXCELLENCE" March 14, 2000 TO: All Interested Proposers SUBJECT: Request For Proposal # 00-6009FL Sanitary Sewer Line and Manhole Rehabilitation ADDENDUM # 1 Proposers are hereby notified that this Addendum shall be acknowledged on page 15 of the Proposal Signature Form and made a part of the above named Request for Proposal. The following items are issued to add to, modify and clarify the Request for Proposal. These items shall have the same force and effect as the original Request For Proposal. Proposals to be submitted on the specified Proposal opening date, shall conform with the additions and revisions listed herein. Page 11, Paragraph E.01, Subparagraph a and c: change flexible felt/fiberglass; to flexible fiberglass. Page 13, Paragraph E.03: add Subparagraph c to read; "Fiberglass reinforced mortar." Opening Time and Date Due shall be until 4:00 P.M., Thursday, April 6, 2000. Proposals will be received at Manatee County Purchasing Office, 1112 Manatee Avenue West, Bradenton, Florida 34205. Sincerely, aut�IFrank G.iberts�on Contract Negotiator FGL/fgl 05 1) 749-3014 FAX (941) 749-3034 MANATEE COUNTY GOVERNMENT FINANCIAL MANAGEMENT DEPARTMENT, PURCHASING DIVISION "To SERVE WITH EXCELLENCE" April 4, 2000 TO: All Interested Proposers SUBJECT: Request For Proposal # 00-6009FL Sanitary Sewer Line and Manhole Rehabilitation ADDENDUM # 2 Proposers are hereby notified that this Addendum shall be acknowledged on page 15 of the Proposal Signature Form and made a part of the above named Request for Proposal. The following items are issued to add to, modify and clarify the Request for Proposal. These items shall have the same force and effect as the original Request For Proposal. Proposals to be submitted on the specified Proposal opening date, shall conform with the additions and revisions listed herein. Open Time and Date Due for proposals has been extended to Thursday, April 20, 2000 at 4:00 P.M., same location. 2. Page 11, Subparagraph a: change flexible fiberglass; to flexible felt/fiberglass. If you have submitted a proposal prior to receiving this addendum you may request 'n writin that your original, sealed proposal be returned to your firm. All sealed proposals received will be opened on the date stated. Opening Time and Date Due shall be until 4:00 P.M., Thursday, April 20, 2000. Proposals will be received at Manatee County Purchasing Office, 1112 Manatee Avenue West, Bradenton, Florida 34205. Sincerely, Frank G. bertson Contract Negotiator FGL/fgl _ 111—* c.14Qna . RraApntnn. Florida 34205 • (941) 749-3014 • FAX (941) 749-3034 • ATTACHMENT "A" Drug Free Work Place Certification SWORN STATEMENT PURSUANT TO SECTION 3-101(7)(B), MANATEE C UNTY PROCUREMENT CODE, ON DRUG FREE WORK PLACES IRIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to the Manatee County Board of County Commissioners by tQAI-k to��CC [print individual's name and title] 2\:E:a�,4 � C� = � S\ DC �J�; for 1J51 O R l ZCJS'C) Co t E5 [print name of entity submitting sworn statement] whose business address is: II7 �� 1t-�-�� J J (L�..t 3 -V2 and (if applicable) its Federal Employer Identification Number (FEIN) is _ I'3 ' 30_ tis (If the entity has no FEIN. include the Social Security Number of the individual signing this sworn statement: .A. I understand that no person or entity shall be awarded or receive a county contract for public improvements, procurement of goods or services (including professional services) or a county lease, franchise, concession or management agreement, or shall receive a grant of county monies unless such person or entity has submitted a written certification to the County that it will provide a drug free workplace by: (1) providing a written statement to each employee notifying such employee that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance as defined by §843.02(4), Florida Statutes, as the same may be amended from time to time, in the person's or entity's work place is prohibited specifying the actions that will be taken against employees for violation of such prohibition. Such written statement shall inform employees about: (i) the dangers of drug abuse in the work place; (ii) the person's or entity's policy of maintaining a drug free environment at all its work places, including but not limited to all locations where employees perform any task relating to any portion of such contract, business transaction or grant; (iii) any available drug counseling, rehabilitation, and employee assistance programs; and (iv) the penalties that may be imposed upon employees for drug abuse violations. (2) Requiring the employee to sign a copy of such written statement to acknowledge his or her receipt of same and advice as to the specifics of such policy. Such person or entity shall retain the statements signed by its employees. Such person or entity shall also post in a prominent place at all of its work places a written statement of its policy containing the foregoing elements (i) through (iv). (3) Notifying the employee in the statement required by subsection (1) that as a condition of employment the employee will: <DRUGFREE-FRM> (i) abide by the terms of the statement; and (ii) notify the employer of any criminal drug statute conviction for a violation occurring in the work place no later than five (5) days after such a conviction. (4) Notifying the County within ten (10) days after receiving notice under subsection (3) from an employee or otherwise receiving actual notice of such conviction. (5) Imposing appropriate personnel action against such employee up to and including termination; or requiring such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. (6) Making a good faith effort to continue to maintain a drug free work place through implementation of sections (1) through (5) stated above. UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR MANATEE ;OUNTY IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO SACTIION OF ]NDERST S, O THAT ON, CONTRACT OTH, IF THBUSINESS CONTRACTING OFFICER R OR N SHALL PROVIDE COUNTY ADMINiISTRATOR 'AYMENTS, ORTERM )ETERMINES THAT: (1) Such person or entity has made false certification. (2) Such person or entity violates such certification by failing to carry out the requirements of sections (1), (2), (3), (4), (5), or (6) or subsection 3-101(7)(B); or (3) Such a number of employees of such person or entity have been convicted of violations occurring in the work place as to indicate that such person or entity has failed to make a good faith effort to provide a drug free work place as required by subsection 3-101(7)(B). [Signature] STATE OF FLORIDA��L COUNTY OF Sworn to and subscribed before me this , ?—[—)day of � L— � by Person ly known OR Produced identification Notary Public Signature [Print, type or stamp Commissioned name of Notary Public] RICHARD T. HOWTQN {� .� ' My COMMISSION / cc 64M ` � s, EvIRES: May 21. 2MI TW Namy PMW L4W@ Bars ;eft` amid [Type of identification] My commission expires n xq Z � ZCo 1 <DRt7GFREE . FRM> ATTACHMENT "B" PUBLIC CONTRACTING AND ENVIRONMENTAL CRIMES CERTIFICATION SWORN STATEMENT PURSUANT TO ARTICLE 13, MANATEE CO=pROCUREMENT CODE THIS FORM MUST BE SIGNED AND SWORN TO IN.THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1 This sworn statement is submitted to the Manatee County Board of County Commissioners by CF12AL7 1 &UP 10 600 [print individuals name and title] Z'C-310�AL- V %Lrr for 1.) CT �M"Z!�►�1 \C. tJ D t_-(�C�l G f-�c . [print name of entity submitting sworn statement] whose business address is: I I �� ` t-�► t w `� and (if applicable) its Federal Employer Identification Number (FEIN) is 13 303 1 If the entity has no FEIN, include the Social Security Number of the individual signing this sworn. statement: I understand that no person or entity shall be awarded or receive a county contract for public improvements, procurement of goods or services (including professional services) or a county lease, franchise, concession or management agreement, or shall receive a grant of county monies unless such person or entity has submitted a written certification to the County that it has not: (1) been convicted of bribery or attempting to bribe a public officer or employee of Manatee County, the State of Florida, or any other public entity, including, but not limited to the Government of the United States, any state, or any local government authority in the United States, in that officer's or employee's official capacity; or (2) been convicted of an agreement or collusion among bidders or prospective bidders in restraint of freedom of competition, by agreement to bid a fixed price, or otherwise; or (3) been convicted of a violation of an environmental law that, in the sole opinion of the County's Purchasing Director, reflects negatively upon the ability of the person or entity to conduct business in a responsible manner; or (4) made an admission of guilt of such conduct described in items (1), (2) or (3) above, which is a matter of record, but has not been prosecuted for such conduct, or has made an admission of guilt of such conduct, which is a matter of record, pursuant to formal prosecution. An admission of guilt shall be construed to include a plea of nolo contendere; or (5) where an officer, official, agent or employee of a business entity has been convicted of or has admitted guilt to any of the crimes set forth above on behalf of such and entity and pursuant to the direction or authorization of an official thereof (including the person committing the offense, if he is an official of the business entity), the business shall be chargeable with the conduct hereinabove set forth. A business entity shall be chargeable with the conduct of an affiliated entity, whether wholly owned, partially owned, or one which has common ownership or a common Board of Directors. For purposes of this Form, business entities are affiliated if, directly or indirectly, one business entity controls or has the power to control another business entity, or if an individual or group of individuals controls or has aENVCRTME.FRM> the power to control both entities. Indicia of control shall include, without limitation, interlocking management or ownership, identity of interests amount family members, shared organization of a business entity following the ineligibility of a business entity under this Article, or using substantially the same management, ownership or principles as the ineligible entity. Any person or entity who claims that this Article is inapplicable to him/her/it because a conviction or judgement has been reversed by a court of competent jurisdiction, shall prove the same with documentation satisfactory to the County's Purchasing Director. Upon presentation of such satisfactory proof, the person or entity shall be allowed to contract with the County. UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR MANATEE :OUNTY IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO JNDERSTAND THAT ANY CONTRACT OR BUSINESS TRANSACTION SHALL PROVIDE FOR SUSPENSION OF -AYMENTS, ORTERMINATION, ORBOTH, IF THE CONTRACTING OFFICER ORTHE COUNTY ADMINISTRATOR )ETERMINES THAT SUCH PERSON OR ENTITY HAS MADE FALSE CERTIFICATION. ;TATE OF FLORIDA OOD before me this [7 day of �y —G�- �AA`� ��eorn to and subscribed� \\ OR Produced identification N �` Personalk known [Type of identification] Notary public Signature r— [Print, type or stamp Commissioned name of Notary Public] My commission expires�— , ; RICHM T. HOWTON My COMMISSION t CC 649M ` EXPIRES: May 21. 