Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-095Temp. Reso. #9331 March 23, 2001 1 Revision 1, April 4, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-95 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE AGREEMENTS FOR THE FY01 INFLOW AND INFILTRATION PROJECT WITH THE FOLLOWING TWO SEWER REHABILITATION COMPANIES: (1) INSITUFORM TECHNOLOGIES, INC., AND (2) AZURIX NORTH AMERICA UNDERGROUND INFRASTRUCTURE, INC., AUTHORIZING THE DIRECTOR OF UTILITIES TO APPROVE WORK TASKS UNDER EACH CONTRACT UP TO A COMBINED TOTAL COST NOT TO EXCEED $750,000; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABLIITY; 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 & I conveyed to 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 FY01 list of excessive I & I locations have been identified in the Mainlands 14-16 Subdivisions plus several Subdivisions in Land Sections 8 & 9 (a copy of which is attached hereto in map form as "Exhibits 1 and 2") which require sanitary sewer rehabilitation; and Temp. Reso. #9331 March 23, 2001 2 Revision 1, April 4, 2001 WHEREAS, the City Commission of the City of Tamarac has approved capital funding for an I & I Program for FY01 as recommended by the Utilities Department; and WHEREAS, recognizing that other South Florida Utilities have prepared bid specifications and awarded contracts 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 Broward County to the City of Tamarac for the rehabilitation of sewers with the execution of the "Cured -in -Place Pipe Lining Repairs Contract US01A-V (a copy of which is attached hereto as "Exhibit 3"); and WHEREAS, Azurix North America Underground Infrastructure, Inc., has offered to extend the unit prices under a contract with Palm Beach County to the City of Tamarac for rehabilitation of sewers with the execution of the "Fold -and - Formed Pipe Lining Repairs Contract US01A-2" (a copy of which is attached hereto as "Exhibit 4"): and Temp. Reso. #9331 March 23, 2001 3 Revision 1, April 4, 2001 WHEREAS, the Director of Utilities shall have the responsibility to assign Work Tasks based on the most effective and economical method of sewer repairs using the unit prices provided in the schedule of values under each contract up to a combined total cost not to exceed $750,000.00; and 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 contracts with (1) Insituform Technologies, Inc., under the Broward County Contract No. P2077-99 for Rehabilitation of Sanitary Sewers by the Cured -in -Place Pipe Liners method; and (2) Azurix North America Underground Infrastructure, Inc., under the Palm Beach County Project No. WUD 99-48R for Rehabilitation of Sewers by Fold -and Formed Pipe Lining, for which the Director of Utilities is authorized to approve work tasks under each contract up to a combined total cost not to exceed $750,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: 1 Temp. Reso. #9331 March 23, 2001 4 Revision 1, April 4, 2001 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: That the appropriate City officials are hereby authorized to accept and execute the contracts with (1) Insituform Technologies, Inc., under the Broward County Contract No. P2077-99 for Rehabilitation of Sanitary Sewers by the Cured -in -Place Pipe Liners and (2) Azurix North America Underground Infrastructure Inc., under the Palm Beach County Project No. WUD-48R for Rehabilitation of Sewers by Fold -and Formed Pipe Lining methods for the FY01 Inflow and Infiltration Project. SECTION 3: That the Director of Utilities is authorized to approve work tasks to each contractor in accordance with the schedule of values in each contract for a combined total cost not to exceed $750,000.00. SECTION 4: That the City Manager or his designee be 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 when the work has been successfully completed within the terms and conditions of the contract and within the contract price. f] 1 1 Temp. Reso. #9331 March 23, 2001 5 Revision 1, April 4, 2001 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. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 25th day of April, 2001. JOE SCHREIBER MAYOR AT ZL MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I hav) prove his FS4a UTION hs to formz MITCHELkA. KRAFT CITY ATTORNEY RG/SL/mg RECORD OF COMMISSION VOTE: MA,YOR SCHREIBER . MT 1: COMM. PORTNER DIST 2: COMM. MISHKINc DIST 3: V/M SULTANOF C DIST 4: COMM. ROBERTS AGREEMENT BETWEEN THE CITY OF TAMARAC / ZU1 INSITUFORM TECHNOLOGIES, INC. THIS AGREEMENT is made and entered into this 25 day of , 2001 by and between the City of Tamarac, a municipal corporation with principal Aces located 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 conditions of the Broward County Contract No. P2077-99 attached hereto and incorporated herein as if set forth in full, (General, Supplementary and other Conditions), 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. 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-1° 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 1 competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) CONTRACTOR shall provide the CITY with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. f) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance CONTRACTOR shall obtain at CONTRACTOR's expense all necessary insurance in such form and amount as required by the City's Risk 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 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. 2 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 April 17, 2002. 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. 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 Broward County Contract # P2077-99. 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 Broward County Contract # P2077-99. BID SCHEDULE OF VALUES FOR WORK TASK TASK ITEM DESCRIPTION OF (BID) UNITS UNIT PRICE QUANITIES* ITEM BA.A.1. LINER 8"DIA. 6.0 MM LF $36.00 B.1.8.1 LINER 10"DIA. 6.0 MM LF $38.00 13.1.13.2. LINER 10' DIA. 7.5 MM LF $40.00 BA.C.1. LINER 12" DIA. 6.0 MM LF $42.00 BA.C.2. LINER 12" DIA. 7.5 MM LF $44.00 B.2.A.1 BY-PASS PUMPING 8" DIA LF $1.00 B.2.A.2 BY-PASS PUMPING 10" DIA LF $1.00 B.2.E. STANDARD SERVICE RECONNECTION EA 100.00 B.2.F.1. LINER LATERAL EA $600.00 B.2.F.2 SERVICE RECONSTRUCTION (20 FT.) EA $3,060.00 B.2.F.3. ADDITIONAL FOOTAGE EA $100.00 3 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. 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. 4 11) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 12) Warranty CONTRACTOR warrants the Cured -In Place Pipe Lining Repairs to the City of Tamarac Wastewater Collection System Infiltration & Inflow Reduction (Project No. US01A) against defects for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, CONTRACTOR shall perform such steps required to repair and correct the affected areas of the work performed. CONTRACTOR shall be responsible for any damages caused by defect to affected area. 13) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 14) Non -Discrimination 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. 61 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. 19111 1 City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Todd Allsup Regional Vice President 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 9 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. 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 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. City of Tamarac, through its Mayor and Insituform Technologies, Inc. signing by and through its Regional Vice President duly authorized to execute same. ATTEST: _j; Marion Swens n, CMC City Clerk�/62-7/ej Date: ATTEST: LA I (Contracting & Attesting Officer) Richard T. Howton _Contracting & Attesting Officer (CORPORATE SEAL) CITY OF TAMARAC Q_C9'_V-1 e Schreiber, Mayor t'� Date: Jeffrey . M er, City Manager Date: .4- 2-7 - d 1 as to form and I Mitcla'ell'S. Kraft, Ci .4-2`7- 0 1 Date INSITUFORM TECHNOLOGIES, INC. (Signature - Regior@l Vice President) Todd_Allsup Printed Name Date: F, CORPORATE ACKNOWLEDGEMENT STATE OF P 10r l do�- COUNTY OF ,D[WOL-1 The foregoing instrument was acknowledged before me this day of ,20 by Todd Allsup, Regional Vice of Insituform Technologies, Inc., a Florida corporation, on behalf of the corporation. He is personally known to me (type of identification) as identification and did (did not) take an oath. r SUZAN G. MEHRMANN w = MY COMMISSION # CC 725517 =or EXPIRES: duly 18, 2002 Bonded Thru Notary Public Underwriters ju'A'q %vumu" Signature of Notary Public — State of Florida (Aza v) C. If'erKMan n Print, Type or Stamp Name of Notary Public EXHIBIT 1 W W ] r A W () a r d % � Q un H cu �' r o r % A r` r. 78 ST 78 ST 78 ST 78 ST 78 ST j 77 ST P R A = a W Z K o n 76 DR %i. TOWN PLAZA % 9 o 10 TAMARA CTR PICCA ILLY j 72 ST 72 ST j 7 6 5 71 CT p PARK PLAC WOODMONT SQU RE THERAPE TIC- 4�// / qqa BR KW❑❑D' 3 3 G DENS � X. BANK N. 91MER. ALBER S❑N NATI❑NS SHELL 20 LAKES X. BANK COLONY (69ST.) GW BANK CASABLANCA CENTER 1 NANDINA LN WOODLANDS 2 MARLBERRY LN X / SCHOOL 3 LANTANA LN 4 CARISSA CT � \MIM❑SA 5 CANELLA CT WY / 7 WISTERIA WY w \ 8 PAPAYA WY a j/. 9 S❑LANDRA LN 10 PRIMROSE LN � u j 64 ST z /j PS2A_PS2AI.DWG MAINLANDS 14-16 r NOB HILL RD ��lfj �f� i'%j/%/1 < C \ C \ ,7 ♦ ` Ewa y S A 99 ri 98 TER !jfij/i/%�J��J%i/�i%/ji%i%� �. { �`.`\ PJ i •f1 co m a /♦\♦�~ f � • .p] ���\� gq \ 9 AY \ 'C�• \~\\\ I y f2 TER � � � \ 92 AV :� v• \\ 91 TERM C� > n� �[CypO�ggRAE�Lg� rEDARS FP ,`,, SMOPPES v�44� Y" \\ y III jl M10WL Ay�, T DAVID 1"AY \\ AV \ \ �\ .� • Q. • .B 64 TER COLONY CENTER 29 • •a "� .r • COLONY p q SPRINGS A. Vj w!Y • A1CiP b• N� ELD6. �j • • STATE FARM '\ �% a i •c'I • KEres • • VE]NSTC E v N �8 '\ •c � MY 111 A 11 11111 \\ 1111 b i/•jji 2 \ 4 4 NORTH A LAP°N7$CDENNY3 si r oAz> \ a UNIVERSITY DR q 1 D]�u001-T 75 TER \ H 9 6 WIN ACORD CERTIFICATE OF LIABILITY INSURANCkID CR DATE(MM/BONY) PRODUCER NS SO01 0 3 / 2 8 / 01 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lockton Companies/St - Louis HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1 Cityplace Drive, Suite 160 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St. Louis MO 63141 Phone: 314-432-0500 INSURERS AFFORDING COVERAGE INSURED ir.[IkC-S INSURER A. Liberty Mutual Fire Insurance INSURER B: Liberty Insurance Cor INSITUFORM TECHNOLOGIES, INC. INSURER C: P.O. BOX 41629 INSURER D JACKSONVILLE, FL 32203-1629 #8 INSURER E: COVERAGES rvu� Ira Ur IN,$UKANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDIC ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICAT MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AN POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ir4sk LTR TYPE OF INSURANCE POLICY NUMBER Ll PATE MMlDplYY DATE TW11U GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY RG2-641-004218-030 07/01/00 07/01/0: CLAIMS MADE X OCCUR X INDPNT CONTRACTOR BROAD FORM aD/CONTRACTUAL X X_CU BLKT WAIVER OF SUBRO. GEN'L AGGREGATE LIMIT APPLIES PER: Blkt Additional Inauriiid POLICY }[ PRO- JECT LOC AUTOMOBILE LIABILITY A _X ANY AUTO AS2-641-004218-020 07/01/00 07/01/01 ALL OWNED AUTOS SLXT ADDITIONAL INSURED SCHEDULED AUTOS BLKETVgWffeR OF SUBRO X HIRED AUTOS 'JS r� X NON -OWNED AUTOS Date of Review, __ _. -----.