2DOC„penaiter5 Bonded 11eu Notary P�Ac SIGNATORY REQUIREMENT - In the case of a business entity other than a partnership or a corporation, this affidavit shall be executed by an authorized agent of the entity. In the case of a partnership, this affidavit shall be executed by the general partner(s). In the case of a corporation, this affidavit shall be executed by the corporate president. aENVCRIME.FRM> MINIMUM QUALIFICATIONS Sanitary Sewer Rehabilitation - We have been serving this region since 1981 and thus meet the minimum experience of (5) years performing these services. Rather than document our entire history, we have elected to include documentation for the period of 1990-1999. During this period we installed over 3.2 million linear feet, within our Florida region. The documentation of this experience follows within this section. Additional documentation can be provided, if needed. A list of local references is also included that provide name, address, phone number, organization, and date of performance. Detailed Reference List Insituform is the world leader in pipe rehabilitation and we have over 240 million feet installed in the US. In the Florida West Coast area we are very active. Below is a list of some of the West Coast customers that we have worked for in the last year. A second list on the next several pages provide a comprehensive list of our customer 8t contracts for Florida during the last three years. Cust_ ormer Contact Pinellas County Highway Department Mr. Bob Warren, P. E. 2211 U. S. Hwy 19N. Highway Engineer Clearwater, Fl. 33765 (727) 464-890 Pinellas County Sanitary 14 SW. Ft. Harrison Clearwater, F133756 City of St. Petersburg 1635 3'd Ave. N. St. Petersburg, F133713 City of Pinellas Park 6051 7e Pinellas Park, Fl 34665 City of Largo 225 1" Ave. S.W. Largo, F133779 City of Clearwater 100 S. Myrtle Ave. Clearwater, Fl 33758 City of Fort Myers 2200 204 Street Ft. Myers, F133902 City of Tampa 306 E. Jackson Tampa, F133602 Manatee County 4422-A 66'h St. W. Bradenton, F134210 Mr. Wayne Koch, P. E. Senior Engineer (727) 464-3588 Past Two Years AMIDrOl. S Value Mr. Lane Longley, P. E. Public Utilities, Wastewater Manager (727)892-5612 Mr. Jim Davis Sewer Division (727) 541-0771 Mr. Rick Daquanna. Director of Environmental Services (727) 587-6713 Lisa Murrin, P. E. Publiuc Works Engineer (727) 562-4581 Al Abdo, Jr Chief of Field Operations (941) 332-6836 Jack Farris Utility Engineer (813)274-8095 Timothy Hochuli, P. E. Project Manager (941)792-8811 2.5 mil 800K 2.4 mil 1.2Mil 450 K 300K 500K. 1.5Mil 500K City of Oldsmar Bob Cyr 150K 100 a St. S. Asst. Public Works Director Oldsmar, Fl 34677 (913) 855-4211 West Florida Reference List April 4, 2000 Page 2 City of Punta Gorda 900 W. Henry St. Punta Gorda, Fl 33950 City of Lakeland 1825 Glendale Street Lakeland, it 33803 Collier County Government 3301 E. Tamiami Trail Naples, Fl 34112 Richard Keeney 80K Public Works Director (941)575-5050 Alan O'Steen 400K Supervisor Wastewater (863) 499-8277 Joseph Cheatham 250K Director Wastewater Dept. (941) 732-2579 Also, if you might be interested in visiting an ongoing job site to see how our crews work, please give us a can. We currently have eight pipe installation crews & one lateral rehab crew. Three crews are working in the Florida West Coast. Jobs that will start in the next couple of weeks( April), are: Ft. Myers, Manatee County, Collier County, St. Pete, and Pinellas County Sanitary & Storm. PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ x ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE DIAMETER Project submittal ____of _ total pages. Company Name: Iusituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: St. Petersburg Annual Location: St. Petersburg Florida Client. City of St. Petersburg Client Reference Name: Lang Lon le Client Reference Phone Number: Original Project Estimate: $592,994.00 Final Project Cost: $592,994.00 Contract Actual Completion Date: 12-30-99 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 17,441 if of 8" thru IT Construction Duration: 1-1-99 to 12-30-99 Sizes of pipe installed on this project including footage: 17441 if 8" thru 12" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY. Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ x ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE DIAMETER Project submittal --Of — total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Seacoast Utilities Area D Location: Palm Beach Gardens Florida Client: Seacoast Utilities Client Reference Name: Keith Haas Client Reference Phone Number: 561-fi27-2900 Original Project Estimate: $136,724.00 Final Project Cost: $136,724.00 Contract Actual Completion Date: 6-18-99 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 31641f Construction Duration: 6-12-99 to 6-18-99 Sizes of pipe installed on this project including footage: 3164 of 8" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE DIAMETER Project submittal __--_of — total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Seacoast Utilities Area A and C Location: Palm Beach Gardens Florida Client: Seacoast Utilities Client Reference Name: Keith Haas Client Reference Phone Number: 561-627-2900 Original Project Estimate: $441,567.00 Final Project Cost: $406,382.00 Contract Actual Completion Date: 12-19-98 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 87861f Construction Duration: 11-17-98 to 12-16-98 Sizes of pipe installed on this project including footage: 6948 of 8" ; 330 of 10" ; 987 if 12" ; 521 of 15" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ x ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE DIAMETER Project submittal --of r total pages - Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Moncrief Creek Sewer Pipe Lining Project Location: Adjacent to Moncrief Creek Client: The ]EA Client Reference Name: Kenny Crawford Client Reference Phone Number: - - 7 7 Original Project Estimate: $114,227.05 Final Project Cost: $119,339.95 Contract Actual Completion Date: 6-17-98 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 480 If 8" . 351 if 10" 12601f 12" • 212 18" Construction Duration: 5-21-98 to 6-17-98 Sizes of pipe installed on this project including footage: 8" —480 10" -- 310' ; 12601f 12' ; 2121f 18" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid'form statement for each category you are. seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ x ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE DIAMETER Project submittal 1 of 1 total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Balance of Second One -Year Renewal for the Rehabilitation of Sanitary Sewers by the resin Impregnated Felt/Cured — In -- Place Pipe Lining Method Location: Miami Beach Florida Client: City of Miami Beach Client Reference Name: John )SPaZOS Client Reference Phone Number: 305 — 673-70810 Original Project Estimate: $1,789,000.00 Final Project Cost: $1,788,870.00 Contract Actual Completion Date: 1-12-2000 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 31 5291f of 8" to 12" 19601f of 15 21 30 Construction Duration: 4-1-99 to 1-12-2000 Sizes of pipe installed on this project including footage: 26,627 if Of 8" 2331 if of 10" 2571 if of 12" 14571f of 15" 201 If 21" 3021f 30" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ x ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE DIAMETER Project submittal —of _ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Miami Beach year 3 Part A Location: Miami Beach Florida Client: City of Miami Beach Client Reference Name: John De Pazos Client Reference Phone Number: 305-673-7080 Original Project Estimate: $1,000,000.00 Final Project Cost: $996,687.00 Contract Actual Completion Date: 11-25-98 Subcontractors utilized & scope of work performed: Linear feet of pipe installed: 25,1341f 8": 676 If 10" • 21161f 12" 7101f 15" Construction Duration: 7-25-98 to 11-25-98 Sizes of pipe installed on this project including footage:: 25,1341f 8'; 6761f 10" ; 21161f 12" ; 7101f 151, __ PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are Seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ x ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category S - LARGE DIAMETER Project submittal __of _ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Golfbrook Housing Location: Golfbrook Housing Jacksonville, Florida Client: The JEA Client Reference Name: Kenny Crawford Client Reference Phone Number: -6 - 75 Original Project Estimate: 238009.75 Final Project Cost: $207,277.00 Contract Actual Completion Date: 3-25-99 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 44891f 8" 2851f 10" Construction Duration: 1-18-99 to 1-23-99 Sizes of pipe installed on this project including footage: 8' -4489 10" — 285, PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequali6caton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ x ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE -DIAMETER Project submittal _,_,_of — total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Pinellas County Sanitary Annual release 2 Location: Pinellas County Florida Client: Pinellas County Board of Commissioners Client Reference Name: Wayne Koch P.E. Client Reference Phone Number:813-4k4-3595 Original Project Estimate: $241,259.00 Final Project Cost: $241,500 Contract Actual Completion Date: 6-17-98 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 6869 Construction Duration: 4-23-98 to 6-17-98 Sizes of pipe installed on this project including footage: 8" 6869 PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] C1PP - Category B - LARGE DIAMETER Project submittal ___of _ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: McGregor Trunk Sewer Reconstruction Location:: McGregor St. Jacksonville Florida Client: The ]EA Client Reference Name: KeMy Crawford Client Reference Phone Number: 9 -d - 7 7 Original Project Estimate: $204,133.00 Final Project Cost: $2000664.96 Contract Actual Completion Date: 4-15-99 Subcontractors utilized & scope of work performed: ALTI Clean andTV Linear feet of pipe installed: 29881f of 15" Construction Duration: 4-6-99 to 4-15-99 Sizes of pipe installed on this project including footage: 29881� 15" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] CIPP - Category B - LARGE DIAMETER Project submittal __,_of _ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Newman Street from Independent to Coastline Drive 36" Location: Jacksonville, Florida Client: The JEA Client Reference Name: Kenny Crawford Client Reference Phone Number: 904-630-37- 7 _ Original Project Estimate: $105,013.75 Final Project Cost: $104,313.75 Contract Actual Completion Date: 4-23-99 Subcontractors utilized & scope of work performed: AUI TV and Clean Linear feet of pipe installed: 3181f 36" Construction Duration: 3-13 - 99 to 4-23-99 Sizes of pipe installed on this project including footage: 318 if 36" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] CIPP - Category B - LARGE DIAMETER Project submittal _of _ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Willowbranch Trunk Sewer Location: Willowbranch Jacksonville, Florida Client: The JEA Client Reference Name: Kenny Crawford Client Reference Phone Number: 04- 0-3 - 7 Original Project Estimate: $238,465.21 Final Project Cost: $199,068.91 Contract Actual Completion Date: 2-23-99 Subcontractors utilized & scope of work performed: AM TV and Clean Linear feet of pipe installed: 9541f of 15"• 1315 if 18" : 1041f 24" Construction Duration: 1-30-99 to 2-23-99 Sizes of pipe installed on this project including footage: 9541f of 15"; 13151f 18" ; 1041f 24" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] CIPP - Category B - LARGE DIAMETER Project submittal —of r total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Westbrook to McQuade to Pump Station Location: Westbrook Jacksonville Florida Client: The JEA Client Reference Name: Kenny Creawford Client Reference Phone Number: 904-630-3757 Original Project Estimate: $294,251.10 Final Project Cost: $294,294.74 Contract Actual Completion Date: 3-23-99 Subcontractors utilized & scope of work performed: AUI Clean and TV Linear feet of pipe installed: 26291f 24. 