—�-- Acceptable GARAGE LIABILITY Not Acceptable ANYAUTO (Note Deficiencies Below) .. I EXCESS LIABILITY % OCCUR — CLAIMS MADE Autho " ed Siq Lure DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND B EM PLOYERS' LIABILITY WC7-641-004218-010 07/01/00 07/01/01 BLKT WAIVER OF SUBRO A ALL RISK INST FLTR MM2-R4L-004218-050 07/01/00 07/01/01 JOB/PROJECT: EARTHQUAKE/FLOOD DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS * EARTHQUAKE & FLOOD $1,000,000. RE: Wastewater Collection System Infiltration & Inflow Project No. US01A. City of Tamarac is includ Additional Insured under General Liability and Auto Liability as re the operations of the Insured. CERTIFICATE HOLDER N ADDITIONAL INSURED; INSURER LETTER: 8TAMA01 City of Tamarac 7525 N.W. 88th Avenue Tamarac FL 33321-2401 1TED. NOTWITHSTANDING : MAY BE ISSUED OR D CONDITIONS OF SUCH IN LIMITS RRENCE EAEDAMAGE $ 1 000,000 FIR(Any one fire) $ 100, 000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY S1,000 000 GENERAL AGGREGATE $ 2 0001000 PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 COMBINED SINGLE LIMIT (Ea accident) $ 1L000 , 000 BODILY BODILY INJURY '� 7:7 person) � $ ..— y BODILY INJURY (Per accident) i $ ''iC) PROPERTY DAMAGE (Per accident) "Cf AUTO ONLY - EA ACCIDEN $ OTHER THAN EA ACC $ AUTO ONLY AG" M EACH OCCURRENCE $ ie AGGREGATE $ X TORY LIMITS ER E.L. EACH ACCIDENT $ 1 , 000 000 E L. DISEASE - EA EMPLOYEE $ 1 , 000 000 E.L. DISEASE - POLICY LIMIT $ l,000 000 PER OCC 2,000,000 TRANSIT 2,000,000 ad as Spects CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO. DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 25 S (7/97) ® RD CORPORATION 1988 ii � log. ' BEST A.M. Best amboo.cm Ratings & Ana S RaCings !i Analysis • tie s Publications kwlnforrnatl" S Products & services ,,; ' tM I nsuranca Infarmatian a 4�,>..b. ,, a W �„� s<';,. g,,," �`�*" �`�r: ��, �� , , ^���, .,;, " �►AbautA.laa. Beet J 't, :N',^ C. aS °: tv?"�..� try„ �.A'�""••"� tC#n �i"_�::Y., •, ` 11:"98 - :::� "..,. � >" -" Mk.;. ,",. , Liberty Insurance �orn any of New RA&V COO, SEARCH p A m ri s i Enter Company Name Member of Liberty Mutual Insurance Companies or A.M. Best Number A.M. Best #: 11798 NAIC X. 10337 View a list of c�r_oup members or the rou 's rating ........__.......... Best's Rating More Search Options M BEST A+ (Superior)* Financial Size Category n the t XV ($2 billion or more) joiinhere world is A.Y. BEST? "Ratings as of 415120011:31:14 PM E.S.T Find our locations Click for a free Best's Insurer Profile on this company, or purchase the complete Best's Comp- Re ort for in-depth analysis. Mat d YW rJtf Send us your menns Rating Category (Superior): Assigned to companies which have, on balance, superior financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a very strong ability to meet their ongoing Accessing the pages obligations to policyholders. esters Ratings re eci our opinion based on a comprehensive quantlta ive an on ambest.com ag conseement to ourtutes the e�s qualitative evaluation of a company's financial strength, operating performance an market profile. These ratings are not a warranty of an insurer's current future terms of use; or abilit to meet its contractual obligations. (Best's Ratings are proprietary and may not b Information collected reproduced without permission from A.M. Best.) via this Web site is protected by our friv- acy statement: Comments or concerns The rating symbols "A++", "A+", "A", "A-", "B++", and "B+" are registered certification marks of the A.M. Best Company, Inc. should be directed to our customer service group; For other matters refer to Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+ ont t us page.ur companies. This special emblem displays their rating and category (Superior, Excellent or Very Good), helping you discern industry leaders at a Insurance glance. Companie interested in placing a Best's Security Icon on their web site are required to re ig ste online, No part of this report may be distributed in any electronic form or by any means, or stored in a database or retries system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. ambtfst,com • Ratings AAnalysis • News Publications • Products d Services • Insurance Informatio *About A.IU. Best New RaWg SEARCH Enter Company Name or A.M. Bust Number i More Search options Where in the world is A.Y. BEST? Find our locations What d rorr till 2 Sendusyourg0riments Accessing the pages on ambest.com constitutes the user's agreement to our terms of use; Information collected via this Web site is protected by our privacy statement; Comments or concerns should be directed to our customer service group; For other matters refer to our contact us page. 02avS2 - Li erg ; ;U'.. b ty Mutua Fire Insurance Cc: tPan y Member of Liberty Mutual Insurance Companies A.M. Best #: 02282 NAIC #: 23035 View a list of group members or thegroup s rating Best's Rating " Attu BEST A+ (Superior)* Financial Size Category XV ($2 billion or more) 'Ratings as of 41512001 1:31:14 PM E.S.T. Click for a free Best's Insurer Profile on this company, or purchase the complete Best's Company_ Report for in-depth analysis. ^ °a f Rating Category (Superior): Assigned to companies which have, on balance, superior financial strengtl operating performance and market profile when compared to the standards established by the A.M. Best Compan, These companies, in our opinion, have a very strong ability to meet their ongoing obligations to policyholders. Fesirs ai ings reflect our opinion Based on a comprehensive quantitative an qualitative evaluation of a company's financial strength, operating performance an market profile. These ratings are not a warranty of an insurer's current or future abilit to meet its contractual obligations. (Best's Ratings are proprietary and may not b reproduced without permission from A.M. Best.) The rating symbols "A++" "A+" "A" "A_" "B++", and "B+" are registered certification marks of the A.M. Best Company, Inc. Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+ companies. This special emblem displays their rating and category (Superior, Excellent or Very Good), helping you discern industry leaders at a glance. Insurance Companie interested in placing a Best's Security Icon on their web site are required to registe online. copyright (U 2001 by A.M. Best Company_, Inc. ALL RI HTS RE. E�E]— No part of this report may be distributed in any electronic form or by any means, or stored in a database or retries system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. INSITUFORM TECHNOLOGIES, INC. ASSISTANT SECRETARY'S CERTIFICATE I HEREBY CERTIFY that I am the duly elected and qualified Assistant Secretary of Insituform Technologies, Inc., a Delaware corporation qualified as a foreign corporation to do business, among others, in the State of Florida as well as the Commonwealth of Puerto Rico (the Corporation") and the keeper of the records of the Corporation. I FURTHER CERTIFY that the following is a true and correct excerpt from the by-laws of the Corporation adopted by the Board of Directors of the corporation at a meeting duly called and held and at which a quorum was present; 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 Todd Allsup has been duly appointed by the President of the Corporation as a Regional Vice President, and has been fully authorized by the President of the Corporation "to certify and attest the signature of any Officer of the Corporation and empowered to enter into and 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" and further each have been granted by the President of the Corporation `full authority to execute and deliver documents on behalf of the Corporation and to take such other action as is or may be necessary and appropriate to carry out the projects, activities and work of the Corporation." IN WI'ZNESS WHEREOF, I have hereunto affixed my name as Assistant Secretary, this 3rd day of August, 2000 Insituform Technologies, Inc. By. R ert L. Kel Assistant Secretary F'Ait3E : .� Baled Lotationsiorfumishing items or services tated below subject to terms and conditions ,printed on the reverse side, will be received by the Director of the Purchasing Division, attention of ie purchasing agent stated at the above address INTIL THE CLOSE OF BUSINESS L 1 1 QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. ANDREWS AVENUE FORT LAUDERDALE, FLORIDA 33301-1801 Duotation Req. 0 F}2077•-99 )ate: 0 3 0."',. l ."'� 0 0 -or further information, contact purchasing agent. Purchasing f308 MCKE.N1•4EY Agent: Phone No: { 9'54 3 357--60C35 Requisitions SEE'. DEL,OW Date Required SEE BE:LOU Delivery Point($) S E: E. "SHIP T D" FJ E L.1-- 6 QUOTATION MUST BE SIGNED By signature I acknowledge and agree to abide by all condition. 6 Cy 0 81. 7 7 h S 0 contained in this quotation both front and reverse sides as wel 'TGU*&50LJo6 %IPS as any special instruction sheet(s) If applicable. Delivery within I N S I T U F O R M lendar days after receipt of Purchase Order 1I.51.1 PHI:LLI:PS HUY S .JACKSONVILL.E: FL 32256 SIGNATURE (� TITLE IO� "" 'V • DATE PHONE NO. -Vnn ms - 20 r� FAX NO, I w ` -_ 5 V LINE COMMODITY NO. DESCRIPTION QUANTITY UNITS UNIT PRICE TOTAL PRICE 1 : FiIP TO: DES WATER SUPPLY WAREHOUSE'. AI T TN ; FISCAL. OPERATIONS 2Ci':i2; W. C:C)PliNS ItOAQ POMPA,ND SE.ACH , FL 3 30e59 :'�L.L. CClfl?'i00 TI:r:S U1+t1_.E131,1a GTHE RWIS31. INOI:CA11*.U) T}1E: CONTRACTOR SHAYLL. OBTAIN AND PAY FOR ArL.J_. i=E:E ttITS eiNE) FEES NECESSARY TO l.t'rRRY 0 T*HE: LJCHRd .. REQUIRED BY THE BIJ:11LDING J:EPARTMIZ.N'T OF THE. CI'T ' (IF IN A MUNI:C"TIPAL. IXIUNGARY i COUNTY, SI"+'ATIE' AND F E.IIE RAC)-. fir SENCIE S . THE COUNTY WILL REIMBURSE BURSE THE. C:Cii'd'1"iK{ACTOR FOR ANY r-OR ANY COSTS IN CCI?rNEEC:Ti:ON THEREWITH. SAID COSTS SHALL. F3E k) F!_.J_1r A TO THE: COUNTY AND AF12ROVEO SY THE. C:ONI-R.AC:T ADMINISTRATOR PR. ,0&, 'TO PAY?4ENT AT THE L�.XA;CT 4mot N'r OF THE PERMI-T FEE, E-AYE) BUILDING PERMIT f"EE: R=:C:E:1:f TSi WI:Li_ ai:: ATTACHED 'TO PAY REQUESTS }ICED DOES NOT RX..I; IJI RFI ryCuariC)Ns TO EXISTING FACILITIES WELL RE:QUIR}I A PE,RAIT AND THIS PERMIT CAN )'(a1_LOW i THE EtiERGE:NC:Y WORK. ALL WORK PERFORMED WITHIN COUNTY JURISDICTION RIGHTS --OF-•WAY MUST Be: PEEPFORMED SY Ak FIRM CIR CORPORATION CERTIFIED 13Y THE ORT_)WARD COUNTY CENTRAL. EXAMINING BOARD FOR E:NGI:NE.:+: RED CON STRIJC 71ON TRADES (OR WHERE. APPROPRIATE B)' THE FLOPTOA C:ONST'RtUCi 1EIN i_,I:C:Ir:W-EING (3C:rAPEJ) F'OR THE. CLASS OF WORK PERFORMED, THE SUCCESSFUL. GI:ODER WILL. BE: RE::C;UI RE.13 TO USTININ AN ANNUAL "PERMIT OF RFtrT3RD" FROM THE BROWA RT) CUt-JNTY ErNG1NE(EP.I:NG 01VI:SI:GN (NO FEZ. / NO A0111TI:ONAL. SFECURITY REQUIRED) 'TO COVER AI..L. WORK PERFORMET) WITHIN COUNTY JURISCITCTION RI:CiE- TS--OF--WAY, 1"S rj RF;.SIJL'T OF BEING AWARDED THIS CONTRACT. AL.L. WORM PERFORMED WITHYN COUNTY JURI:CL:CI%4- T I ON RJl3HTS--J.1F---WA,Y, SHALL BE. PERFORMEDIN fJr?N'F"DRf•iANCE: WITH Cti12CJwr• RD COUNTY LNGINEE:tii:NCi C)YVISil:GH "MI:NIMUt4 S T ANDA POS APPLICABLE TO PL19L I (. R:1%HT a--OF--WA<Y IJNDE-:R CifOWARU COUNTY _lURI:SDI:C:1"i.ONS"; LATEST EDITION, THIS IS NOT AN ORDER, THIS IS AN INQUIRY, WHICH IMPLIES NO OBLIGATION ON THE PART OF BRDWARD COUNTY. Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 BROWARD COUNTY (954) 357-6065 • FAX (954) 357-8535 L1 APRIL 20, 2000 INSITUFORM TECHNOLOGIES, INC. 11511 PHILLIPS HIGHWAY SOUTH ' JACKSONVILLE, FLORIDA 32256 ATTENTION: GERALD ADDINGTON REFERENCE BID # P2077-99 DEAR MR. ADDINGTON: WE HEREBY ACCEPT YOUR OFFER FOR CONTRACT # P2077-99, FOR AN OPEN END CONTRACT FOR INSITUFORM CURED IN PLACE PROCESS. THIS AWARD IS SUBJECT TO ALL TERMS AND CONDITIONS CONTAINED IN THE ABOVE CONTRACT. THIS CONTRACT IS IN EFFECT FOR THE PERIOD 13EGINNING APRIL 18, 2000 AND ENDING APRIL 17, 200.1, THE BROWARD COUNTY PURCHASING DIVISION MAY RENEW THIS CONTRACT FOR ' TWO, ONE YEAR PERIODS SUBJECT TO SATISFACTORY PERFORMANCE, VENDOR ACCEPTANCE, AND DETERMINATION THAT THE RENEWAL IS IN THE BEST INTEREST OF THE COUNTY. PURCHASE ORDERS) WILL BE PLACED AS AND WHEN REQUIRED. A COPY OF THIS NOTICE, WITH A COPY OF YOUR BID, INCLUDING ALL TERMS AND CONDITIONS, IS BEING FORWARDED TO ALL APPLICABLE USING AGENCIES. THANK YOU FOR YOUR INTEREST IN SUBMITTING A BID. SINCERELY, x& BOB MCKENNEY ("AL- ~ 3 C69 le PURCHASING AGENT II, SPECIALIST IC: TONY LIVID, ENVIRONMENTAL OPERATIONS DIVISION 1 HOWARD COUNTY BOARD OF COUNTY COMMISSIONERS — An Equal Opportunity Employer and Provider of Services Norman Abramowitz Scott I, Cowan Suzanne N. Gunzburper Kristin D. Jacobs Ilene Lieberman Lori Nonce Porrish John E. Rodstrom. Jr. ' World Wide Web: http://Www.co.broward.fl.us/purchasing • r. ->�vlous +Tilts BRDWARD COUNTY BOARD OF COUNTY COMMISSIONERS NEXT ITEMr�R AGENDA ITEM # J'9 Meeting Date 04/18/00 �. Page 1 of 2 otiivi�r tha or Requirement for (tern and Wwd#y the autw"'e f- • c •q' :; qx 4 fhs?3 #iSk qH (Identlly appropriate /udton or Motion, Au r1tY : 'qs; ` .' % ' i• y f' • : ;-, . s 'ss•'i;. �:ryy,r.qd,;13�±�b� gndlor prlrPoee of Item.) ffee er 7 .V �•.• �SiYYftx'•f'Z �q.;i �S•w:.:: � i7' � : ; S i4... •. �iA•,l.'.1. AA Y.L i9 MOTION TO AWARD standardized sole source, open end contract t otation number P2077- Technologies, Inc. far the reconstructInsitutorM ion of sewers and manholes, q operations Division and to 99 in the estimated amount of $763,587.25 for the Environmental ap o, one year periods. The authorize the Director of Purchasing to renew the award and termntract for inate a two years from that date. initial contract shall commence on the date of Why is Action Necessary: In accordance with the Broward County Procurement Code, 21.31.a.4 the Board must approve Contracts over $100,000, What Action Accomplishes: This contract will cover the required services for trenchiess pipe reconstruction of sanitary sewer mains through the installation of a pipe liner inside the existing sewer lines. . Pmgvtde an exec numma of on that lvee an o or the retevmr,t oeteills ror the acti o :as, r. at.^• z ;' >. kr :? :, t ( utNe rY mnlen ) . "' > yg'• first Oerdanoe inoludec the Agency reca 's•a •h',``�', theKem. The � � OPERATIONS DIVISION THE PURCH�.SING DIVISION AND THE ENVIRONMENTAL OPERA RECOMMEND APPROVAL OF THE ABOVE MO N. Insituform Technologies, Inc. was Board standardized as a sole source, sole brand product for repairing pipe on 11 /24/87, item number 16. (Inclu"a proleded oast, approved budget amount and account number, source Of un s r rr'"T,gi �, •r '•S".: rC�':ryp�?si�it'4.:7�r �• rrr s n �:j'. '. .• Si'.�:rYSy,4re �.�„C:k»�• ; any fatal® tu+td n0 qUlremtnto,) ,. �� �� •• ��'�,�' ,.�•.. -9 Wastewater Fund, e fundin source for this requirement is 4610 126 85 es 48 6�00,1Ne'i be enr and mbered at the estimated amount $753,5$7.25. The dollars for each requirement Vv time of release. (pWace number e,shibi►s pumerlcally.) M. 2 of 2 ExeWed oNind(5) for parmenent record Executed tipples to return to: (numuerj Other k1stroctiprly:Mdude name, ao"cY. end Ph°^a) APPROVED DENIED Q DEFERRED From: To: ed quotations for furnishing items or services I d below subject to terms and conditions ed OV the reverse side, will be received by the jirector of the Purchasing Division, attention of hg,ppurchasing agent stated at the above address UfIL THE CLOSE OF BUSINESS 7 T O : 00 PM LIN 103l20 2000 t I QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. ANDREWS AVENUE FORT LAUDERDALE, FLORIDA 33301-1801 630817749 O INS.ITUFORM - (� 1.1.,5 1.1. PH Ti-.L.I PS HUY S )uotation Req. M P 2 O 7 7 -- 9 9 )ate: 03/02/2000 'or further Information, contact purchasing agent purchasing DOFJ MCKE.NNEY Agent: Phone No: i 9 i i 1) 3 C-i 7 -- d 0 V3 S Requisition # SEE BELOW bate Required SEE: C-1fwi -OW Delivery Point(s) SE-:E `SH.1 }' 70 `' F-tEL.Ctb: QUOTATION MUST BE SIGNED By signature I acknowledge and agree to abide by all conditions contained in this quotation both front and reverse sides as well as any special instruction sheet(s) if applicable. Delivery within calendar days aftoLFRceipt of Purchase Order. SIGNAT E TITLE • DATE '00 PHONE NO. �( A- Z• TERMS FAX NO. _goT -79 L' 5n %NE I COMMODITY NO. I DESCRIPTION M I I QUANTITY UNITS UNIT PRICE TOTAL PRICE I I 1 I 11 1 1 FN'T J .i>Hh1CAL QUESTIONS PERTAINING TO THIS QLICITAT1'ON SHOULD GE. PE:F'C RF-11 TO TCFi` Y L IV1:C) AT 954--831 --oa28, ADMIN.-ISTRATIVE QLIESTZ'ONS PERTA1NITNIa 'TO TI-41S r4KI 'A 1:C1N SHOL11_0 BE: DlftECTE:[I TO BOB MCKEmNUE--:Y Al' H:IS FAX NUMBER :I:a '�Mf-'MOr • D`5,?7. TNZ-LlfdANCE: Re:gU ]: RE MENTS ARE ATTACHED. BOB NiCKf:NNEY EJN:IT P 954 -357-•6(3@ THIS IS NOT AN ORDER, THIS IS AN INQUIRY, WHICH IMPLIES NO OBLIGATION ON THE PART OF BROWARD COUNTY. m No. 103-29 (Rev. 1/98) I [l 1 I i] I I I Sealed quotations forfumishing items or services stated below subject to terms and conditions printed oirthe reverse side, will be received by the Director of the Purchasing Division, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5 t LL PM CI 0 ---'si 20l-2000 QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. ANDREWS AVENUE FORT LAUDERDALE, FLORIDA 33301-1801 v�I►.a 13-101zal 58 SNS ITU►-ORM 401 PH T:1_.L.I PS LiWY 83 .JE41.XSONVJLLE FL. 32236 Quotation Req. a>t P' 0 7 7 -• 9 9 Date: .0:3r'02/2000 For further information, contact purchasing agent. Purchasing Agent: Phone No: + r �5 4 ) :3'i i -- 6 () S C'i Requisition N SEE—. BELOW ]Date Required SCE: Delivery Point(s) SEE "SE41 P TO" DEL.0 OUOTATION MUST BE SIGNED By signature I acknowledge and agree to abide by all conditior contained in this quotation both front and reverse sides as wE as any special instruction sheat(s) if applicable. Delivery withi calendar daayys/s rafter receipt of Purchase Orde SIGNATIZE v TITLE DATE 3 _ G.GJ .►1 PHONE NO. r- C�'I�3�ri�ZTERMS FAX NO. _ %- 4 p1y- ,a5106 LINE COMMODITY NO. DESCRIPTION QUANTITY UNITS UNIT PRICE TOTAL PRICE QL)01 A"r•I1:1N :IS }-()_•RE8Y R'):-:i11.) E.S T E D ON AN 1)PPN l.141.) f!AS:t •: DEL.I;)El: THE i= OL.L.1-DW a:NU I:NS I: T'UF O W4 PROCESS F*0R.. F;s:I:I:11,'S'TRI.II::")".TIN C_1F" SEWr:�.RS/PiANHOI-ES }cf:�.PUIni-L) DY THE I71?L UARD COUNTY OP T.► E 0F' f::`JY;: E?ONMENTAL. 43'L:RVIC ES IN Alviwl.TF217AN1.F: WITH ?HEE ATTA:rHED SERV:LC}_:S PR:IC:IN13 ME•:NLI i=C1is EROWARII COUNTY. THE :INITIAL. C'IJN'TRACT PERIOD +EiF11.L START ON IDATE OF IIwAml , ANC, :_+HALL TERM INA'TF_' TWO (2) YEKARS FROM T}i.cJ DFiTF . THE SRIJI.JAR,J1 C:Cil. NTY PURCHASING 0XVISICIii MAYR}:.1,'}:W T}i:t (11 1.1T EtiAL""')' F iaF: tWC) 2) ACW).'TIi:It AI- CINE: (I) 'it::AR i'E'RIA,EI> SLIrJCCT T'ii SATI SF A1: T 0RY l ED41.1OR ACCEPTANCE , AND U Tf:•:i?t(INAT•ION T*�-%AT" 1ENG:LJAL. IS IN THE l3E:ST" )J41'ERES oF T}4 ):JELI;JF=.RY; T}il I_ISIN17, DIVISION WILL. ADVISE' VENDOR �413 TO Dt=TAIL.S CIF C)r_.L.IVE.14Y I?"EIAUIi?EMENTS. S}i L.L. }'EoOVI):1}__ SIGNED ANl:l NDTARIx.F-D "OK-UG F'h'F_E Weil?KPL.AC:E C:E::f-:T'Ii i:�::r"i i ICIht" , FORM ATTACHED, WS 11'i C�L1C1'i'i=. pi INS,I"T:JF OR'ih PRol:ES+.- STANDARDIZE -.I) BY BRDWARD COUNT)* 1401 -•tliD OP tCOUN T'Y C.0Mt 11S't3l.GNt RS Aii A C)L-E SOURCE 1.1 / 4/87 , N O , 16. i13770G20000 SI:UERS AND UTTLITT. .Li IN —PI -ACE; PIPE- PROCESS FOR R}T_lri�fti'+TRC1Jl�7'ICJIti',SEWEIRarTSEfllNl�)..F..F3 ry i"'I"r�C:riEi :t?T "Al, si-,t iCIAI_. INSTRUCTIONS S TO QUOTE RS, SEX-C)Mi: r-N PART 1:1FT THIS QUOTATION AND CONTAINS FORMS WHICH SHOUL J BE. ixi:A0, ACKNOUL.E.!)CiED. AND RE:T'I_IRNE11 WITH YOUR C, KITATIcIN. ANNUAL.- SERVICE-. AGREEMENT FOR ;+AN:ITAIZY SERVICES PR:IC11413- MEN i==i-)1 SiRlOUAR13 COUNTY F?a^,^F:a 1-•17 , IS ATTACHE)? AND IS TO BE i='I:1_.i-.e:Ci OUT AND RETURNE.0 WI:T"H QUOTAT'ICIN ixEQUtT.'-iT" BEF—ORE C)LIE CIA'TE_: SPECIFIED IM IJ17P}_,R I..i:'.E'T HAND CORNER, BE SURE TO SIBN 1 AND 0A T E PUC) T A T'i:ON REQUEST IN LIPP _ R PIGHT fiANC) C:GRNE:R . 1 THIS IS NOT AN ORDER, THIS IS AN INQUIRY, WHICH IMPLIES NO OBLIGATION ON THE PART OF BROWARD COUNTY. . arm No. 103-29 (Rev, 1/98) QUOTATION REQUEST # 2077-99 ATTACHMENT"A" �l it 1 11 11 URCHASING (VISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA SPECIAL INSTRUCTIONS TO QUOTERS INSITUFORM PROCESS SCOPE: THESE SPECIAL INSTRUCTIONS ARE IN ADDITION TO THE QUOTATION REQUEST TERMS AND CONDITIONS AND BECOME A PART OF THIS CONTRACT. AWARD CRITERIA: IF A SPECIFIC BASIS OF AWARD IS NOT ESTABLISHED IN THE QUOTATION REQUEST, THE AWARD SHALL BE TO THE RESPONSIBLE QUOTER WITH THE LOWEST RESPONSIVE QUOTE MEETING THE WRITTEN SPECIFICATIONS. 2. FURTHER INFORMATION: PROJECT COORDINATOR FOR THIS CONTRACT IS TONY LIVID, TELEPHONE (954) 831-0828 OR HIS DULY AUTHORIZED REPRESENTATIVE. PROJECT REVIEW AND WORK SCHEDULES SHALL BE COORDINATED WITH THE PROJECT COORDINATOR BEFORE ANY WORK IS STARTED. QUOTERS REQUIRING ADDITIONAL INFORMATION AS TO THE TECHNICAL PROVISIONS OR DESIRING TO VIEW THE SITE, SHALL CONTACT THE PROJECT COORDINATOR. 3. SPECIFICATIONS AND REQUIREMENTS: TECHNICAL SPECIFICATIONS & REQUIREMENTS ARE ATTACHED HERETO AND MADE A PART HEREOF AS ATTACHMENT "A". NOTE: WHENEVER THE TECHNICAL SPECIFICATIONS ADDRESS A THIRD PARTY (I.E. MANUFACTURER, APPLICATOR, SUBCONTRACTORS ETC.) IT IS TO BE CONSTRUED AS THE QUOTER THROUGH THE THIRD PARTY. THE SUCCESSFUL QUOTER, IN ORDER TO BE CONSIDERED RESPONSIBLE, MUST POSSESS ONE OF THE. FOLLOWING LICENSES AND STATE REGISTRATION (IF APPLICABLE) AT THE TIME OF BID OPENING. STATE OR COUNTY: UTILITY _ OR ENGINEERING LICENSE 1 ANY WORK NOT WITHIN THE SCOPE OF THE ABOVE CONTRACTOR MUST BE PERFORMED BY A LICENSED CONTRACTOR. 