77 If 20" Construction Duration: 2-16-99 to 3-23-99 Sizes of pipe installed on this project including footage: 2629 If 24; 771f 20" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] CIPP - Category B - LARGE DIAMETER Project submittal __of _ total pages. Company Name: Insituform Technologies Inc primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Brentwood Sewer Reconstruction Location:: Brentwood to Golfair St. Jacksonville Florida Client: The JEA Client Reference Name: Kenny Crawford Client Reference Phone Number:204-639-3757 Original Project Estimate: $107,737.00 Final Project Cost: $107,737.00 Contract Actual Completion Date: 4-29-99 Subcontractors utilized & scope of work performed: UI Cl an and TV Linear feet of pipe installed: 275 if 18"• 715 if 15"• 4971E 12" Construction Duration: 4-6-99 to 4-15-99 Sizes of pipe installed on this project including footage: 4971f 12" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you arc seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] CIPP - Category B - LARGE DIAMETER Project submittal —of _ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Pinellas County Southwest Area Release and Southeast Area Release Location: Pinellas County Client: Pinellas County Highway Department Client Reference Name: Bob Warren Client Reference Phone Number: 8 1 3-464-820Q Original Project Estimate: $274,000.00 Final Project Cost: $274,000.00 Contract Actual Completion Date: 7-6--99 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 1270 Construction Duration: 4-2-99 to 7-6-99 Sizes of pipe installed on this project including footage: 1001f 18" 1061f 15" ; 555 If 36' ; 6621f 24"; PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are'seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ ] CIPP - Category B - LARGE DIAMETER Project submittal _of _ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Pinellas County North Area Release and Central Area Release Location: Pinellas County Client: Pinellas County Highway Department Client Reference Name: Bob Warren Client Reference Phone Number: 13ob Wa Original Project Estimate: $282,108.00 Final Project Cost: $280,161.00 Contract Actual Completion Date: 6-18-99 Subcontractors utilized & scope of work performed: None Linear feet of pipe installed: 2242 Construction Duration: 4-2-99 to 6-18-99 Sizes of pipe installed on this project including footage: 995 if 18" 193 if 15" 1961f 21"; 10-7 if 36"; 633 if 24' ; 1181f 30" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] CIPP - Category B - LARGE DIAMETER Project submittal !of _,,,_ total pages. Company Name: Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: McGregor Trunk Sewer Reconstruction Location:: McGregor St. Jacksonville Florida Client: The JEA Client Reference Name: Kenny Crawford Client Reference Phone Number: 904-630-3757 -.- - - Original Project Estimate: $204,133.00 Final Project Cost: $200,664.96 Contract Actual Completion Date: 4-15-99 Subcontractors utilized & scope of work performed: AUI Clean and TV _ Linear feet of pipe installed: 29881f of 15" Construction Duration: 4-6-99 to 4-15-99 Sizes of pipe installed on this project including footage: 2988 if of 15" PAST PERFORMANCE - COMPANY EXPERIENCE CATEGORY: Check only one category and submit with the appropriate bid form or bid form statement for each category you are seeking prequalificaton on. It is necessary to report each of the projects completed to substantiate the previous two years of qualifying projects complete history. The use of alternate forms will result in the bid being returned. [ ] CIPP - Category A - SMALL DIAMETER [ x ] CIPP - Category B - LARGE DIAMETER Project submittal _of _ total pages. Company Name. Insituform Technologies Inc Primary Contractor. Insituform Technologies Inc Sub -Contractor (if applicable): Project Title or Description: Reconstruction of 18' and 24" Sanitary Sewer on Gulf Blvd. Location: Treasure Island Florida Client: City of Treasure Island Client Reference Name: Andrew Neff P.E. Client Reference Phone Number: 7- 4 -457 Original Project Estimate: $198,990.00 Final Project Cost: $204,565.00 Contract Actual Completion Date: 5-26-99 Subcontractors utilized & scope of work performed: J.T.V. Inc. tv and clean Linear feet of pipe installed: 2595 Construction Duration: 4-26-99 to 5-26-99 Sizes of pipe installed on this project including footage: 22401f 18" and 355 if of 24" Insituform Tech Wkgies;1w BACKGROUND Insituform Southeast, Inc. (ISE) was incorporated in 1981 as a subsidiary of Insituform Southeast Corporation (ISEC). The initial business consisted of the licensed manufacture and installation of the Insituform process within the states of Alabama and Georgia. As the business grew, the original license from Insituform of North America was expanded to include South Carolina, North Carolina and Florida. The Insituform process was developed in 1971 for the purpose of pipe rehabilitation, without the need for costly and disruptive excavation. This development was actually the originator of what is known today as the "trenchless technology" market. The explosive growth of trenchless technology in the 80's created a need for additional capital for expansion within the Southeast region, and thus a public stock offering took place in 1986.This phenomenal growth within the municipal and industrial sectors prompted the offering of complimentary services or diversification. This diversification resulted in the name change of ISEC to Enviroq Corporation, a name chosen to signify our mission of being a long-term, dominant force in the business of protecting the environment by solving infrastructure problems in the water and wastewater sector. Enviroq provided a full spectrum of products and services using state-of-the-art technology, delivered by a professional organisation. The Enviroq family of companies included ISE, NuPipe Southeast and Enviroq Services, each of which was a licensed general contractor - serving clients throughout the Southeast. Some of the services provided included; pipe inspection and assessment, pipe rehabilitation, and manhole/wetwell rehabilitation. In 1995 Enviroq was merged into Insituform� heast1Regianerica �af Insituform Technrm ologies. Inc., and what was previously Enviroq formed We are now operating fully under the name Insituform Technologies Inc. In 1997 the State of Florida was formed as a separate Region to better serve our customers. We have 79 employees located in three operations centers (Jacksonville, Tampa and Miami) with Jacksonville as our home office . Included within this section is the latest annual report of Insituform Technologies STATEMENT OF QUALIFICATIONS Insituform Technologies, Inc. has over 25 years of experience offering services such as described in this Request For Proposal. For the past 20 years much of our experience was derived from service type agreements, which require not only a full range of expertise, but the capability to deliver on short notice. Insituform Technologies is an international company and in North America alone we have over 60 inversion crews. We have the experience, trained crews, equipment and engineering expertise necessary to solve your most difficult pipe problems. For detailed references please refer to the Minimum Qualifications section. The following is a summary of our qualifications, with regard to specific areas of interest. SANITARY SEWER REHABILITATION - We have over 20 years of experience in the rehabilitation of main line sanitary sewers. These have ranged in size from 4"- 84" and include clearing, inspection, bypassing and rehabilitation. We are fully equipped to install larger sizes if needed. As well, we are very capable of lining force mains with specific designed products for that purpose. STORM SEWER REHABILITATION - Storm sewer rehabilitation has been a part of our business since 1982, when the first installation was completed on a 36" storm sewer in Jacksonville. Since then we have installed in sixes ranging from 12"-84" and include cleaning, inspection and rehabilitation. The capability exist for larger size installations if needed. TV INSPECTION AND CLEANING Services such as pipe clearing and inspection have been an integral part of our business since the beginning. We perform this service primarily in house, to service our rehabilitation business, and also as an independent service for our clients. We are fully equipped to offer this service and employ the latest state-of-the-art equipment. SERVICE LATERAL REHABILITATION - We were instrumental in the development of methods and apparatus for the rehabilitation of service laterals. This service has been offered since 1988. Several papers have been written, which document our process and the success we have had in reducing infiltration/inflow via service lateral rehabilitation. rate -.4' Bepartment of Otate I certify from the records of this office that INSITUFORM TECHNOLOGIES, INC., is a corporation organized under the laws of Delaware, authorized to transact business in the State of Florida, qualified on May 15, 1998. The document number of this corporation is F98000002782. I further certify that said corporation has paid all fees and penalties due this office through December 31, 1998, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capitol, this the Twenty-second day of February, 1999 J( �_kcj,ar7i5 �,ath�rixt� �arr%s �errrtaru of . # #-C CR2E022 (1-99) STATE OF FLORIDA ' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONS7960TARLINGTON EXTRY PRESSWAYBOARD 21 SUITE 300 JACKSONVILLE FL 32211-7467 ADDERHOLD, TERRY WAYNE INSITUFORM TECHNOLOGIES INC 702 SPIRIT 40 PARK DRIVE CHESTERFIELD MO 63005-1629 (904) 727-6530 STATE OF FLORIDA AC# 5477 DEPARTMENT OF BUSINESS At PROFESSIONAL REGULATION CG—0O23963 02/16/1997 9602, CERTIFIED...GENERAL CONTRACTOR ADDERHOLD, .:TERRY WAYNE: INSITUFORM TECHNOLOGIES,,.INC',. IS CERTIFIED under the provisions of Ch. 48 Expiration Date: AUG 311 2000 DETACH HERE477341 - m STATE OF FLORIDA " DEPARTMENT QF.-BUSINESS AND PROFESSIONAL REGULATION .,CONST°INDUSTRY,;LI.CENSING BOARD. NBR iENERAL CONTRACTOR'' - AEI- ,elow • IS- CERTIFIED _-'_ -- e provisions of Cha ter 489 ` FS. m date: AUG :1, 2000 :RHOLD, TERRY WAYNE TUFORM TECHNOLOGIES INC SPIRIT 40 PARK DRIVE ;TERFIFLD MO 63005-1629 --biFPA'Rf-H'ENT- -O'F'--rBUSI NESS" ND . E.RE3 - C ONST � INDUST q'L f * r=Nsl JUHIUL111,11:14 LICENSE NBR 1/1999 90 113!7,29, 15966 Ctj —0056972 N,,DERGROUND UTI& EXCAVATION CONTRACTOR ie S OF&R SpTeUTILITY w ED provisions r489 'o"n Pd'a FS. t a: AUG 31, 2000 j" 71.4 -p r, TIM J ETUFORM TECHNOLOGIES INC it PHILLIPS HWY SOUTH kSONVILLE FL 32256 CYNTHIA A. HEN ER: ES BUSH OVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY elveda 4/ 4/ O 14:14; 635 530 8701 -r INSITUFORM; Page 1 (�001 /00 13:57 FAX 636 530 8701 IN5ITUFORM TECHNOLOGIES State of Delaware pAM " Office of the Secretary of State I, EDwARD J. FREEL, SECRETARY OF.STATE OF THE STATE OF DEM"ARE, DO HEREBY CERTIFY "INSITt3FORM TECHNOLOGIES, IS r±TJLY INCORPORATED LTNDER THE LASS OF THE STATE OF DELAWARE AND IS rb'* :wr41[Tx- E E]CI9 TENCE 80 FAR AS IN GOOD STANDINGS t A^LE( �� �� `�t. �•� " • „ i& t TH DAY OF aAMXRRY , THE RECORDS or,HI,�C'x'StIOR; r 1 � b iI� yApA{' T.T�• r r . A.D. 2000 �4k •1� •Y3 'x"' ,. rY DOS yBY �r'C7rRTiR GE IE'Y THAT ,TiIE S AY+, REPORTS HAVE BEEN FILEDr T DATE �� •• ' ' ' `s �'k - THER C:�k�`riS,� 'J,'�+ HE FPANC93:SL" . TA=S A-' A3dD Y DO HE ot U i ��IM v• 7; tJ HAVE BEEN PAID TO:,D9�r':`mf�� �': i ' '•�', \. ►� ,' I T ' ti'•• 1 '� . Ir � ''lip �.