1 IP-PS02.JAN-2000 2120100 PAGE 1 OF 134 1 1 QUOTATION REQUEST #P2077-99 1 f! I 1 11 1 1 17 1 1 ATTACHMENT"A" (CONTINUED) INSITUFORM PROCESS .4. PUBLIC BID DISCLOSURE ACT: PURSUANT TO THE PUBLIC BID DISCLOSURE ACT, ALL PERMITS AND FEES INCLUDING BUT NOT LIMITED TO ALL LICENSES, OCCUPATIONAL LICENSE, CERTIFICATE OF OCCUPANCY (CO), PERMITS, IMPACT FEES OR INSPECTION FEES PAYABLE BY CONTRACTOR TO THE COUNTY BY VIRTUE OF THIS WORK/PROJECT, AND DISCLOSED IN THIS REQUEST FOR BIDS AND THE AMOUNT OR PERCENTAGE METHOD OF ALL SUCH LICENSES, PERMITS AND FEES REQUIRED BY BROWARD COUNTY ARE LISTED BELOW. EACH LICENSE, PERMIT OR FEE A CONTRACTOR WILL HAVE TO PAY THE COUNTY BEFORE OR DURING CONSTRUCTION OR THE % METHOD OR UNIT METHOD OF ALL LICENSES, PERMITS AND FEES REQUIRED BY THE COUNTY AND PAYABLE TO THE COUNTY BY VIRTUE OF THIS CONSTRUCTION AS PART OF THE CONTRACT IS STATED BELOW. THE CONTRACTOR SHALL OBTAIN AND PAY FOR ALL PERMITS AND FEES NECESSARY TO CARRY ON THE WORK, REQUIRED BY THE BUILDING DEPARTMENT OF THE CITY (IF IN A MUNICIPAL BOUNDARY) COUNTY, STATE, AND FEDERAL AGENCIES. THE COUNTY WILL REIMBURSE THE CONTRACTOR FOR ANY, COSTS IN CONNECTION THEREWITH. SAID COSTS SHALL BE BILLED TO THE COUNTY AND APPROVED BY THE CONTRACT ADMINISTRATOR PRIOR TO PAYMENT AT THE EXACT AMOUNT OF THE PERMIT FEE. PAID BUILDING PERMIT FEE RECEIPTS WILL BE ATTACHED OR BY OTHER LOCAL GOVERNMENTAL ENTITIES ARE NOT INCLUDED IN THE ABOVE LIST. 5. LICENSING REQUIREMENTS: IN ORDER TO BE CONSIDERED A RESPONSIBLE BIDDER FOR THE SCOPE OF WORK SET FORTH IN THESE BID DOCUMENTS, THE BIDDER SHOULD POSSESS THE FOLLOWING LICENSES AT THE TIME OF BID SUBMITTAL, HOWEVER, MUST POSSESS AND SUBMIT A COPY OF SAME PRIOR TO AWARD. ANY WORK PERFORMED NOT WITHIN THE SCOPE OF THE ABOVE CONTRACT MUST BE PERFORMED BY A LICENSED CONTRACTOR. 6. OCCUPATIONAL LICENSE REQUIREMENTS: A. OCCUPATIONAL LICENSES FROM BROWARD COUNTY FIRMS WILL BE REQUIRED TO BE SUBMITTED WITHIN 15 DAYS OF NOTIFICATION OF INTENT TO AWARD. B. OCCUPATIONAL LICENSES WILL BE REQUIRED PURSUANT TO CHAPTER 205, FLORIDA STATUTES. 7. INSURANCE REQUIREMENTS: (SAMPLE INSURANCE CERTIFICATE ATTACHED) SEE ATTACHED. (ATTACHMENT "B"). IP-PS02.JAN-2000 2128/00 PAGE 2 OF 134 1 QUOTATION REQUEST #P2077-99 ATTACHMENT "A" (CONTINUED) INSITUFORM PROCESS 8. CANCELLATION FOR CONVENIENCE: THE COUNTY RESERVES THE RIGHT, AT ITS OPTION, TO CANCEL THIS CONTRACT FOR ANY OR NO CAUSE, FOR COUNTY CONVENIENCE, BY GIVING THIRTY (30) DAYS PRIOR WRITTEN NOTICE TO THE VENDOR/CONTRACTOR, AT THE END OF WHICH TIME THIS CONTRACT WILL AUTOMATICALLY EXPIRE WITHOUT THE NECESSITY OF ANY ' FURTHER ACTION. IN THE EVENT THIS CONTRACT IS TERMINATED FOR CONVENIENCE AS PROVIDED IN THIS SECTION, THE VENDOR/CONTRACTOR WILL BE PAID FOR ALL MATERIALS, GOODS AND SERVICES (AS APPLICABLE IN SUCH CONTRACT) INCURRED PRIOR TO THE EFFECTIVE DATE OF TERMINATION. ADDITIONALLY, THE VENDOR/CONTRACTOR MAY, AT THE REASONABLE, PROFESSIONAL DISCRETION OF THE COUNTY PURCHASING DIRECTOR, BE ALLOWED DIRECT TERMINATION EXPENSES AND FIXED SETTLEMENT COSTS WHICH HAVE BECOME FIRM PRIOR TO THE DATE OF THE NOTICE OF TERMINATION. NO PAYMENT WILL BE MADE FOR LOST OR FUTURE PROFITS. 1 UPON RECEIPT OF THE NOTICE OF TERMINATION ISSUED UNDER THIS SECTION, THE VENDOR/CONTRACTOR SHALL DISCONTINUE ALL WORK, CEASE ANY DELIVERIES, SHIPMENT, OR CARRIAGE OF GOODS AND MAKE AVAILABLE TO THE COUNTY PURCHASING DIRECTOR ANY AND ALL REPORTS, DATA, SPECIFICATIONS, ESTIMATES, SUMMARIES, AND INFORMATION AS ARE REQUIRED BY THE CONTRACT. 9. PUBLIC ENTITY CRIMES ACT IN ACCORDANCE WITH THE PUBLIC ENTITY CRIMES ACT, SECTION 287.133, FLORIDA STATUTES, A PERSON OR AFFILIATE WHO IS A CONTRACTOR, CONSULTANT OR OTHER PROVIDER, WHO HAS BEEN PLACED ON THE CONVICTED VENDOR LIST FOLLOWING A CONVICTION FOR A PUBLIC ENTITY CRIME MAY NOT SUBMIT A BID ON A CONTRACT TO PROVIDE ANY GOODS OR SERVICES TO THE COUNTY, MAY NOT SUBMIT A BID ON A CONTRACT WITH THE COUNTY FOR THE CONSTRUCTION OR REPAIR OF A PUBLIC BUILDING OR PUBLIC WORK, MAY NOT SUBMIT BIDS ON LEASES OF REAL PROPERTY TO THE COUNTY, MAY NOT BE AWARDED OR PERFORM WORK AS A CONTRACTOR SUPPLIER, SUBCONTRACTOR, OR CONSULTANT UNDER A CONTRACT WITH THE COUNTY, AND MAY NOT TRANSACT ANY BUSINESS WITH THE COUNTY IN EXCESS OF THE THRESHOLD AMOUNT (CURRENTLY $15,000.00) PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO PURCHASES FOR A PERIOD OF 36 MONTHS FROM THE DATE OF BEING PLACED ON THE CONVICTED VENDOR LIST. VIOLATION OF THIS SECTION SHALL RESULT IN CANCELLATION OF THE COUNTY PURCHASE AND MAY RESULT IN DEBARMENT. 10. PERMITS AND FEES: THE CONTRACTOR SHALL PROCURE AND PAY FOR ALL PERMITS AND LICENSES, CHARGES AND FEES AND GIVE ALL NOTICES NECESSARY AND INCIDENTAL TO THE DUE AND LAWFUL PROSECUTION OF THE WORK. THE COST OF ALL PERMITS, FEES, ETC. SHALL BE INCLUDED IN PRICE BID EXCEPT WHERE NOTED IN THE SPECIFICATIONS AND REQUIREMENTS. t II IP-PS02.JAN•2000 2128/00 PAGE 3 OF 134 [l QUOTATION REQUEST #122077-99 ATTACHMENT "A" (CONTINUED) INSITUFORM PROCESS 11. CODE REQUIREMENTS: THE CONTRACTOR AND HIS SUBCONTRACTORS ON THIS PROJECT MUST BE FAMILIAR WITH ALL APPLICABLE FEDERAL, STATE, COUNTY, CITY AND LOCAL LAWS, REGULATIONS OR CODES AND HE GOVERNED ACCORDINGLY AS THEY WILL APPLY TO THIS PROJECT AND THE ACTIONS OR OPERATIONS OF THOSE ENGAGED IN THE WORK OR CONCERNING MATERIALS USED. CONTRACTOR SHALL ASK FOR AND RECEIVE ANY REQUIRED INSPECTIONS. 12. CONTRACTOR RESPONSIBILITIES: THE CONTRACTOR WILL BE RESPONSIBLE FOR THE PROVISION, INSTALLATION AND PERFORMANCE OF ALL EQUIPMENT, MATERIALS, SERVICES, ETC. OFFERED IN HIS QUOTE. THE CONTRACTOR IS IN NO WAY RELIEVED OF THE RESPONSIBILITY FOR THE PERFORMANCE OF ALL EQUIPMENT FURNISHED, OR OF ASSURING THE TIMELY DELIVERY OF MATERIALS, EQUIPMENT, ETC. EVEN THOUGH IT IS NOT OF HIS OWN MANUFACTURE. 13. NOTICE TO QUOTERS: PLEASE CHECK THE FEDERAL EMPLOYER'S IDENTIFICATION NUMBER (FEIN) ON THE FACE OF THE QUOTATIOW REQUEST AND MAKE APPROPRIATE CORRECTIONS ON THE COVER SHEET. IF THE COUNTY DOES NOT HAVE THE CORRECT FEIN, PAYMENTS CANNOT BE MADE TO YOUR FIRM. NOTE TO PROSPECTIVE_ QUOTER: BE SURE TO HAVE THE QUOTATION REQUEST SIGNED BY AN AUTHORIZED REPRESENTATIVE OF YOUR FIRM IN THE UPPER RIGHT HAND CORNER OR YOUR QUOTE WILL NOT BE CONSIDERED RESPONSIVE. 1 I IP-PS02.JAN-2000 2128100 PAGE 4 OF 134 1 QUOTATION REQUEST #P2077-99 ATTACHMENT"A" (CONTINUED) INSITUFORM PROCESS 14. INDEMNIFICATION: CONTRACTOR SHALL INDEMNIFY AND SAVE HARMLESS THE COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES, FROM OR ON ACCOUNT OF ANY INJURIES OR DAMAGES, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS DURING OR ON ACCOUNT OF ANY OPERATIONS CONNECTED WITH THE CONSTRUCTION OF THIS PROJECT INCLUDING WARRANTY PERIOD; OR BY OR IN CONSEQUENCE OF ANY NEGLIGENCE (EXCLUDING SOLE NEGLIGENCE OF COUNTY), IN CONNECTION WITH THE SAME; OR BY USE OF ANY IMPROPER MATERIALS OR BY OR ON ACCOUNT OF ANY ACT OR OMISSION OF THE SAID CONTRACTOR OR HIS SUBCONTRACTOR, AGENTS, SERVANTS, OR EMPLOYEES. CONTRACTOR AGREES TO INDEMNIFY AND SAVE HARMLESS THE COUNTY, ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY CLAIMS OR LIABILITY ARISING FROM OR BASED UPON THE VIOLATION OF ANY FEDERAL, STATE, COUNTY OR CITY LAWS, BY-LAWS, ORDINANCES OR REGULATIONS BY THE CONTRACTOR, HIS SUBCONTRACTOR, AGENTS, SERVANTS OR EMPLOYEES. CONTRACTOR AGREES TO INDEMNIFY AND SAVE HARMLESS THE COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES, FROM ALL SUCH CLAIMS AND FEES, AND FROM ANY AND ALL SUITS AND ACTIONS OF EVERY NAME AND DESCRIPTION THAT MAY BE BROUGHT AGAINST COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES, ON ACCOUNT OF ANY CLAIMS, FEES, ROYALTIES, OR COSTS FOR ANY INVENTION OR PATENT, AND FROM ANY AND ALL SUITS AND ACTIONS THAT MAY BE BROUGHT AGAINST COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES, FOR THE INFRINGEMENT OF ANY AND ALL PATENTS OR PATENT RIGHTS CLAIMED BY ANY PERSON, FIRM, OR CORPORATION. CONTRACTOR FURTHER AGREES TO INDEMNIFY AND SAVE HARMLESS THE COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES, FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS RESULTING FROM ANY CONSTRUCTION DEFECTS, INCLUDING PATENT DEFECTS. THESE INDEMNIFICATIONS SURVIVE THE TERM OF THIS CONTRACT. IN THE EVENT THAT ANY ACTION OR PROCEEDING IS BROUGHT AGAINST THE COUNTY BY REASON OF ANY SUCH CLAIM OR DEMAND, CONTRACTOR, UPON WRITTEN NOTICE FROM COUNTY SHALL RESIST AND DEFEND SUCH ACTION OR PROCEEDING BY COUNSEL SATISFACTORY TO COUNTY, THE INDEMNIFICATION PROVIDED ABOVE SHALL OBLIGATE THE CONTRACTOR TO DEFEND AT HIS OWN EXPENSE OR TO PROVIDE FOR SUCH DEFENSE, AT THE COUNTYS OPTION, ANY AND ALL CLAIMS OF LIABILITY 1 AND ALL SUITS AND ACTIONS OF EVERY NAME AND DESCRIPTION THAT MAY BE BROUGHT AGAINST THE COUNTY EXCLUDING ONLY THOSE WHICH ALLEGE THAT THE INJURIES AROSE OUT OF THE SOLE NEGLIGENCE OF THE COUNTY, WHICH MAY RESULT FROM THE OPERATIONS AND ACTIVITIES UNDER THIS CONTRACT WHETHER THE CONSTRUCTION OPERATIONS BE PERFORMED BY THE CONTRACTOR, HIS SUBCONTRACTOR OR BY ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY EITHER. I 1 IP-PB02.JAN-2000 2128/00 PAGE 5 OF 134 1 QUOTATION REQUEST #P2077-99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS ITEM NO f]PSCRIPTInN ESTIMATED 115oGE IINIT UNIT PRICE TOTAL PRICE A. INSPECTION AND __. _. EVALUATION SERVICES 1. TV INSPECTION A. MOBILIZATION 4 HR $ $ `ion _ ' B. TV INSPECTION LF n0 (<=21" DIAMETER) 4 $.zr $—�. C. TV INSPECTION 4 LF cw $Ar._ I +d (<21" DIAMETER) $ 2. TV INSPECTION (10,000 LF (OR MORE) ' A. MOBILIZATION 5 HR $ Zoo ar9 $ B. TV INSPECTION d"D 1 (<=21" DIAMETER) 5 LF $ $ C. TV INSPECTION (<21" DIAMETER) 5 LF 00 $—.7--- so $ + D. LATERAL INSPECTION 45 EA $ _ 3S� $ 1 I E. MANHOLE INSPECTION 5 EA as $� $ �506° 3. CLEANING AND PRE -TV INSPECTION A. COMPUTERIZED DATA REPORT 5 LF $0 $ B. LIGHT CLEANING AND PRE -TV INSPECTION (<=12" DIAMETER) 6,200 LF or $ ota $ �� ' NAME OF QUOTER 5 �� tr 0 G y Co- l 'IP-PS02.JAN-2000 2128100 PAGE 6 OF 134 QUOTATION REQUEST #P2077-99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS TOTAL ESTIMATED UNIT ITEM DESCRIPTION I IS GE IIMIT PRICE N^ A. INSPECTION AND _ ...PBIC.E__ ._ EVALUATION SERVICES (CON'T) 3. CLEANING AND PRE -TV INSPECTION (CON'T) C. MEDIUM CLEANING AND PRE -TV INSPECTION (�=12" DIAMETER) 20 LF b0 +o D. HEAVY CLEANING AND PRE -TV $� �4 $ INSPECTION (<=12" DIAMETER) 20 LF ' E. LIGHT CLEANING AND PRE -TV INSPECTION (>12" TO 21" DIA.) 1,000 LF $ $ Z - F. MEDIUM CLEANING AND PRE -TV INSPECTION (>12" To 21" DIA.) 20 LF $_ $ G. HEAVY CLEANING AND PRE -TV `"♦ oy INSPECTION (>12" TO 21" DIA.) 20 LF $ $ iH. LIGHT CLEANING AND PRE -TV QO 4:t INSPECTION (>21" TO 42" DIA.) 20 LF $ $ I. MEDIUM CLEANING AND PRE -TV 1 00 to (0 EO. INSPECTION (>21" TO 42" DIA.) 10 LF $ $ ' J. HEAVY CLEANING AND PRE -TV LF $ , $7 $ SO INSPECTION (>21" TO 42" DIA.) 10 I NAME OF QUOTER�S IP-PB02.JAN-2000 ' 2128100 PAGE 7 OF 134 QUOTATION REQUEST #P2077-99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS ITEM ESTIMATED UNIT TOTAL NO_ nERCRIPTION ,_.,_� USAGE I INIJ PR1r=E-P_RIrE _ A. INSPECTION AND EVALUATION SERVICES (CONIT) 3. CLEANING AND PRE -TV INSPECTION (CONI) K. SPECIALTY CLEANING, AhP 11P\1A1 ROOT OR GREASE (<=12" DIAMETER) 22 LF ROOT OR GREASE (>12" TO 21" DIAMETER) 14 LF TUBERCULATION (<=12" DIAMETER) 10 LF ' TUBERCULATION (>12" TO 21") 10 LF BUCKET MACHINE 5 DAY I NAME OF QUOTER -7 IS %I'\)Ir01 G\A1>, Q, L OC,1 71:0C. s_2. 00 s $4 $ 512122 a+ O s $ 20[ $ 4-T tc~cP $ O 'IP-PB02.JAN-2000 2f28/00 PAGE 8 of 134 QUOTATION REQUEST #P2077-99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS ITEM ESTIMATED UNIT TOTAL NQ 1112SCRIPTION _ I IS GE UNIT PRCCF PRICE B. SANITARY SEWER REHABILITATION 1. INSTALLATION OF CURED -IN -PLACE LINER A. SANITARY SEWER MAINS, 8" DIAMETER 1. 6.0 MM NOMINAL 6 XD Q9 THICKNESS (.236) 4,800 LF $ $ B. SANITARY SEWER MAINS, 10" DIAMETER '. 1. 6.0 MM NOMINAL THICKNESS 1,000 do LF $ 3� aC $ (.236) _ 1 2. 7.5 MM NOMINAL 40 eo THICKNESS (.295) 5 LF $ - C. SANITARY SEWER MAINS, 12" DIAMETER 1. 6.0 MM NOMINAL co �Z $ ' THICKNESS (.236) 5 LF $ 2. 7.5 NOMINAL �', Z'Z ' THICKNESS (.295) 500 LF $ 1 NAME OF QUOTER , 1 IP-PBO2.JAN-2000 2128/00 PAGE 9 OF 134 QUOTATION REQUEST OP2077-99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS ITEM ESTIMATED UNIT II IT PRCCF TOTAL PRICE B. HRACF._ SANITARY SEWER _ REHABILITATION (DON'T) 1. INSTALLATION OF CURED -IN -PLACE LINER (CONi) ' D. SANITARY SEWER MAINS, 15" DIAMETER 1. 6.0 MM NOMINAL do s S gr r $ THICKNESS (.236) 5 LF 2. 7.5 MM NOMINAL LF 4 $ 5v $ a 000 THICKNESS (.295) 500 3. 9.0 MM NOMINAL LF co - $ $ THICKNESS (.354) 5 1 E. SANITARY SEWER MAINS, 18 DIAMETER 1. 6.0 MM NOMINAL f 6q �cw 4b THICKNESS (.236) 5 LF $ 2. 7.5 MM NOMINAL d� ,� -� coo �0 THICKNESS (.295) 5 LF $ $ 3. 9.0 MM NOMINAL THICKNESS 300 LF $ QED' $ (.354 4. 10.5 MM NOMINAL � $ �� $ THICKNESS (.413) 5 LF NAME OF DUOTER IP-PS02.JAN-2000 2l28100 PACE 10 OF 134 QUOTATION REQUEST #P20_ 77.99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS ITEM ESTIMATED UNIT TOTAL NA nFSCRIPTION HSAGE 11NIT PRICE ,. __- PRICE B. SANITARY SEWER REHABILITATION (CON'T) 1. INSTALLATION OF CURED -IN -PLACE LINER (CON'T) F. SANITARY SEWER MAINS, 21" DIAMETER 1. 6.0 MM NOMINAL M CHO THICKNESS (.236) 2 LF $-74— $ 14 3%�....-. 2. 7.5 MM NOMINAL THICKNESS (.295) 2 LF $ $ \ S6 M 3. 9.0 MM NOMINAL THICKNESS (.354) 2 LF $32.- 1 4. 10.5 MM NOMINAL czo 3) 300 LF $� 1 THICKNESS (.41$ . 5. 12.0 MM NOMINAL �O THICKNESS (.472) 1 LF $� r'10 _ $ G. SANITARY SEWER MAINS 24" DIAMETER 1. 9.0 MM NOMINAL �p� RfN00 THICKNESS (.354) 1 LF $ $� _ $ 2. 10.5 MM NOMINAL vD cno THICKNESS (.413) 1 LF $ ��► $ Z' NAME OF QUOTER IP-PB02-JAN-2000 212$I00 PAGE 11 OF 134 I I QUOTATION REQUEST #P2077-99 SCHEDULE OF PRICES . ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCgR TOTAL ITEM ESTIMATED UNIT B. SANITARY SEWER REHABILITATION (CON'T) 1. INSTALLATION OF CURED -IN -PLACE LINER (CON'T) G. SANITARY SEINER MAINS, 24" DIAMETER (CON'T) 3. 12.0 MM NOMINAL THICKNESS (.472) 1 LF $� $ 4. 13.5 MM NOMINAL THICKNESS (.531) 1 LF $ $ lot 5. 15.0 MM NOMINAL 1 0 r THICKNESS (.591) 1 LF $ $ H. SANITARY SEWER MAINS, 27" DIAMETER 1. 9.0 MM NOMINAL LF �} $.._ COD $ r THICKNESS (.354) 1 2. 10.5 MM NOMINAL 5 THICKNESS (.413) 1 LF $ $... Z 3. 12.0 MM NOMINAL LF $ THICKNESS (.472) 1 $�_ . 4. 13.5 MM NOMINAL op THICKNESS (.531) 1 LF $ 5. 15.0 MM NOMINAL Cv�- THICKNESS (.591) 1 LF $ $_ „ NAME OF QUOTER IP-PS02.JAN-2000 2128/00 PAGE 12 OF 134 M QUOTATION REQUEST # U77-99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF RISITUFORM PROCESS ESTIMATED 1115 A l%C UNIT TOTAL emir+= aelrm SANITARY SEWER REHABILITATION (CON"r) 1. INSTALLATION OF CURED -IN -PLACE LINER (CON'T) 1. SANITARY SEWER MAINS, 30" DIAMETER 1. 10.5 MM NOMINAL THICKNESS (.413) 1 LF $ $tea 2. 12.0 MM NOMINAL LF e� $ I THICKNESS (.472) 1 $_ 3. 13.5 MM NOMINAL 010 THICKNESS (.531) 1 LF $ 4. 15.0 MM NOMINAL THICKNESS (.591) 1 LF ECG• $—I!LAf - $ A r ' 5. 16.5 MM NOMINAL 11 0 tt__�� $ 1 67' THICKNESS (.650) 1 LF $�...� J. SANITARY SEWER MAINS, 36" DIAMETER ' 1. 10.5 MM NOMINAL G� 1 -7b c 17 THICKNESS (.413) 1 LF $ $ 2. 12.0 MM NOMINAL 1 �V THICKNESS (.472) 1 LF $ $ ' 3. 13.5 MM NOMINAL 1�`�, (� 1 T THICKNESS (.531) 1 LF $ $ 1 1111S CrJVrOZrp\ 1 1 ���] 1 OC.. NAME OF QUOTER IP-PB02JAN-2000 2/28100 PAGE 13 of 134 QUOTATION REQUEST #P2077.99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCES ITEM ESTIMATED IINIT UNIT PRICE TOTAL PRICE bIn ESCRIPTION USAGE B. SANITARY SEWER REHABILITATION (CON'T) ' 1. INSTALLATION OF CURED -IN -PLACE LINER (CON'T) J. SANITARY SEWER MAINS, ' 36" DIAMETER (CON'T) ' 4. 15.0 MM NOMINAL $ cze THICKNESS (.591) 1 LF 5. 16.5 MM NOMINAL THICKNESS (.650) 1 LF $�� $ .��, o 6. 18.0 MM NOMINAL 1 LF $ Z O� $ Z3 b ' THICKNESS (.709) K. PRESSURE PIPE RECONSTRUCTION (FORCE MAINS) 1. 8-INCH DIAMETER 10 LF $ I �x] $, 2. 16-INCH DIAMETER 560 LF $fir $ < <� ' 2. ANCILLARY SERVICES A. BY-PASS PUMPING, 8" TO 18" DIAMETER ONLY LF ONO $�� vo �.... 1. 8" SEWER FLOW 1,800 $ � oa 2. 10" SEWER FLOW 300 LF $ $ ' 3. 12" SEWER FLOW 240 LF $. — $ �5�... FLOW LF 0%0 $- $ 4. 15" SEWER 240 -z— 5. 18" SEWER FLOW 240 LF $ $ ' NAME OF QUO7ER T�wO 1r�Gt�Na�C.1 C C IP-PS02.JAN-2000 2128100 PAGE U OF 134 I I QUOTATION REQUEST #P2077-99 ' SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF IN ITUFORM eROCESS ITEM ESTIMATED UNIT TOTAL B. SANITARY SEWER REHABILITATION (CON'T) 2. ANCILLARY SERVICES (CON'T) B. BY-PASS PUMPING, LARGER THAN 18" DIAMETERS PUMP SET UP 1. 4" PUMP 1 EA 00 $ $ 2. 6" PUMP 1 EA ro � $, _ •$ -7 aD Eno 3. 6" PUMP 1 EA $_s_)6_ $ ' 4. 10" PUMP 1 EA $� $ 9so 00 MCH ep, Moo 5. 12" PUMP 1 EA $ $ ' C. PUMP OPERATION (PER HOUR PER PUMP) 1. 4" PUMP 5 HR � ,� $ D � $ ,S 2. 6" PUMP 10 HR $ .moo Qno $ 3. 8" PUMP 5 HR $�.-_.. $ 17 4. 10" PUMP 1 HR $ �� $ 11 000. co J 14 r � 5. 12" PUMP 1 HR $ $ MOBILIZATION NECESSARY) 1 LS ap $�p0.- D. (IF $ ' E. STANDARD SERVICE RECONNECTION 160 EA 0d J $ PO 4z $� NAME OF QUOTER 'IP-13802.JAN-5000 2128100 PAGE 15 OF 134 1 QUOTATION REQUEST #P2077-99 1 u SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS ITEM ESTIMATED UNIT TOTAL NA_ [)FSCRIPTI[]N LISOrF I INIT PRCCE PRICE B. SANITARY SEWER REHABILITATION (CON'T) 2. ANCILLARY SERVICES (CON'T) F. TRENCHLESS LATERAL RECONSTRUCTION SYSTEM 1. CURED -IN -PLACE LATERAL SEAL 2. SERVICE RECONSTRUCTION UP To 20 LINEAR FEET 3. ADDITIONAL FOOTAGE 4. ADDITIONAL FOR STACK SERVICE 5. CLEANOUT INSTALLATION, GRASSED AREA <=5 FT. DEEP 6. CLEANOUT INSTALLATION, GRASSED AREA >5 FT DEEP 7. CLEANOUT INSTALLATION, IN ASPHALTED AREA, WITH BOX <=5 FT DEEP 8. CLEANOUT INSTALLATION, IN ASPHALTED AREA, WITH BOX >5 FT DEEP 9. CLEANOUT INSTALLATION IN CONCRETE, WITH BOX <=5 FT DEEP 99 49 100 1 40 10 1 1 1 EA EA EA EA EA EA EA EA EA er CAD $3-o6c $14%240 1C� $ I D►aoo° ti. awl• aa• $ 1 sm $ 5�� NAME OF t1U0TER , =Oc,- 'IP-PBO2.JAN-2000 2128/00 PAGE 16 OF 134 QUOTATION REQUEST #P2077-99 SCHEDULE OF PRICES ESTIMATED QUANTITIES FOR SANITARY SEWER REHABILITATION THROUGH THE INSTALLATION OF INSITUFORM PROCESS ITEM ESTIMATED UNIT TOTAL 1 B. SANITARY SEWER REHABILITATION (CON'T) 2. ANCILLARY SERVICES (CON'T) F. TRENCHLESS LATERAL RECONSTRUCTION SYSTEM (CON'T) 10. CLEANOUT INSTALLATION, IN CONCRETE, WITH BOX Cfl cc >5 FT DEEP 1 EA $ $ Zsg.- u [l TOTAL 1 G. EASEMENT ACCESS, ADDITIONAL DC dD 1. <= 12•INCH DIAMETER 300 LF $ $. ct no" 2. a 12-INCH DIAMETER 300 LF $ b $ H. BLIND SHOTS, ADDITIONAL 1. SET UP I. TRAFFIC CONTROL 1. FLAGMAN, EACH 2. ARROW BOARD, EACH 3. BARRICADES, EACH 4. LANE DIVIDERS, EACH 1 40 5 50 5 w EA DAY DAY DAY ' NAME OF QUOTER IP-PBO2.JAN-2000 2128100 CPO 0 $.__ $ Sz $ $ $ $ �-- 't PAGE V OF 134 7- DRUG FREE UWKPLACE gMIFICATISY The undersigned vendor hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or I use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The offerors policy of maintaining a drug -free workplace; (III) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall: (i) Abide by the term of the statement; and (ii) Notify the employer in writing of the employees conviction of, or plea of guilty or nolo contenders to, any violation of Chapter $93 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace no later than five days after such conviction. (5) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily 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; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). (vendor Signature) _ (Print vendor Name) IRE4aookl , %I - 1 STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 2:0 day of Q 1995, by7 1 s (name of person who's signature is being notarized) as M uqtCM '�'•�tltLe) of 105 1 0yi>tWA tC_ \1s. r' (name of corporation/company), known ' to me to be the person described herein, or who produced w f-, Q O W 2, 1 (type of identification) as identification, and who did/did not take an oath. NOTARY PUBLIC: .RI ( (Signature) Lam G. Heir yl (Print Name) SUZAN G. HERRMANN MY COMMISSION t CC 725517 EXPIRES: Juy 16, 2002 9ond►d Thm Nowry Pubk Undwoftnt My commission expires: 4/95 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSING BOARD wt 7960 ARLINGTON EXPRESSWAY SUITE 300 JACKSONVILLE FL 32211-7467 u ADDERHOLD, TERRY WAYNE INSITUFORM TECHNOLOGIES INC 702 SPIRIT 40 PARK DRIVE CHESTERFIELD MO 63005-1629 I I i 1-1 I I I (904) 727-6530 STATE OF FLORIDA AC# 5 4 7 7 3 L DEPARTMENT OF BUSINESS -AND PROFESSIONAL REGULATION CG —0O23963 02/16/1999 980214 CERTIFIED GENERAL CONTRACTOR ADDERHOLD, TERRY WAYNE .- INSITUFORM'TECHNOLOGIES INC. IS CERTIFIED Expiration Date: AUG 31, under the provisions of Ch. 4139 DETACH HERE --- - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - 5,•417.3 4 l'- REGULATION LICENSE NBR A 0 4 L"t ��c Wft, 4, gaMef beloWL �1-S;�.Cj NfWITED ;: Friderth -r0V-W0'ft­T-"O'fChO0Oe-f�4a9i ,: �� -#irafiendate: AUG 31, 2000 ADDERHOLD, TERRY WAYNE rt INSITUFORM TECHNOLOGIES INC 702 SPIRIT 40 PARK DRIVE CHESTERFIELD 63005-1629 -MO JED BUSH GOVERNOR DISPLAY AS AEOUIRED BY LAW CYNTHIA A. HENDERSO SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSING BOARD 7960 ARLINGTON EXPRESSWAY SUITE 300 JACKSONVILLE FL 32211-7467 INSITUFORM TECHNOLOGIES INC 702 SPIRIT 40 PARK DRIVE CHESTERFIELD MO 63005 [I 1.1 LI 1 I DETACH HERE (904) 727-6530 STATE OF FLORIDA AC# 556797 DEPARTMENT OF BUSINESSAND PROFESSIONAL REGULATION GB —0011131 Ob 1Q9:(. 5'99 99902E QUALIFIED BUSINESS ORGANIZATIOI INSITUFORM TECHNOLOGIES INC,,. ( NOT A LICENSE. TOE--PER-T_O r, WORK ALLOWS COMPANY TO— O'BUSINESS IT HAS A LICENSED `QUALIFIEEZ,.) IS QUALIFIED under the P'O""ons Of Ch- 4139 Expiration Date: AUG 31, 2001 Ar­ x QF .F RIDA ik�,�:,STA�'E -B'L1�I IV S$:; "AND; ,PROFESSIONAL REGULATION "meµ ° �: H+� �^ �'° COIF I.IYDUS- I EN BOARD r­fcwas TCENSE- NBRm 14 E�gtitetio■ ds� ,Au6 1,F.