+•4 � ' '' .: 1 , � Edward J. Free ,Secretary of State 0191415 0869565 8300 AUTHENI"ICA'IION: 01-05 - O 0 001006085 DATE: STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION (904) 727-6530 CONST INDUSTRY LICENSING BOARD 7960 ARLINGTON EXPRESSWAY SUITE 300 JACKSONVILLE FL 32211-7467 ISITUFORM TECHNOLOGIES INC i)2 SPIRT ESTERFIO PARK DRMOE ELD63005 DETACH HERS STATE OF FLORIDA AC# 556797 DPROFESSIONAL REGULATIONND PROFESS QB—0011131 06/09./11.9,99 989028 QUALIFIED BUSINESS ORGANIZATIO INSITUFORM TECHNOLOGIES INC.,. (NOT A LICENSE TO PERFORM WORK YTLHACOMPANY TO-DO BUSINESS S A LICENSED QUALIFIER-), IS QUALIFIED under the provisions of Ch, 4139 Expiration Date: AUG 31, 2001 -STATE OF FLORIDA .7 7 2 OF BUSTNESS'AND�PROFESSIONAL REGULATION DEPARTMEW.T CONST .INDUSTRY..LICENSING BOARD � LIGENSE NBR r �.y 1ST MESS,Of owe =�TS~( UAt`-FIEZ FS.=; provis�ans of Gh 3t1 r ` 2B01€ } date: AU THIS ALLOWS 3 IS NOT A LICENE TOLPRFYEIF IT HASKA QUALIFIER,) THE NNY TO DO BUSINESS TUFORM TECHNOLOGIES INC ;PIRIT 40 PARK DRIVE TERFIELD - MO.63005,`. Experience Key Personnel Principals Gerald Addington — General ManagerNice President Florida Region 25 Years plus in Management and Construction activities with General Electric. Came to Insituform in July of This Year. Four Year Degree in Chemistry from the University of Tennessee. Chuck Delaney — Operations Manager Florida Region 14 Years with Insituform Mid- America as Foreman and Superintendent. Came to Insituform Southeast in Jan of 1998. Chuck is responsible for all construction activities in the state of Florida. Steve Bruch — Project Manager Over eighteen years of experience in project management. With extensive hands on experience in aviation maintenance management, contract administration, personeel resource management, quality assurance, training development and finacial management. Steve is a recent addition to our Insituform Team. Jim Rothe — Engineer/ Estimator Has over 15 Years experience in Insituform. Responsibilities include design of Insitubes and resins. Plant Manager of the Wetout Facilities including the wetout operations. 4 Year degree in Chemical Engineering from the University of Maine. Rick How -ton -- Engineer/ Estimator 16 Years with Technologies, Inc., as Superintendent, Project Manager, Operations Manager. Now Responsible for Estimating and Engineer work for all projects. Project Management on an as need basis. Four Year degree in Civil Engineering from Georgia Tech. Doug Hawkins - Superintendent Mark has been a Superintendent for Insituform technologies for three years and has attended all of Insituform Technologies in house superintendent training courses. Mark has over 6 years of Insituform experience. For principals and officers of the Company please see the "Annual Report", page #48 GInsituform Florida Region Staff Regional Manager; Gerald Addington Operations Manager; Chuck Delaney Project Manager; Joe Spilatore Plant Operations Manager; Jim Rothe Engineer Estimator; Rick Howton Contract Administration; Susan Herrman Superintendents; Mark Dalmiuex, Tim Hart, Doug Hawkins, and Jim Brandenstien The Florida Region has 4 installation crews, consisting of 1 superintendent, a foreman and 5 technicians,l Utility Crew and 1 Grout Crews. Insituform Technologies presently has 60+ installation crews across the USA. Robert Boyer; Sales Representative Gordon Marshall; Sales Representative Ted Hotchkiss; Sales Representative Insituform TechmgkWies; Ina Executive Summary TEAM MEMBERS - The proposed team members are as follows: Mr. Gerald Addington, Florida Regional Manager Mr. Chuck Delaney, Florida Operations Manager Mr. Bob Boyer, Program Manager Mr. Doug Hawkins, Insituform Project Manager Mr. Jim Rothe, Plant Operations Manager Mr. Rick Howton, Engineer Estimator Mr. Steve Bruck, Project Manager STATEMENT OF APPROACH - Mr. Steve Bruch will serve as the Project Manager for this Request For Proposal, as well as for the subsequent agreement. Mr. Boyer and the above individuals will comprise our Team for the execution of the scope of work described by this proposal. Upon issuance of a notice to proceed, Mr. Steve Bruch will then co-ordinate a meeting between the key personnel from the County and our Team. This will serve to establish lines of communications for the implementation and execution of work orders released by the County Mr. Bruch will then work with the various County representatives to establish priorities and prepare the first releases of work. This release of work and all subsequent releases will be confirmed in writing and approved by the prior to starting work. Our crews will finish all work - released prior to de -mobilisation. The work will be performed as directed and billed to the County on a periodic basis. We offer the advantage of using Insituform to solve your pipe reconstruction needs. This gives the opportunity for maximum cost savings as well as a fifty year design life product. SCOPE OF SERVICES 1. CURED -IN -PLACE -PIPE - The Insituform process will be utilised for this category of work. insituform is a no -dig, no -disruption technology that provides a permanent, structurally sound, cost-effective solution. Complete specifications can be found in the Specification section. The key features are as follows: A. Design - Insituform can be designed for both partially and fully deteriorated conditions, sections missing, ovality and transition of sizes. Design will be in accordance with ASTM F-1216. B. Materials - Insituform is comprised of polyester felt tube (Insitutube), which is saturated with a specially formulated polyester resin. The Insitutube is manufactured by Insituform Technologies in accordance with strict in-house specifications and within an ISO certified manufacturing facility. C. Features I. Totally Trenchless - No Dig 2. wick - Nondisruptive 3. Jointless - Stops infiltration/ex'iltration 4. Smooth - Increases flow capacity 5. Structural - 50 year design life D. Service Reconnection - Services are reinstated within the day, via remote controlled cutting device. E. inspection -"Video post -installation available, as well as hydrostatic and sample testing if required. F. warranty - All products and services are warranted for a period of one year. SPECIFICATIONS FOR CURED -IN -PLACE PIPE CIPP 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 which is formed to the original conduit by use of a hydrostatic head. The resin is cured using hot water under hydrostatic pressure within the tube. The Cured -In -Place Pipe (CIPP) will be continuous and tight fitting. The work shall be completed within ( ) calendar days from the "Notice to Proceed". 2. REFERENCED DOCUMENTS 2.1 This specification references ASTM F1216 (Rehabilitation of pipelines by the inversion and curing of a resin -impregnated tube), ASTM F1743 (Rehabilitation of pipelines by pulled -in -place installation of a cured -in -place thermosetting resin pipe), and ASTM D790 (Test methods for flexural properties of unreinforced plastics) which are made a part hereof by such reference and shall be the latest edition and revision thereof In case of conflicting requirements between this specification and these referenced documents, this specification will govern. 3. PRODUCT, MANUFACTURER/INSTALLER QUALIFICATION REQUIREMENTS 3.1 Since sewer products are intended to have a 50 year design life, and in order to minimize the Owner's risk, only proven products with substantial successful long term track records will be approved. All trenchless rehabilitation products and installers must be pre -approved prior to the formal opening of proposals. Products and Installers seeking approval must meet all of the following criteria to be deemed Commercially Acceptable: 3.1.1 For a Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole -to -manhole line sections of successful wastewater collection system installations in the U. S. must be documented to the satisfaction of the Owner to assure commercial viability. In addition, at least 50,000 linear feet of the product shall have been in successful service within the State for a minimum of five years. 3.1.2 For an Installer to be considered as Commercially Proven, the Installer must satisfy all insurance, financial, and bonding requirements of the Owner, and must have had at least 5 (five) years active experience in the commercial installation of the product bid. In addition, the Installer must have successfully installed at least 50,000 feet of the product bid in wastewater collection systems. Acceptable documentation of these minimum installations must be submitted to the Owner. 3.1.3 Sewer rehabilitation products submitted for approval must provide Third Party Test Results supporting the long term performance and structural strength of the product and such data shall be satisfactory to the Owner. Test samples shall be prepared so as to simulate installation methods and trauma of the product. No product will be approved without independent third parry testing verification. 3.1.4 Both the rehabilitation manufacturing and installation processes shall operate under a quality management system which is third -party certified to ISO 9000 or other internationally recognized organization standards. Proof of certification shall be required for approval. 3.1.5 Proposals must be labeled clearly on the outside of the proposal envelope, listing the product name and installer being proposed. Only proposals using pre - approved products andinstallers that have not beens will be opened �pre approved will be d read. Proposals submitted products and/or from unopened. Documentation for products and installers seeking pre -approved status must be submitted no less than 2 weeks prior to proposal due date to allow time for adequate consideration. The Owner will advise of acceptance or rejection a minimum of three days prior to the due date. All required submittals must be satisfactory to the Owner. MATERIALS 4.1 Tube - The sewn Tube shall consist of one or more layers of absorbent non -woven felt fabric and meet the requirements of ASTM F1216 or ASTM F1743, Section 5. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. 4.1.1 The wetout Tube shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. 4.1.2 The Tube shall be sewn to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. Overlapped layers of felt in longitudinal seams that cause lumps in the final product shall not be utilized. 4.1.3 The outside layer of the Tube (before wetout) shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate monitoring of resin saturation during the resin impregnation (wetout) procedure. 4.1.4 The Tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layers. No material shall be included in the Tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. 