`,2001._ _ .., :_� �: _ • .,K. (THIS IS-. NOT .A LICENSE .TO PERFfORM. WORTHIS ALLOWS THE COMPANY .Ta,-DO BUSINESS ONLY,IF.IT HAS A QUALIFIER.) INSITUFORM TECHNOLOGIES INC 702: SPIRIT 40 PARK DRIVE I.ESTEREIEL D �' 5 :M 63005. ',� ' `• �'�; �%ti x� �`" =t_ Yam- . ' - .- . • _ - �.;y wfr fv,:•.• a JED BUSH n1001 AV AQ DCf%llloMn oV 1 Aw CYNTHIA A. HENDERSOr 1 1 I I 1 -11 I 1 1 1 Ft 4 of CERTIFICATE OF COMPETENCY - BROWARD COUNTY` !� Detach and SIGN the reverse side of this card , aG•!V ^ �T,- ^-- 5WW,� cow IMMEDIATELY upon receipt You should carry this CERTIFICATE 01= COMPNCY �, ; �... ETE card with you at all times. ENG 1A, PRIMARY' PIPELINES I .CC#.,�;% �co �.-�a0-.1. e6i -- TkR1ZY1. ADDERHOLD,. ;W .,VUALIFY'IN_G� F INS ITUFORM TECHNOL0GIES:,..•:1NC.. — 11511 PHILLIPS HWY $ .- _• • ' ' JACKSONVILLE FL 3-2256 ADDERHOLD, TERRY W 6507 BURNHAM CIR PONTE VEDRA BEACH FL 32082-2505 EXPIRES 8/31/00 CTL#_-,.-6892,• I 503-207 (5/98) I I 11 I � � [] I I I I I [.] I it#ta�v c CIA e 1\ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CON INDUSTRY 7960 ARLINGTON STE 300 JACKSONVILLE I LICENSING BOARD EXPRESSWAY FL 32211-7467 HART, TIM J INSITUFORM TECHNOLOGIES INC 11511 PHILLIPS HWY SOUTH JACKSONVILLE FL 32256 1 I 1 I (904) 727-6530 S7ATE OF FLORIDA 14Ci¢r.s " , 3 DEPARTMENT• OF, BUSINESS AND PROFESSIONAL•REGULATION •'L CU—CO56972 '12 'V,1-999. 994159E.' CERT UNDERGRND UT•.IL,°'&: 7MXCAV CN i liART, T I M J :4NSI.TUFORM T:ECHNOLOGZES IS CERTIFIED tinier the provisions of Ch. 4e9 Expiration Date: AUG 01, 2000 IDETACH HERE ,c 5 7 - _ ,;w' -STATE of FLORIDA ...-,.,;,.. DEPARTMENT :DF�BUSIINESS `AND 'PROFESSIONAL REGJLA'TION --i ;w;4';; �.A:..-.._ 'CONST..iNDUSTRY_.LICENSING BOARD , • t LICENSE NBR' dhe 'ND•ERORi3URAM ff .. � A Ti'ON CONTR74CT.CfR lamed J I EI +, "': ender the prortsiow-0 -489 FS. a;:_z `� Expiratiea date AUG 31, 2000 x• Tom`- .. . -= .,-••�zr.��';,,:•.,�..r •TIM. J"�" HART, ' NS I TUFORM TECHNOLOGIES INC `I 11511 PHILLIPS HWY SOUTHJACKSONVILLE �FLz�2256f��9--, - ..;:._. e v,'' • .y, ,ir..- �,G, -;Se' ..;.' -•, •_., .,ry,r .fir R.r.:•; _:i. ;.a 3•-�e , ,. �.. JEB EUSH _ '� _: : - ; - -'= �..-. ... C'fryT'rIIA A.i-iEiduEn-SON' . GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY A 1 11 L 11 C] 1 1 TABLE OF CONTENTS BROWARD COUNTY NORTH REGIONAL WASTEWATER DISTRICTS 1, 2 AND 3A SEWER SYSTEM REHABILITATION USING CURED -IN -PLACE PIPE LINING SECTIQN TITLE TECHNICALSPECIFICATIONS DIVISION_1 -_GENERAL REQUIREMENTS PAGE 01010 Summary of Work ............................... 01010-1 to 01010- 6 01025 Measurement and Payment ........................ 01025-1 to 01025-27 01090 Reference Standards ............................. 01090-1 to 01090- 3 01300 Submittals ..................................... 01300-1 to 01300- 6 01400 Quality Control .................................. 01400-1 to 01400- 5 01510 Temporary Utilities ............................... 01510-1 to 01510- 3 01530 Protection of Existing Facilities ..................... 01530-1 to 01530- 5 01550 Site Access and Storage .......................... 01550-1 to 01550- 3 01560 Temporary Environmental Controls .................. 01560-1 to 01560- 4 01570 Traffic Regulations and Maintenance of Traffic ......... 01570-1 to 01570- 2 01600 Materials ...................................... 01600-1 to 01600- 3 01700 Project Closeout ................................ 01700-1 to 01700- 3 DIVISION 2 - SITEWORK 02750 Wastewater Flow Control .......................... 02750-1 to 02750- 3 02751 Preparatory Cleaning and Root Removal .............. 02751-1 to 02751- 4 02752 Television Survey ................................ 02752-1 to 02752- 4 02765 Cured -In -Place Pipe Lining ........................ 02765-1 to 02765- 8 02770 Cured -In -Place Pipe Reconstruction of Pressurized Piping 02770-1 to 02770-14 DIVISION 3 - CONCRETE - (Not Used) DIVISION 4 - MASON - (Not Used) DIVISION 5 - METALS - (Not Used) DIVISION 6 - WOOD AND PLASTICS - (Not Used) DIVISION 7 - THERMAL AND MOISTURE PROTECTION - (Not Used) DIVISION 8 - DOORS AND WINDOWS - (Not Used) Hwd.4580S187/01-13.00 TC-1 BCOES //I PROGRAM CURED -IN -PLACE TABLE OF CONTENTS DIVISION 9 - FINISHES - (Not Used) DIVISION 10,- SPECIALTIES - (Not Used) DIVISION 11 - EQUIPMENT - (Not Used) DIVISION 12 - FURNISHINGS - (Not Used) DIVISION 13 - SegCIAL CONSTRUCTION - (Not Used) DIVISION 14 - CONVEYING SYSTEM - (Not Used) DIVI5ION_1,5 - MECHANICAL - (Not Used) DIVISION 16 - ELECTRICAL - (Not Used) e Hwd:4580$187/01-13-00 BCOE31// PROGRAM TC-2 CURED -IN -PLACE 1 1-1 1 1 1 1 1 1 SECTION 01010 - SUMMARY OF WORK PART 1 -- GENERAL 1.01 GENERAL A. The Work to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The Work shall be complete, and all work, materials, and services not expressly shown or called for in the Contract Documents which may be necessary for the complete and proper construction of the Work in good faith shall be performed, furnished, and installed by the CONTRACTOR as though originally so specified or shown, at no increase in cost to the OWNER. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The Project consists of furnishing all labor, materials and equipment for performing sanitary sewer system repairs. B. The work to be performed under this contract shall include the installation cured -in -place liner and all the associated appurtenances, such as service lateral reinstallment, bypass pumping, point repairs, sectional pipe lining, root removal and cleanout installation. Additionally, the work shall include all repairs for surface restoration and to bring the project site to its original condition. C. Prior to construction, the CONTRACTOR shall identify existing utilities. The CONTRACTOR will be responsible for the coordination of his work with the associated utility owner and permitting agencies having jurisdiction over the specific locations to be verified. D. Cured -In -Place Pipe Lining: Repairs shall be continuously generated under individual work orders during the contract period as the results of the ongoing sewer system evaluation survey become available. The CONTRACTOR shall view the available video inspection tapes to familiarize himself with pipe's condition. E. The Work also includes providing temporary sanitary sewer service of service laterals, bypass pumping or plugging, if needed, and other appurtenant and miscellaneous items and work for a completed project. F. Work shall be performed to ensure a minimum of traffic disruption or sewer down time as necessary, and work must be coordinated with affected residents and utility personnel. G. As the results of the ongoing sewer system evaluation survey become available, specific collection system rehabilitation work orders will be developed for the technologies and remedial construction services in this proposal. The County reserves the right to select the technology and scope of work for each work order. Contractor unit prices established ' under this selection process will determine the total cost of each work order. I Hwd.4580S 188/01-13-00 BCOES 1/1 PROGRAM 01010-1 CURED -IN PLACE I 1.03 WORK BY OTHERS I A. The CONTRACTOR's attention is directed to the fact that work may be conducted at the , sites by other contractors during the performance of the Work under this Contract. The CONTRACTOR shall conduct its operations so as to cause a minimum of interference with the Work of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the sites, as required to perform their respective contracts. B. Work to be performed at sites under other contracts consist of the following: 1. Cured -in -place sectional pipe lining. 2. Fold -and -formed pipe lining. 3. Excavated point repairs. 4. Pipe replacement. 5. Chemical grouting. 6. Manhole rehabilitation. 7. Service lateral television survey. 8. Water system rehabilitation. C. When two or more contracts are being executed at one time on the same or adjacent land in such manner that Work on one contract may interfere with that on another, the OWNER shall determine the sequence and order of the Work. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the OWNER to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the Work or the use of territory shall be made the basis of any claim for delay or damage. D. Interference With Work on Utilities: The CONTRACTOR shall cooperate fullywith all utility forces of the OWNER or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the Work, and shall schedule the Work so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.04 FIELD LAYOUT OF WORK A. Elevations of existing ground, structures and appurtenances on work orders will be reasonably correct but are not guaranteed to be absolute and therefore are presented only as an approximation. Any error or apparent discrepancy in the data shown or omissions of data required for accurately accomplishing the stake -out survey shall be referred immediately to the ENGINEER for interpretation or correction. B. All survey work for construction control purposes shall be made by the CONTRACTOR at , his expense. The CONTRACTOR shall establish all base lines for the location of the principal component parts of the work together with bench marks and batter boards adjacent to the work. The CONTRACTOR shall develop and make all detail surveys necessary for construction. The OWNER will furnish information and location of existing bench marks. Hwd.4580S 188/01-13-00 BCOES 1/1 PROGRAM 01010-2 CURED -IN PLACE I 1 11 C. The CONTRACTOR shall have the responsibility to carefully preserve the bench marks, reference points and stakes. In case of destruction thereof by the CONTRACTOR or resulting from his negligence, he shall be held liable for any expense and damage resulting therefrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. D. Existing or new control points, property markers, and monuments that will be established or are destroyed during the normal causes of construction shall be re-established by the CONTRACTOR; and all reference ties recorded therefore shall be furnished to the ENGINEER. All computations necessary to establish the exact position of the work shall be made and preserved by the CONTRACTOR. E. The ENGINEER may check all or any portion of the work, and the CONTRACTOR shall afford all necessary assistance to the ENGINEER in carrying out such checks. Any necessary corrections to the work shall be performed immediately by the CONTRACTOR. 1.05 CONTRACTOR USE OF PROJECT SITE A. The CONTRACTOR's use of the project site shall be limited to its construction operations, including on -site storage of materials, on -site fabrication facilities, and field offices. Off -site storage of materials will be arranged for by the CONTRACTOR and a copy of an agreement for use of other property shall be furnished to the ENGINEER. 