4.1.5 The wall color of the interior pipe surface of CIPP nth closed con shallircuit be a ligt nhnspection reflective color so that a clear detailed examination equipment may be made. 4.1.6 Seams in the Tube shall be stronger than the unseamed felt. 4.1.7 The outside of the Tube shall be marked Sha115 include the Mregular anufacturers along nameits or entire length not to exceed 5 ft. Suchmarkings identifying symbol. The tubes must be manufactured in the USA 4.2 Resin - The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM F1216 and ASTM F1743, the physical properties herein, and those which are to be utilized in the Design of the. CIPP for this project. The resin shall produce CIPP which will comply with the structural and chemical resistance requirements of this specification. S. STRUCTURAL REQUIREMENTS 5.1 The CIPP shall be designed as per ASTM F1216, Appendix X1. The CIPP design shall assume no bonding to the original pipe wall. 5.2 The Contractor must have performed long-term testing for flexural creep of the CIPP pipe material installed by his Company. Such testing results are to be used to determine the Long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing. A percentage of the instantaneous flexural modulus value (as measured by ASTM D-790 testing) will be used in design calculations for external buckling. The percentage, or the long-term creep retention value utilized, will be verified by this testing. Values in excess of 50% will not be applied unless substantiated by qualified third party test data. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test with respect to the initial flexural modulus used in Design. 5.3 The Enhancement Factor `K' to be used in `Partially Deteriorated, Design conditions shall be assigned a value of 7. Application of Enhancement (K) Factors in excess of 7 shall be substantiated through independent test data. 5.4 The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. if separation of the layers occur during testing of field samples, new samples will be cut from the work. Any reoccurrence may cause rejection of the work. 5.5 The cured pipe material (CIPP) shall conform to the structural properties, as listed below. MINIMUM PHYSICAL PROPERTIES Cured Composite Cured Composite Pro a Test Meth d Re - A TM F 216 400k Re in Modulus of Elasticity ASTM D-790 (short term) 250,000 psi 400,000 psi Flexural Stress ASTM D-790 4,500 psi 4,500 psi 5.6 The required structural CIPP wall thickness shall be based as a minimum, on the physical properties in Section 5.5 and in accordance with the Design Equations in the appendix of ASTM F 1216, and the following design parameters: 2.0 Design Safety Factor etention Factor for Long -Term Flexural Modulus to be used in Design 1% - 60° o ,s determined by Long -Term tests described in paragraph 5.2) - 2% wality* --_ See Section S.3 nhancement Factor; k Toundwater Depth (above invert)* _- ft. oil Depth (above crown)* = p oil Modulus* * 120 cf oil Density** = H2O Hi hwa ,ive Load**, lesign Condition (partially or fully deteriorated)*** Denotes information which can be provided here or in inspection video tapes or project construction Plans. Multiple line segments may require a table of values. conditions. * Denotes information required only for fully. deteriorated design alldeteriorated- Based + " on review of video logs, conditions of pipeline can be o or partiallyons �d parameters utilized in Design. (See ASTM F1216 Appendix) The Owner will be sole judgepipe ;.7 Refer to the attached Dimensional Ratio table for specific pipe section requirements, based on the pipe condition, depth, ovality, etc. as computed for the conditions shown, using ASTM F 1216 Design Equations. 5.8 Any layers of the tube that are not saturated with resin prior to.insertion into the existing pipe shall not be included in the structural CIPP wall thickness computation. 6. TESTING REQUIREMENTS 6.1 Chemical Resistance -The CIPP shall meetstine chemical allrbe of tube and resin system similar resistance requirements of to that F 1216, Appendix X2. CIPP samples for g proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. 6.2 Hydraulic Capacity - Overall, the hydraulic profile shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. 6.3 CIPP Field Samples -When requested by the Owner, the Contractor shall submit test results from field installations in the USA of the same resin system and tube materials as proposed fort in actual installation. These test results must verify that the CIPP physical properties specified Section 5.5 have been achieved in previous field applications. Samples for this project shall be made and tested as described in Section 10.1. 7. INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS nts 7.1 It shall be the responsibility of the Owner to tocate and osto these pointsnIf a streetsmusttbe hosed open and accessible for the work, and provide rights of acces to traffic because of the orientation of the sewer, O hall alswner lo providte the e free actress to ions ewater� to do thus for the mutually agreed time period. The own hydrants for cleaning, inversion and other work items requiring water. .2 Cleaning of Sewer Lines - The Contractor, when required, shall remove all internal debris out of the sewer line that will interfere with the installation of CIPP. The Owner shall also provide a dump site for all debris removed from the sewers during the cleaning operation. Unless stated otherwise, it is assumed this site will be at or near the sewage treatment facility to which the debris would have arrived in absence of the cleaning operation. Any hazardous waste material encountered during this project will be considered as a changed condition. ' or the flow of sewage around .3 Bypassing Sewage - The Contractor, when required, shall provide f the section or sections of pipe designated for repair. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Owner may require a detail of the bypass plan to be submitted. 7.4 Inspection of Pipelines - 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 Owner. 7.5 Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of CIPP. If pre -installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the inversion process, that was not evident on the pre -bid video and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner's representative prior to the commencement of the work and shall be considered as a separate pay item. 7.6 Public Notification - The Contractor shall make every effort to maintain service usage throughout the duration of the project. In the event that a service will be out of service, the maximum amount of time of no service shall be 8 hours for any property served by the sewer. A public notification program shall be implemented, and shall as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following: A. Written notice to be delivered to each home or business the day prior to the beginning of work being conducted on the section, and a local telephone number of the Contractor they can, call to discuss the project or any problems which could arise. B. Personal contact with any home or business which cannot be reconnected within the time stated in the written notice. 7.7 The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing and curing the CIPP. 8. INSTALLATION 1 CIPP installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6, with the following modifications: ll .1.1 Resin Impregnation -The quantity of resin used for allowances forgnation polymerization shrinkage andl be sufficient to fihe he volume of air voids in the tube with additional P loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube, the point of vacuum shall be no further than 25 feet from the point of initial resin introduction. After vacuum in the tube is established, a vacuum point shall be no further than 75 feet from the leading edge of the resin. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. If the Installer uses an alternate method of resin impregnation, the method must produce the same results. Any alternate resin impregnation method must be proven. 1 2 Tube Insertion —The wetout tub �ed into place, positioned power winch should be ut lised and in the pipeline using either inversion or a pull -in method p care should be exercised not to damage the tube as a result of pull -in friction. The tube should be pulled -in or inverted through an exiT to on point.approved access point and fully extend to the next designated manhole o 8.1.3 Temperature gauges shall be placed inside the tube at the invert level of each end to monitor the temperatures during the cure cycle. 8.1.4 Curing shall be accomplished by utilizing hot water under hydrostatic pressure in accordance with the manufacturer's recommended cure schedule. 9. REINSTATEMENT OF BRANCH CONNECTIONS 9.1 It is the intent of these specifications that branch connections to buildings ags bea opened camera. The hout excavation, utilizing a remote controlled cutting device, monitoredcutters plus spare key Contractor shall certify he has a minimum of 2 complete working p p components on the site before each inversion. Unless at No additional payerwise directed ment will be made for he owner or his authorized representative, all laterals will be rein excavations for the purpose of reopening connections and the Contractor will be responsible for all costs and liability associated with such excavation and restoration work. 10. INSPECTION 10.1 CIPP samples shall be prepared and physical proprtiesested in accordance tThe flexural properties m�eeF or16 or ASTM F1743, Section 8, using either method proposed. exceed the values listed in Table 1 of the applicable ASTM. 43. 10.2 Wall thickness of samples shall be determined as described inparagraph 87�%ph She designASTM MF17s as The minimum wall thickness at any point shall not be less calculated in paragraph 5.6 of this document. 10.3 Visual inspection of the CIPP shall be in accordance with ASTM F1743, Section 8.6. 11. CLEAN-UP 1.1 Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work 2. PAYMENT 2.1 Payment for the work included in this section will be in accordance with the prices set forth in the proposal for the quantity of work performed. Progress payments will be made monthly based on the work performed during that period. PP Required Dimensional Ratios (DRs) ►e Condition = Partially Deteriorated ound Water Loading = Depth of Cover Required DR Maximum (d/t) Existing Pipe Depth of Pipe ali Percenta a soil Cover Ei = 250,000 si Ei = 400,009 DR55 DR62 2% 4' —10' DR48 DR55 11' —15' DR48 DR50 16' — 20' DR42 DR48 21' — 24' 4' —10' DR53 DR58 DR52 5% 11' —15' DR46 DR48 16' — 20' DR41 DR39 DR45 21' -- 24' DR45 DR53 10% 4' —10' DR39 DR46 11' —15' DR35 DR42 16' — 20' DR33 DR38 21'-24' s are general in hese values are representative ('ulus reduction 0% to'and 48'. The account for he long terrmneffects of creep, nature and apply a soil nodulus of 700 psi and flexural mod This table is provided as a guideline only. Specific calculations should be performed in accordance with ASTM F1216, kppendix X1 prior to initiating a project. A. ATTACHMENT "C" PRICING FORM SANITARY SEWER LINE / MANHOLE INSPECTION & REHABILITATION Sewer Line Cleaning and Inspection I. Sewer Line Cleaning a. Mobilization b. Traffic Control (per day) C. Traffic Control (per week) d. Light Cleaning e. Medium Cleaning f. Heavy Cleaning g. Root Removal h. Tuberculation 2. By -Pass Pumping a. 8" - 36" Diameters 6" to 18" Diameter 20" to 24" Diameter 27" to 42" Diameter 6" to 18" Diameter 20" to 24" Diameter 27" to 42" Diameter 6" to 18" Diameter 20" to 24" Diameter 27" to 42" Diameter 6" to 18" Diameter 20" to 24" Diameter 27" to 42" Diameter 6" to 18" Diameter 20" to 24" Diameter 27" to 42" Diameter 8" Sewer Flow 10" Sewer Flow 12" Sewer Flow 15" Sewer Flow 18" Sewer Flow 20" Sewer Flow lump sum lump sum lump sum er if ffL_per if RT Der if er if er if per if terlf er if er if ALper if er if er if jper if er if er if If r _ Der if Y ner if terer if er if er if if 1 24" Sewer Flow V—:—Per er if 30" Sewer Flow er if 36" Sewer Flow if b. Pump Set -Up 4" pimp er ea 6" pip er ea ter 8'v pump er ea 10" Pump ea 12" pump per ea 3. pump pperation (per hour per pump) rr 4" pump er hour N�ivoer 6" pump er hour 8ti pump er hour 10" Pump er hour 12" Pump hour 4. TV Inspection - Sewer Lateral a. Lateral Inspection 0' to 30' t'�Y er each b. Additional Lateral Inspection > 30' per if 5. TV Pipe Inspection ( < 10,000 If) a. Mobilization lump sum b. Traffic Control (per day) lump sum C. Traffic Control (per week) lump sum d. 6" to 18" Diameter per if e. 20" to 24" Diameter er if f. 27" to 42" Diameter er if 6. TV Pipe Inspection ( > 10,0001f) a. Mobilization lump sum b. Traffic Control (per day) lump sum C. Traffic Control (per week) lump sum d. 6" to 18" Diameter N? per if 0) f:1 e. 20" to 24" Diameter N9 er if f.. 27" to 42" Diameter per if 7. Manhole Inspection per each 8. Smoke Testing .per if 9. Additional Set -Up lump sum Explanation of Terms I. The rates proposed in Section A-1 and A-2 are quoted on a per foot basis linear foot basis, with the exception of mobilization which is to be proposed as a lump sum. 2. The rates proposed in Section A-3 are to be proposed on a hourly basis. 