1.06 OWNER USE OF THE PROJECT SITE A. The OWNER may utilize all or part of the existing facilities during the entire period of construction for the conduct of the OW NER's normal operations. The CONTRACTOR shall cooperate with the OWNER to minimize interference with the CONTRACTOR's operations and to facilitate the OWNER's operations. 1.07 PARTIAL UTILIZATION OF THE WORK BY OWNER A. The CONTRACTOR is hereby advised that the OWNER may accept the responsibility for the maintenance and protection of a specific portion of the project if utilized prior to completion. However, the CONTRACTOR shall retain full responsibility for satisfactory operation of the total project. 1.08 PROJECT MEETINGS A. Preconstruc!LQn Conference: Prior to the commencement of Work at the site, a 1 preconstruction conference will be held at a mutually agreed time and place which shall be attended by the CONTRACTOR, its superintendent, and its subcontractors as appropriate. r Other attendees will be: 1 1. Representatives of OWNER. 2. Governmental representatives as appropriate. 3. Others as requested by CONTRACTOR, ENGINEER or OWNER. ' Hwd.4580S 188/01-13-00 SCOES 1/1 PROGRAM 01010-3 CURED -IN PLACE B. Unless previously submitted to the ENGINEER, the CONTRACTOR shall bring to the conference one copy each of the following: 1. Preliminary schedule. 2. Preliminary procurement schedule of major equipment and materials and items requiring long lead time. 3. Preliminary Shop Drawing / Sample / Substitute or "Or Equal" submittal schedule. 4. Schedule of Payment Items (lump sum price breakdown) for progress payment purposes. I 5. Traffic Maintenance Plan C. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. CONTRACTOR's tentative schedules. 2. Transmittal, review, and distribution of CONTRACTOR's submittals. 3. Processing applications for payment. , 4. Maintaining record documents. 5. Critical work sequencing. 6. Field decisions and Change Orders. , 7. Use of project site, office and storage areas, security, housekeeping, the OWNER's needs. i 8. Major equipment deliveries and priorities. 9. CONTRACTOR's assignments for safety and first aid. D. The ENGINEER will preside at the preconstruction conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. E. Progress Meetings: The ENGINEER will schedule monthly progress meetings. The CONTRACTOR, ENGINEER and OWNER, and all subcontractors active on the site shall be represented at each meeting. CONTRACTOR may at its discretion request attendance by representatives of its suppliers, manufacturers, and other subcontractors. F. The ENGINEER will preside at the meetings and provide for keeping and distribution of the minutes. The purpose of the meetings will be to review the progress of the Work, maintain Hwd:4580S 188/01-13-00 BCOES /// PROGRAM 01010-4 CURED -IN PLACE 11 I I 1.1 1 I I 1 coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. G. The CONTRACTOR shall attend meetings held to coordinate work between other contracts that may be on -going on the project site. The General Superintendent, Job Superintendent, and/or other key representatives of each prime contractor shall attend these conferences. 1.09 SITE CONDITIONS A. The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Specifications made a part of this Contract. Any failure by the CONTRACTOR to acquaint himself with the available information will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The OWNER assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER. 1.10 DIFFERING SITE CONDITIONS A. The CONTRACTOR shall promptly and before such conditions are disturbed, notify the OWNER in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in this contract, or (2) unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for this contract. The OWNER will promptly investigate the conditions, and if he finds that such conditions do materially so differ and cause an increase or decrease in the CONTRACTOR's cost of, or the time required for, performance of any part of the work under this contract, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the contract modified in writing accordingly. B. No claim of the CONTRACTOR under this clause shall be allowed unless the CONTRACTOR has given the notice required in Paragraph A. C. No claim by the CONTRACTOR for an equitable adjustment hereunder shall be allowed if asserted after final payment under this contract. PART 2 -- PRODUCTS - (Not Used) PART 3 -- EXECUTION - (Not Used) Hwd.4580S 188/01-13-00 1 01010-5 BCOES 1/1 PROGRAM CURED -IN PLACE SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 -- GENERAL 1 1.01 SCOPE A. Payments to the CONTRACTOR shall be made on the basis of the Schedule of Prices as full and complete payment for furnishing all materials, labor, tools and equipment, and for performing all operations necessary to complete the work included in the Contract Documents. Such compensation shall also include payments for any loss or damages arising directly or indirectly from the work, or from any discrepancies between the actual quantities of work and those shown in the Contract Documents. L B. The prices stated in the Schedule of Prices include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the details and specified herein. The Basis of Payment for an item at the price shown in the Schedule of Prices shall be in accordance with its description of the item in this Section and as related to the work specified. Unit prices will be applied to the actual quantities furnished and installed in conformance with the Contract Documents. 1.02 MEASUREMENT A. The quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the OWNER unless otherwise specified. The ENGINEER will witness all field measurements. B. When depth of cuts are indicated in the bid items, they shall be measured vertically from the existing grade at excavation point, paved or unpaved, to the pipe invert. C. The quantities stated in the Schedule of Prices are approximate only and are intended to fix the approximate amount of the cost of the Project. The County does not expressly or ' impliedly agree that the actual amount of the work to be done in the performance of the contract will correspond with the quantities in the Schedule of Prices; the amount of work to be done may be more or less than the said quantities and may be increased or decreased by the County as circumstances may require. The increase or decrease of any quantity shall not be regarded as grounds for an increase in the unit price or in the time allowed for the completion of the work, except as provided in the Contract Documents. 1.03 PAYMENT ITEMS FOR CURED -IN -PLACE PIPE LINING ' A. General 1. The OWNER will not provide any space or place to store materials for this project. No payment will be made for stored materials. 11 Hwd.458OS 189/01-13-00 BCOES IA PROGRAM 01025-1 CURED -IN -PLACE 2. Whenever "Limits of Construction" is referred to, the limit of construction shall be within an area 7.5 feet each side of the centerline of the pipe and no more than 5 feet beyond the end of the new pipe installed. 3. It is intended that all work required to complete this Contract will be included in the various bid items as described in the following paragraphs. B. Item A.1.a and A.2.a — Mobilization 1. Mobilization refers to the travel charges incurred in transporting equipment and personnel to or from the jobsite from the nearest base of operations. This item will be paid by the hour as shown on the Schedule of Prices, C. Items A.1.b, A.1.c, A.2.b and A.2.c -- TV Inspection 1. TV inspection refers to the televised inspection of the pipe interior using remote , controlled video equipment. Payment is either by the hour of operation or by the linear feet of travel within the pipe, when the travel is equal or greater than 10,000 linear feet, as shown on the Schedule of Prices. D. Item A.2.d — Lateral Inspection 1. This item shall include the TV inspection of service connections via clean out or from the main line. Information obtained shall be recorded on extra high grade T-120 VHS format video tape, to match BCOES equipment, and on hard copy log sheets. This is a necessary part of the Specifications and the CONTRACTOR's equipment must be approved by the ENGINEER. This item of work will be measures and paid at the unit price per each service lateral inspected, as shown on the Schedule of Prices. E. Item A.2.e — Manhole Inspection 1. Manhole Inspection refers to the televised inspection of the manhole interior, noting any deficiencies. Payment is lump sum, as shown on the Schedule of Prices. F. Items A.3.a through A.1.k — Cleaning and TV Inspection i 1. Computerized data reports refer to the computerized collection and storage video inspection data. The data is then compiled into a comprehensive system evaluation , report. Payment for this item is lump sum, as shown on the Schedule of Prices. 2. Items A.3.b through A.1.k shall include internal cleaning and TV inspection using remote control video equipment. The CONTRACTOR shall clean every pipeline prior to TV inspection. 1/4 3. Light cleaning refers to the removal of of the pipe diameter or less of accumulated sand and/or debris from a section of the pipeline. Medium cleaning refers to the removal of greater than 1/4 to'/z of the pipe diameter accumulated sand and/or debris from a section of the pipeline. Heavy cleaning refers to the removal of greater than '/z of the pipe diameter of accumulated sand and/or debris from a section of the pipeline. Hwd.4580S189/01-13-00 SCOES UI PROGRAM 01025-2 CURED -IN -PLACE I I 4. Information obtained shall be recorded on extra high grade T-120 VHS format video tape, to match BCOES equipment, and on hard copy log sheets. This is a necessary part of the Specifications and the CONTRACTOR's equipment must be approved by the ENGINEER. 5. This item of work will be measured and paid at the unit price per linear foot of sewer pipeline cleaned and TV inspected, depending on the degree of cleaning and the pipe diameter, as shown on the Schedule of Prices. Measurement will be to the nearest foot from inside edge of manhole to inside edge of manhole, not including the manhole chamber. G. Item A.1.j — Special Cleaning, Additional Removal of grease, roots or tuberculation in cast iron pipe or the use of special equipment such as bucket machines will be considered special cleaning and will be measured and paid per linear foot additionally to cleaning, depending on the pipeline diameter and the type of cleaning, as shown on the Schedule of Prices. H. Items B.1.a through B.1.j — Installation of Cured -in -Place Liner This item refers to the installation of a resin impregnated, cured -in -place pipe within the existing sewer main. 2. The new pipe shall be cut in the manhole at a suitable location. The finished product shall be continuous over the length of pipe reconstructed and be free from dry spots, delamination and lifts. Should the liner not make tight seal at the inside manhole wall, a seal shall be made by the use of extra polyester fiber felt and epoxy resin. Pipe entries and exits shall be smooth, free of irregularities, and water tight. No visible leaks shall be present form between the liner and the existing pipe. 3. The CONTRACTOR will be responsible for stopping all visible leaks, including active leaks at reinstated service connections caused by water traveling in between the host pipe and the liner. These conditions are to be grouted to stop leaks and/or fill voids between the host pipe and the liner at no cost to the OWNER. During the warranty period, any defects which will affect the integrity or strength of the product shall be repaired at the CONTRACTOR's expense, in a manner mutually agreed upon the OWNER and the CONTRACTOR. 