3. The rates proposed in Section A-4 are to be proposed on an each basis, with the exception of additional lateral inspection which is to be proposed on a linear foot basis. 4. The rates proposed in Section A-5 refer to quantities of less than 10,000 linear feet and are to be proposed on a per linear foot basis, with the exception of mobilization and traffic control which is to be proposed on a lump sum basis.. 5. Section A-6 rates applies to quantities greater than 10,000 linear feet. 6. Mobilization refers to the travel charges incurred in transporting equipment and personnel to or from the jobsite to the nearest base of operation. 7. TV Inspection refers to the televised inspection of the pipe interior using remote controlled video equipment. Payment is by the linear feet of travel within the pipe. TV inspection does not include any cleaning except for the use of water jet or camera transport. The unit price varies according to the pipe diameter. Written inspection reports and video are required for each TV inspection performed. 8. Additional Set Up refers to the charge for the termination of the TV Inspection in a section of pipe due to a blockage, and the re-entry of the camera from the opposite direction. The feet actually televised would be charged in addition to Set Up. 9. Lateral Inspection refers to televised inspection of a service connection via an existing clean -out. Payment is a lump sum for footage up to 30 linear foot. Additional footage would be charged at the applicable rate for as stated in 4.b. 3 C. 10. Manhole inspection refers to the televised inspection of the manhole interior, noting any. deficiencies. 11. Smoke testing refers to the introduction of a smoke producing device into a section of pipe for the purpose of determining sources of exfiltration or cross -connections. 12. Light Cleaning refers to the removal of 1/4 diameter or less of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation would be considered a separate line item. 13. Medium Cleaning refers to the removal of 1/4 to'/z 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. 14. Heavy Cleaning refers to the removal of greater than 1/2diameter of sand and/or debris from a section of pipe. The removal of roots and/or tuberculation would be considered a separate line item. Sanitary Sewer Line Rehabilitation - Method 1 1. Trenchless Pipe Reconstruction System - CIPP (Cured -In -Place -Pipe) a. 1971 c rl e Sanitary Sewer Mains 6.0 mm Normal Thickness (.236) Sanitary Sewer Mains 6.0 mm Normal Thickness (.236) 7.5 mm Normal Thickness (.295) Sanitary Sewer Mains 6.0 mm Normal Thickness (236) 7.5 rnm Normal Thickness (.295) Sanitary Sewer Mains 6.0 mm Normal Thickness (.236) 7.5 mm Normal Thickness (.295) 9.0 mm Normal Thickness (.354) Sanitary Sewer Mains 6.0 mm Normal Thickness (.236) 7.5 mm Normal Thickness (.295) 9.0 mm Normal Thickness (.354) 10.5mm Normal Thickness (.413) S " Diamete 3Z der if 10" Diamete o0 _per if per if 12" Diameter per if per if 15" Diameter eo per if o-° per if per if 10" Diameter Wif (p Pper if er if L06- _4per if 1a 6 �_per if 2 K f. Sanitary Sewer Mains 21" Diameter if 6.0 mm Normal Thickness (.236) per 7.5 mm Normal Thickness (.295) Do per if 9.0 m Normal Thickness (.354) m - Per if 10.5mm Normal Thickness (.413) - er if 12.0mm Normal Thickness (.472) A°- .per if g Sanitary Sewer Mains 24" Diamete V 9.0 mm Normal Thickness (.354) per if 10.5mm Normal Thickness (.413) qA= per if 12.0mm Normal Thickness (.472) �,S per if � 13.5mm Normal Thickness (.531) er if 15.0mm Normal Thickness (.591) r er if h. Sanitary Sewer Mains 27" Diamet c °ier if 9.0 mm Normal Thickness (.354) 10.5mm Normal Thickness (.413) - er if 12.Omm Normal Thickness (.472) °- er If 13.5mm Normal Thickness (.531) I(1 Der if 15.0mm Normal Thickness (.591) per if i. Sanitary Sewer Mains 30" Diameter oo I l0 if 9.0 mm Normal Thickness (.354) - er 10.5mm Normal Thickness (.413) Uper if 12.0mm Normal Thickness (.472) - er if 13.5mm Normal Thickness (.531) er if 15.0mm Normal Thickness (.591) 'Per if j. Sanitary Sewer Mains 36" Diameter 00 10.5mm Normal Thickness (.413) It -per if 12.0mm Normal Thickness (.472) 1per if 13.3mm Normal Thickness (.531) - per if 15.0mm Normal Thickness (.591) wW er if 16.5mm Normal Thickness (.650) - er if 18.0mm Normal Thickness (.709) l 0 er if Ancillary Services a. By -Passing Pumping 8" - 36" Diameters p0 8" Sewer Flow er if 10" Sewer Flow _(° per if 12" Sewer Flow _.Per if 5 0 o�' per if 15" Sewer Flow °° per if 18" Sewer Flow Sewer Flow D er if 20" �� if 24" Sewer Flow i-lee per if 30" Sewer Flow 1�per if 36" Sewer Flow b. By -Passing Pumping Pump Set Up 41f 4" Pump t;er ea 6„ Pump er ea er ea 811 Pump 10" Pump er ea 12" Pump er ea c. Pump Operation (per hour per pump) 4" Pump er hour 6„ Pump er hour er hour ter 8" Pump er hour 10" Pump hour 12" Pump d. Mobilization to -dump sure 1 per ea e. Standard Service Reconnection f Trenchless Lateral Reconstruction System a0 Service Reconstruction up to 30 Linear Fe t go �pn' ea Additional Footage --per if Additional for Stack Service per ea Clean -Out Installation, grassed area - er ea Service with Pressure Grouting ° er ea g. Easement access, additional 3 O° <= 12" diameter _- per if > 12" diameter —0--p er if h. Blind Shot Set Up i. Traffic Control Flagman, each Arrow Board, each Barricades, each 00 0r "er ea -Elf,d per hr per day _ 1 °�ner day I f Lane Dividers, each 0 0o er day D. Sanitary Sewer Line Rehabilitation - Method 2 1. Trenchless Pipe Reconstruction System - HDPE ('High -Density -Polyethylene) a. Sanitary Sewer Mains 8" Diameter SDR 32.5 Normal Thickness (.268) . per if SDR 26 Normal Thickness (.332) per if SDR 24 Normal Thickness (.359) per if b. Sanitary Sewer Mains 10" Diameter SDR 32.5 Normal Thickness (.321) per 1f SDR 26 Normal Thickness (.413) per if SDR 24 Normal Thickness (.448) _ per if C. Sanitary Sewer Mains 12" Diameter , SDR 32.5 Normal Thickness (.392) per if SDR 26 Normal Thickness (.490) rip per if SDR 24 Normal Thickness (.531) d F per if d. Laterial Reconstruction Up to 30 Linear Feet �per each Over 30 Linear Feet per if e. Service with Pressure Grouting per each 2. By -Pass Pumping a. 8" - 36" Diameters Pipe 8" Sewer Flow er if 10" Sewer Flow er if 12" Sewer Flow er if 15" Sewer Flow tt er if 18" Sewer Flow de per if 20" Sewer Flow er if 24" Sewer Flow er if 30" Sewer Flow er if 36" Sewer Flow per if b. By -Passing Pumping Pump Set Up n 4" pip ,per ea 6" pump per ea h E. 8" Pump �Eer PPer ea 10" Pump er ea 12" Pump ea C. Pump Operation (per hour per pump) 4" Pump ni er hour 611 Pip K er hour 8" Pump er hour 10" Pump er hour 12" Pump per hour 3. Mobilization lump sum 4. Traffic Control �� Flagman, each er hr Arrow Board, each er day Barricades, each er day Lane Dividers, each iier day Sanitary Sewer Line Rehabilitation - Method 3 1. Trenchless Pipe Reconstruction - CIPP (Cured -In -Place -Pipe) Repair Sleeve a. Sanitary Sewer Mains 8" Diameter -� 13.5mm Normal Thickness (.531) 3' - 5' per each 6� - 9' nP per each 10'-12' per each 13'-15' fW per each 16-20' per each 21'-25' per each 26-30' per each b. Sanitary Sewer Mains 10" Diameter �M 13.5mm Normal Thickness (.531) 3' - 5' 111 per each 6' - 9' per each 10'-12' per each 13'-15' per each 16'-20' per each 21'-25' per each 26-30' per each C. Sanitary Sewer Mains 12" Diameter P 13.5mm Normal Thickness (.531) 3' - 5' per each 6' - 9' per each E3 10'-12' per each 13'-15' P per each 16-20' per each 21'-25' per each 26-30' per each d. Sanitary Sewer Mains 15" Diameter 13.5mm Normal Thickness (.531) 3' - 5'F per each 6' - 9' per each 10'-12' per each 13'-15' per each 16-20' per each 21'-25' per each 26'-30' per each e. Sanitary Sewer Mains 18" Diameter 13.5mm Normal Thickness (.531) 3' - 5' per each 6' - 9' per each 10'-12' per each 13'-15' per each 16-20' per each 21'-25' per each 26'-30' per each f Sanitary Sewer Mains 21" Diameter '^ 13.5mm Normal Thickness (.531) 3' - 5' per each 6' - 9' per each 10'-12' per each 13'-15' per each 16'-20' per each 21'-25' per each 26-30' per each g. Sanitary Sewer Mains 24" Diameter 13.5mm Normal Thickness (.531) 3' - 5' per each 15.0mm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 6' - 9' per each 15.0mm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 10'-12' per each 15.Omm Normal Thickness (.591) per each Z h. 13.5mm Normal Thickness (.531) 13'-15' rig per each 15.Omm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 16'-20' per each 15.0mm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 21'-25' per each 15.Omm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 26-30' n� per each each 15.Omm Normal Thickness (.591) per Sanitary Sewer Mains 30" Diameter 13.5mm Normal Thickness (.531) 3' - 5' 1'� per each each 15.0mm Normal Thickness (.591) per 13.5mm Normal Thickness (.531) 6' - 9' per each 15.Omm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) a' 10'-12' �1 per each each 15.Omm Normal Thickness (.591) per 13.5mm Normal Thickness (.531) 13'-15' per each 15.Omm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 16-20' per each 15.0mm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 21'-25' per each 15.0mm Normal Thickness (.591) per each 13.5mm Normal Thickness (.531) 26-30' per each 15.Omm Normal Thickness (.591) per each Sanitary Sewer Mains 36" Diameter 13.5mm Normal Thickness (.531) �pp 3' - 5' N� per each 15.Omm Normal Thickness (.591) per each 18.0mm Normal Thickness (.709) per each 13.5mm Normal Thickness (.531) 6' - 9' per each 15.0mm Normal Thickness (.591) per each 18.0mm Normal Thickness (.709) per each 10 13.5mm Normal Thickness (.531) 10'-12' 41 per each 15.Omm Normal Thickness (.591) per each 18.Omm Normal Thickness (.709) per each 13.5mm Normal Thickness (.531) IT-15' per each 15.0mm Normal Thickness (.591) per each 18.0mm Normal Thickness (.709) per each 13.5mm Normal Thickness (.531) 16'-20' f per each 15.0mm Normal Thickness (.591) Nf per each 18.Omm Normal Thickness (.709) NP per each 13.5mm Normal Thickness (.531) 21'-25' per each 15.Omm Normal Thickness (.591) per each 18.0mm Normal Thickness (.709) per each 13.5mm Normal Thickness (.531) 26'-30' per each 15.Omm Normal Thickness (.591) per each 18.0mm Normal Thickness (.709) per each j . Laterial Reconstruction _ p� Up to 30 Linear Feet IV er each Over 30 Linear Feet � per if k. Service With Pressure Grouting per each 1. Mobilization n P lump sum M. Traffic Control Flagman, each er hr Arrow Board, each er day PPIDoer Barricades, each er day Lane Dividers, each day n. By -Passing Pumping 8" Sewer Flow per if 10" Sewer Flow er if 12" Sewer Flow er if 15" Sewer Flow er if 18" Sewer Flow 7AVper if 18" Sewer Flow er if 20" Sewer Flow er if 24" Sewer Flow er if 30" Sewer Flow er if 11 F. IV 36" Sewer Flow per if o. By -Passing Pumping Pump Set Up 411 pump er ea 611 pump er ea 8" pump er ea 10" Pump er ea 12" pump ter ea P. Pump Operation (per hour per pump) 411 pump er hour 6" pump er hour V pump er hour 10" Pump er hour 12" Pump ter hour Explanation of Terms 1. Pricing for items in Section C, D and E are based on a minimum order of $10,000. 2. Trenchless Pipe Reconstruction System, Sanitary Mains, refers to the installation of a resin impregnated, cured -in -place pipe by external heat sourcewithin the existing sewer main. 3. By -Pass Pumping, refers to the bypassing of existing flows as needed during TV Inspection, cleaning or Pipe Reconstruction. 4. Mobilization refers to the travel charges incurred in transporting equipment and personnel to the jobsite from the nearest base of operations. 5. Service reconnection refers to the reinstatement of the house service connection of the sewer main after the installation of the Trenchless Pipe Reconnection System. This is accomplished from within the sewer main via a remote controlled cutting device. 6. Service Lateral Inspection and Preparation for Reconstruction refers to the reinstatement of a house service connection to the sewer main after the installation of the Trenchless Pipe Reconstruction System. In addition the service lateral TV Inspection and the connection surface is prepared for the installation of the Trenchless Lateral Reconstruction System. 7. Trenchless Lateral Reconstruction refers to installation of a resin impregnated cured - in -place lateral within the existing lateral extending from the sewer main connection 12 I. to a previously installed clean -out. 8. Service Reconstruction up to 30 Linear Feet refers to the lateral reconstruction via the above system for a base footage of 30 linear feet. 9. Additional footage refers to the additional footage of lateral reconstruction beyond the 30 linear feet included in the base price. 10. Additional for stack service refers to an additional charge incurred when reconstructing a service lateral in the stack or vertical configuration. 11. Clean -out installation refers to the installation of a lateral clean -out at a predetermined point. Price is based on installation at a shallow depth and within a grassed area. 12. Trenchless Lateral Reconstruction System is dependent upon the results of the internal inspection. Factors such as the lateral condition and alignment may prohibit the reconstruction. In this case a charge for the service lateral inspection and preparation for reconstruction will apply. 13. Easement access refers to the additional charge incurred when working within easements between property boundaries. 14. Blind shots refer to the additional charge incurred when terminating a section of Trenchless Pipe Reconstruction outside a manhole or similar structure. 15. Traffic Control refers to the additional charge incurred for placing traffic control personnel or devices in areas deemed unsafe. This does not cover the placement of standard traffic cones, which is included in the price for Trenchless Pipe Reconstruction. Sanitary Manhole Rehabilitation - Method 1 1. Corrosion Protection of Manholes a. Mobilization b. Corrosion Protection 1/4"thickness (bmm) C. Bench / Invert Repair d. Injection Grouting 6? L.S. per vertical foot (vf) L—Per manhole 13 1*1 I. Manhole Depth 0' to 5'0" per mh per mh Manhole Depth 5'l" to 10'0" mh Manhole Depth 10'l" to 15'0"--Per m er h Manhole Depth 15'1" to 20'0" Ef� er mh Manhole Depth 20' and over e. Vacuum Jet Cleaning_per mh f. Removal of Existing Liner er of Sanitary Manhole Rehabilitation - Method 2 1, Structural Rehabilitation of Manholes a. Mobilization L.S. b. Application %z" thickness (13mm)--Per of 1" thickness (25mm)__per of C. Prefabricated Fiberglass Liner 3/8" thickness (9mm) per of d Bench/Invert RepairAL—per mh e. Injection Grouting Manhole Depth V to 5'0" Manhole Depth 5'1" to 10'0" Manhole Depth 10'l" to 15'0" Manhole Depth ' 15'1" to 20'0" Manhole Depth 20' and over mh mh mh mh mh f. Vacuum Jet Cleaning per mh g. Removal of Existing Liner per of Explanation of Terms 1, Prices shown per vertical foot (vf) are for 48" diameter manholes, for 60" diameter multiply price by 1.25. Larger diameter manholes will be priced by the square foot by dividing the vertical foot price by 12.56. This will also apply for irregular shapes. 14 2. Prices quoted for the above are based on a minimum order of $10,000.for Section G, Corrosion Protection of Manhole or a minimum quantity of two (2) manholes for Section H, Structural Rehabilitation of Manholes. 3. Mobilization - travel costs incurred in transporting equipment and personnel to the jobsite from the nearest base of operation. 4. Corrosion Protection - application of based coating for protection from hydrogen sulfide attack. 5. Bench / Invert Repair - Minor repairs made to the bench and invert area of the manhole. b. injection Grouting - placement of grout curtain around the manhole exterior via drilled access points in the manhole wall. Grout to be used - acrylate chemical grout AC400 or Avanti AV/11 S. 15 of Tamarac,' Purchasing & Contracts Division............ 11-1 ........... ....... ..................... ................. ..................... ..... . ....... .... it 111-1111, 1 AGREEMENT BETWEEN THE CITY OF TAMARAC AND INSITUFORM TECHNOLOGIES, INC. THIS AGREEMENT is made and entered into this day of 2003 by and between the City of Tamarac, a municipal corporation with principal officescated at 7525 N.W. 88th Avenue, Tamarac, FL 33321 (the "CITY") and Insituform Technologies, Inc., a Florida 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. US01A. 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 Manatee County Contract (RFP #00- 6019FL)), 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 Manatee County Contract (RFP #00-6019FL) in Exhibit 3a shall be interpreted as pertaining to Tamarac, and all terms and conditions of Exhibit 3a shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "County" appears, 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. US01A-2" 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 these policies and procedures at the CONTRACTOR's expense. of Tamarac & Contracts Division 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 September 4, 2003. 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. Fa of Tamarac A MW Purchasing & 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 Manatee County Contract for Sanitary Sewer Line Rehabilitation. 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 Manatee County Contract for Sanitary Sewer Line Rehabilitation. BID SCHEDULE OF VALUES FOR WORK TASK TASK ITEM DESCRIPTION OF (BID) UNITS UNIT PRICE QUANITIES* ITEM 1a LINER 8"DIA. 6.0 MM LF $32.00 1b LINER 10"DIA. 6.0 MM LF $34.00 1b LINER 10' DIA. 7.5 MM LF $36.00 1C LINER 12" DIA. 6.0 MM LF $38.00 1c LINER 12" DIA. 7.5 MM LF $40.00 2a BY-PASS PUMPING 8" DIA LF $1.00 2a BY-PASS PUMPING 10" DIA LF $1.00 2e STANDARD SERVICE RECONNECTION EA 1.00 2f TRENCHLESS LATERAL RECONSTRUCTION (30 FT.) EA $2,800.00 2f ADDITIONAL FOOTAGE EA $80.00 NOTE: Quantities for this schedule of values will be assigned as WORK TASK and will depend on field conditions. "PER ASSIGNED WORK TASK 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. of Tamarac Purchasing & 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. US01 A) 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. 4 City of Tamarac 13) Indemnification 0 Purchasing & Contracts Division 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 The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 15) 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. 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, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses: 5 City of Tamarac 0 Purchasing & Contracts Division CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Randy Hansbrough District Manager 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. 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. of Tamarac I(.) Purchasing Division 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. 7 0 City of Tamarac Purchasing 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, Joe Schreiber, and Insituform Technologies, Inc., signing by and through its District Manager, duly authorized to execute same. ATTEST: % Marion Swenson, CMC City Clerk Date ATTEST: _y (Corporate Secretary) Contracting & Attesting Officer Richard T. Howton Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TA"RAC Schreiber, Mayor ---- a� Date Jeffrey L. iller, City Manager 3� A)-00 3 Date Date Insituform Technologies_ , Inc. Company Name - k"� La Signature Of District Mathager Randy Hansbrou h Type/Print Name of District Manager Date �)43-03 of Tamarac 0 Purchasing Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA ��l COUNTY OF Duval 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 Randy Hansbrough, District Manager of Insituform Technologies, Inc., a Florida 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 13`� day of AcQ-bA y , 2003 =;tip SULW Q. HERM" MY COMMISSION # DD 101386 ' - EXPIRES: July 182006 Rf Bonded Thru Notary PuWk bm.-*.. dajA17-1 0-a' -4 Signature of Notary Public State of Florida at Large Suzan G. Herrmann 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. Bond #103960128 # SS8353 of Tamarac Pi Wj i 101 A riou KNOW ALL MEN BY THESE PRESENTS - Performance Bond That, pursuant to the requirement of Florida Statute 255,05, we, Insituform Technologies, Inc. _ �, as Principal, hereinafter called CONTRACTOR, and, Travelers casuaity & Surety Company of America I St. Paul Fire and Marine Insurance Company as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, In the amount of Six Hundred Thousand and 00/10LDollars, ($ 600 0 0 for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administratom, successors and assigns, jointly end severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of , 20_ _, with OWNER for Cured -In -Place Pi a Lining Repairs Proiect No._ U§21A which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated . 20_, for the Cured -In -Place PiRe Lining Repairs Proiect No. US01A , within calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the act$, omissions or negligence of CONTRACTOR), expenses, costs and attorneys fees and costs, including attorney's feet incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4, Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains In full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or Page f of 4 Performance Band -My of Tamarac � � Performance Bond 4.2 obtain o 'bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, If the OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those parsons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this day of , 20_- W ITN S +� t�qt Contracting & Attesting Officer (AFFIX SEAL) WITNESSES hA Elissa Grither (AFFIX SEAL) Insituform Techoqlogies. Inc. PM ' al By Randy Hansbrough Signature and Title District Manager Type Name and Title signed above Travelers Casualty & Surety Company of America / St. Paul Fire and Marine Insurance Company-__. -_ urety Kathleen M. Hoffard, Attorney -in -fact _ Type Name and Title signed above Page 2 of, Perform ace Bond City of Tamarac W. Pertonnance Bond lqmmx IN THE PRESENCE OF: INSURANCE COMPANY: LC�Arh , By Agent and Attomey-In- Kathleen M. Hoffard Elissa Grither, Witness 955 Executive Parkway, Suite 100� Address Countersigned By: Creve Coeur MO 63141 Cecil W. Powell &Company City/Stat&71p Code P.O. Drawer 41490 314 439-1444 Jacksonville, FL 32203-1490 Telephone F state of Florida County of Duva I On this th*� JL day of 3 , 20Q 3 , before me, the undersigned Notary Public of the State of Florida, the foregoing Instrument was acknowledged by: Randy Hansbrough (Name of Corporate Offioer) Insituform Technologies, Inc. ,a (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and offlclal seal, NOTARY PUBLIC SEAL OF OFFICE: ,�,•,, , , . SU?AN Q• HERRMANN MY COMMISSION # DD 101386 ' - • s EXPIRES: July 18, 2006 Bv&d T NU Notary Pd* Undw d m District Manager of (Tide) Delaware (State of Corporation) �� Od NOTARY PUBLIC, STATE OF F I or i da Suzan G. Herrmann (Name of Notary Public: Print, Stamp, or Type as Commissioned) IN Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Pape 3 of 4 Parkmlance Bond or Tamarac Pedormance Bond CERTIFICATE AS TO PRINCIPAL Contracting & Attesting Officer 1, Richard Howton Certify that I am the SawSW of the Corporation named as Principal in the foregoing Payment Bond; that Randy Hansbrough who signed the Bond on behalf of the Principal, was then District Mana er of said Corporation; that I know his/her signature; and hWMr signature thereto is genuine, and that said Bond wee duly signed, sealed and at :tad to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) & I (Name of Corporation) Insituform Technologies, Inc. Richard Howton Contracting S Attesting Officer �`� PeDe 4 of 4 Performance Bond Bond #103960128 #SS8353 of Tamarac FORM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: Payment Bond That, pursuant to the requirements of Florida Statute 255.05, we, Insituform Technologies, Inc. as Principal, hereinafter celled CONTRACTOR, and, Travelers Casualty & Sure Company ,America ! insurance Gomr)Ap Surety, are bound to the City of Temarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Six Hundred Thousand and 00/100 Dollars ($ 600,000.00 ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: _ awarded the day of , 20^, with OWNER for Cured -In -Place Pipe Lining Repairs Pro'ect No. US01A I which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees Including attomey's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2,1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who Is not In privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the CONTRACTOR and to the Surety, written notice of the performance of the tabor or delivery of the materials or supplies and of the non-payment. Page 1 of 3 of Tamarac Bond 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not alffeet the Surety's obligation under this Bond. Signed and sealed this � day of , 20—. WIT SES 9eorefacy Contracting & Attesting Officer (AFFIX SEAL) WITNESSES . qN 111MI (AFFIX SEAL) Elissa Grither. Witness Countersigned By: Cecil W. Powell & eompany P.O. Drawer 41490 Jacksonville, FL 32203-1490 Insituform Techoolgaies- Inc, Pdnel al ay Randy Hansbrough Signature and Title District Manager Type Name and Title signed above Travelers Casualty & Surety Company of America St. Paul Fire and Marine Insurance Company Surety Kathleen M. Hoffard Attorney -in -fact Type ame and Title signed above INSURANCE COMPANY: 1By Agent and Attomey-in-Fact Kathleen M. Hoffard 95§ Executive Parkway Suite 100 Address Creve Coeur, MO 63141 City/State/Zip Code (314) 439-1444 Telephone Page 2 of 3 of Tamarac State of Florida County of Duva I On this the 13-Ur�_ day of -�C9-4lkM, 2dQ before me, the undersigned Notary Public of the State of Florida, the foregoing Instrument was acknowledged by: Ra Hansbrough District Manager ,of (Name of Corporate Officer) (Title) Insituform Technologies, Inc. a Delaware (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: SUZAN Q. HERRMANN MY COMMISSION # DD 101386 EXPIRES: July 18, 2006 Banded Thtu Notary Public Undrn�rRera jLgL,,, (3� q4 1122���- NOTARY PUBLIC, STATE OF F I or i da Suzan G. Herrmann (Name of Notary Public: Print, Stamp, or Type as Commissioned) XXPersonally known to me, or © Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath CERTIFICATE AS TO PRINCIPAL Contracting & Attesting Officer I, Richard Howton certify that I am the *eonftq of the Corporation named as Principal in the foregoing Payment Bond: that Ram!, Hansbrough who signed the Bond on behalf of the Principal, was then District Manager of said Corporation; that I know his/her signature: and his/her signature thereto is genuine: and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Insituform Technologies, Inc. Contracting S Attesting Officer State of Missouri } County of St. Louis} ss: On , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Kathleen M. Hoffard known to me to be Attorney -in -Fact of Travelers Casualty and Surety Company of America the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he/she duly acknowledged to me that such corporation executed the same. IN WITNESS WBEREF, I have hereunto set my and affixed my official seal, the day and year stated in this certificate above. THOMAS C. RICCi'" No STATE OF M SSOUR►eal St. Louis County My Commission Expires October 11, 2004 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Stephen E. Ricci, Kathleen M. Hoffard, Kathleen A. Petchulat, Thomas C. Ricci, Jr., of St. Louis, Missouri, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) puog `Aje4ojoeS jugsissd 'aV F,� Hi • rq7 ���.•-•.,r y uOsuEyv j' 'W iaoN': `b'� a NNoa r NNOa Aa t 8 6[ xc, r 'ado��rH N abo aun '1rodMnM�� OZ ` jo ,pup sigl poluQ -ln3il33uuo3 Jo alulS `pa03lYUH Jo XI!:) aql ut `Suudu[oo ogl,jo aot.IlO au[oH agl lg palvaS puv pauSiS 'aotoJ ut Mou are `,iluoglnd;o aluoulu2D aql ui gluoj las se `s[oloaai(I;o sp[soll aql jo suognjosmd Sutpums aql lugl `wouuagunj pine `.pa3jonaz uaoq lou sgg put, aoio; lln3 ui sulmol ftluoglnV jo aluogwoo puv fauiollV 3o zaenod pagosllu pus Su'OSa30; aql I'M AdIlldgZ) X99HAH O(i `lno9Oauuo:) 3o MIS aql 3o suopuaodxoo )lools'ANVd OJ A,LgVIISVJ NO.Lf)MP iV3 pus ANVJWOJ AIMIS QNV AI,'IVIISVJ SHa'IaAVHL `V:)IU3 IV Ao ANVdNoa A.LMIIS QNV AL'IVASVJ SIId'IaAVIU ;o Rag;aaaaS luv;s!ssV `pauSisiopun aql `I 3.LVDIdI UHD ;Ineaj;al •3 aijeW o!Ignd tieloN 90OZ 'OE aunC saaidxa uoissiwwoo AW V, ryvv\A -joajagl suotlnlos2N SutpuslS oql aapun ao[Uo aaq/stq jo f4!loglnu Aq suopuiodzoo aql 3o 3lugaq uo luoum[lsui ptus agl palnoaxa aqs/aq lugl pus `slugs olviodioo Bons aau luau nnsui pies oql of poxTo Sivas agl lvgl `.suopvaodzoo plus to sjvas agl snnoml ags/aq lugl `luaumllsut anogg aql palnoaxa gotgm pus ui pagtiosop suoilgiodioo aql `ANV'dWoj A,L'IVIISVj NO.L )NIIARHV3 pug ANVOV03 A.LaHfIS (INV A.LWIISV:) S 1arlaAV2HJL `V:)IIIaPiV 30 ANVdIAIOa A.Ld2IIIS QNV A.L'IVIISVD S2Id'IaAVHI 30 ;uaptsaad aatA aotuaS st aqs/aq lugl les pug asodap ptp `uaoms Sinp aui .�q Sutaq `oqm `umoiq oui of NOSdIAIOH.L •M aoHoa!) oumo Slluuosxad aui aiolaq ZOOZ `ioquianoM jo Xup gIOZ sigl up ;uaptsa.Jd aoin JOIUBS uvsdwoyy •M 96aoa0 ANVdKOZ) AI IVflSV:) N019NMHVd ANVdWOJ AlaWriS QNV AZ'IVflSV:) SH'A'IaAVHI. VJIIITKY 30 ANY&KOO A. HIMS QNV Al IVIISVD SlITMAYU * 'NN00 m 0 ?w,) i 8 6[ C► r 'auO�MVH H y�40 ~ n �kro?0 b�so icy �•�,�f3b� /1$V Nr Alm IONo PJa3IMH 'SS { InOLLORMOD AO R I VIS ZOOZ `jaquianoN jo fgp gIOZ sigl paxTu olaaaq oq of Sivas olu.[odhoo ztagl pug luaptsaad aatA aotuaS atogl Xq pauSis oq of luauinalsui sigl pasnuo snug ANV'd VO3 A.L'IVIISVj NO.LDNIIARIVd pug ANVd wog A.LaNfIS QNV A.L IVIISVa S2Ia'IaAvaL `vacua v 30 ANVd oa A.La2III5 QNV AL'IVIISVa sdaiaAv H.% `ioa Han& SSaNLIM Ni State of Missouri } County of St. Louis) ss: On , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Kathleen M. Hoffard known to me to be Attorney -in -Fact of St. Paul Fire and Marine Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he/she duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my and affixed my official se I the day and year stated in this certificate above. THOMA:OFMISSOUR, RI III Not Putary Seal STATE St. Lnty My Commission Ectober 11, 2004 Notary Public POWER OF ATTORNEY DeStPalll Power of Attorney No. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 23379 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 1503039 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Stephen E. Ricci, Thomas C. Ricci, Jr., Kathleen A. Petchulat and Kathleen M. Hoffard Creve Coeur Missouri of the City of ,State ,their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 27`h September 2002 IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this day of Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company �}y $fly , F,RE i h. � �!�..�MSG9 JP..,nJ�9i n yy-p1ijY�tlt• * F jE0�P0•M���C+ ='pMOF��kv'F CNC 1927 � mot, SeAt� �%sBaL;� � 199B � 19T! � 1s$i PETER W CAKMAN, Vice President ���'oF�v+'� a+c.�MNCF�° "'is:"ia�aiJ rp.......-�, �ryAtNBt'1� •! ' State of Maryland City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary 27`h Carman and September 2002 On this day of before me, the undersigned officer, personally appeared Peter W. Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. 4, a In Witness Whereof, I hereunto set my hand and official seal. NO gr1011 [try My Commission expires the Ist day of July, 2006. cnr '+Igo V REBECCA EASLEY-ONOKALA, Notary Public a� 86203 Rev. 7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in fall force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorneys) -in -Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this day of 9G7 r��T �A•pRv'oNA,'�~� �Ip.-ONA�itf � � � �g '_'"-"' / 4 s ;{((ii�-SEpL�o" �y SSAL�Pr 'S� �yp 1951 Thomas E. Huibregtse, Assistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above -named individuals and the details of the bond to which the power is attached INSITUFORM TECHNOLOGIES, INC. SECRETARY'S CERTIFICATE I HEREBY CERTIFY that I am the duly elected and qualified Secretary of Insituform Technologies, Inc., a Delaware corporation (the "Corporation") qualified as a foreign corporation to do business, among others, in the States of Florida, Georgia, North Carolina and South Carolina. I FURTHER CERTIFY that the following is a true and correct excerpt from the By-laws of the Corporation: The officers of the corporation shall be a chairman of the board, a vice chairman of the board, a president, one or more senior vice presidents, one or more vice presidents, a secretary and a treasurer, each of whom shall be elected by the directors. Such other officers and assistant officers as may be deemed necessary may be elected by or appointed by the directors. In addition, the president may from time to time appoint such officers of operating divisions, and such contracting and attesting officers, of the corporation as he may deem proper, who shall have such authority, subject to the control of the directors, as the president may from time to time prescribe. I FURTHER CERTIFY that the President of the Corporation has, pursuant to the above authority, duly appointed Randy Hansbrough to the position of District Manager and Contracting & Attesting Officer of the Corporation, and the foregoing has been fully authorized and empowered by the President 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." I FURTHER CERTIFY that the above resolution is in force and effect and has not been revised, revoked or rescinded. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless form any and all claims, demands, expenses, loss or damage resulting form or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. L:Wppts & Certs\Cont officer Appts-Secy Cert Randy Hansbrough)020303.doc IN WITNESS WHEREOF, I have hereunto affixed my name as Secretary, this 3rd day of February 2003. Insituform Technologies, Inc. By: Thomas A. A. Cook Vice President, General Counsel & Secretary LAAppts & Certs\font Officer Appts-Secy Cert Randy Hansbrough)020303.doe