4. This item includes all necessary or required traffic control and preparation of the existing sewer; removal, transportation and disposal of material generated by cleaning and preparation; chemical joint sealing if necessary; pipe lining; cleaning; testing; clean up; all labor, materials and equipment required to provide a complete and acceptable liner installation, including all appurtenances, in accordance with the Contract documents, the manufacturer's specifications and compliance with all applicable regulatory requirements. 5. .Also included, if repairs are required due to damage caused by the CONTRACTOR's operation, shall be materials for repair, if required, including pipe, fittings and specials, pipe bedding, and materials for surface restoration; transportation and handling costs delivered to the work site; any bypass pumping; providing provisional sewers to maintain service; complying with the State of Florida Trench Safety Act, HWd.4580S 189/01.13-00 01025-3 6COES UI PROGRAM CURED -IN -PLACE includingshoring; removal, transportation and disposal of existing sewer excavation; 9 p 9 supporting and protecting existing utilities as required; dewatering; sheeting and shoring, if necessary; furnishing and installing replacement pipe, fittings and repair , couplings; unloading material and placing it in the trench; cutting pipe; furnishing and installing joint materials including lubricant; making all connections within the lines to existing sewers, laterals and structures; placing and compacting bedding and backfill; furnishing and installing additional suitable backfill material, if required; furnishing all materials and equipment required to clean and test the sewer; cleaning and testing the sewer; temporary paving installation and removal; permanent paving replacement; replacement of pavement markings as existed before repair; replacing utilities, catch basins, manholes, trees, grass, shrubs, mail boxes, sprinkler systems, concrete or rock bed driveways, sidewalk and all other similar items, to original locations and to equal or better than original conditions; obtaining and paying for any necessary permits; satisfying all requirements of the permits, and all other appurtenant and miscellaneous items and work including final cleanup. 6. This item will be measured and paid at the unit price per linear foot of Cured in Place Pipe Lining as delineated by the pipe size and depth in brackets named in the Schedule of Prices. Measurement shall be made based on the horizontal projection of the centerline of the permanently installed liner between manholes, including the laying length of fittings along the run, measured to the nearest foot from inside wall of manhole to inside wall of manhole for each section lined, not including the manhole chamber. 7. Payment for bypass pumping and service lateral reinstatements, if required (other than because of damage caused by the Contractor) will be paid for under a separate item. Items B.2.a through B.2.c -- By -Pass Pumping , 1. This item shall provide full compensation for by-pass pumping operations required for sewer and manhole repair work. The CONTRACTOR shall attempt to perform the sewer work without by-pass pumping. However, if, in the opinion of the ENGINEER by-pass pumping is necessary, it will be identified as a payment item. 2. This item shall include, but not be limited to all necessary and required traffic control, pumps; piping; gasoline/diesel fuel; maintenance; transportation and storage; temporary by-pass and service piping; labor; materials and/or any other costs associated with bypass pumping. 3. This item will be measured and paid by linear foot of pipeline by-passed, for pipeline with diameter form 8" to 18", depending on the pipeline diameter, as shown on the Schedule of Prices. For by-pass pumping for pipeline diameters larger than 18", this item payment will be based on a set up charge per pump used, plus a unit price per hour that each pump is operated. J. Item B.2.d — Mobilization I 1. Mobilization refers to the travel charges incurred in transporting equipment and personnel to the jobsite from the nearest base of operations. Hwd.4580S189/01-13-00 BCOES bl PROGRAM 01025-4 CURED -IN -PLACE 1 K. Item B.2.e -- Service Lateral Reinstatement and Preparation 1. This item includes the standard service reconnection and the service lateral inspection and preparation for reconstruction. 2. The standard service connection refers to the reinstatement of the house service connection to the sewer main after the installation of the cured -in -place liner. This is accomplished from within the sewer main via a remote controlled cutting device. Measurement and payment of this item is based on a unit price per each service reinstated, as shown in the Schedule of Prices. L. Item B.2.f — Trenchless Lateral Reconstruction System 1. Trenchless lateral reconstruction system 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. This item includes 3 sub -items for measurement and payment purposes, which are described below. 2. Cured -in -place lateral seal refers to the installation of an 18-inch long cured -in -place liner into the lateral, extending from the sewer main. Payment for this item is based on a unit price as shown on the Schedule of Prices. 3. Service reconstruction up to 20 linear feet refers to the lateral reconstruction via the above system for abase footage of 20 linear feet. Payment is based on a unit price per each lateral reconstructed, as shown on the Schedule of Prices. 4. Additional footage refers to the additional footage of lateral reconstruction beyond the 20 linear feet included in the base price above. Payment is based on a unit price per linear foot, as shown on the Schedule of Prices. 5. Additional for stack service refers to an additional charge incurred when reconstructing a service lateral in the stack or vertical configuration. Payment is additional to other applicable charges and is based on a unit price per each stack, as shown on the Schedule of Prices. 6. The decision to install cured -in -place liner is dependent upon the results of the lateral 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. 7. Additional footage refers to the additional footage of lateral reconstruction beyond the 20 linear feet included in the base price above. Payment is based on a unit price per linear foot. 8. Additional for stack service refers to an additional charge incurred when reconstructing a service lateral in the stack or vertical configuration. Payment is additional to other applicable charges and is base on a unit price per each stack. 9. Clean -out installation refers to the installation of a lateral clean -out at a predetermined point. Payment is based on a unit price per each clean -out installed. Price is based on installation at a shallow depth and within a grassed area. Hwd.4580S 189/01-13.00 BCOES 1/1 PROGRAM 01025-5 CURED -IN -PLACE M. Item 8.2.g — Easement Access, Additional 1. Easement access refers to the additional charge incurred when working within easements between property boundaries. Payment is based on a unit price per foot of easement access in addition to the standard unit price per foot of trenchless pipe reconstruction. N Item B.2.h -- Blind Shots, Additional Set Up 1. Blind shot refers to the additional charge incurred when terminating a section of cured -in -place liner outside a manhole or similar structure. Payment is based on a unit price per each blind shot in addition to the standard unit price per foot of cured - in -place liner. O. Item B.2.i — Traffic Control 1. 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 unit price for trenchless pipe reconstruction. Payment is based on a unit price per each device or unit price per hour for personnel. PART 2 — PROWCT15 Not Use PART 3 -- C I N Not Used - END OF SECTION - Hwd.4580S189/01-13-00 BCOES 1/1 PROGRAM 01025-6 CURED -IN -PLACE I I I I I I 11 L7 SECTION 01090 - REFERENCE STANDARDS PART 1 -- GENERA 1,01 GENERAL A. Titles of Sec ions and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date of the Contract agreement, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein shall be waived because of any provision of, or omission from, said standards or irequirements. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the specifications, all work specified herein shall conform to or exceed the requirements of all applicable codes and the applicable requirements of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of these Specifications nor the applicable codes. B. References herein to "Building Code" or SFBC shall mean the South Florida Building Code, Broward Edition. The latest edition of the code as approved and used by the local agency as of the date of award, as adopted by the agency having jurisdiction, shall apply to the Work herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, Drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the ENGINEER for clarification and directions prior to ordering or providing any materials or labor. The CONTRACTOR shall bid the most stringent requirements. D. Applicable Standard Specifications: The CONTRACTOR shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and Specifications listed herein. G. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1 �126. _Construction _Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. H. References herein to "OSHA Standards" shall mean Title 29, _Part 1919, Occu ation I Safety and Health Standards Code of Federal Regulations (OSHA), including all changes and amendments thereto. Hwd:45BOS190/01-13-00 BCOES 1/1 PROGRAM 01090-1 CURED -IN -PLACE 1.03 ABBREVIATIONS AND ACRONYMS A. Wherever in these specifications references are made to the standards, specifications, or other published data of the various national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these specifications, the following acronyms or abbreviations which may appear in these specifications shall have the meanings indicated herein. AAMA AASHTO ACI ACPA AFBMA AG MA AHGDA Al AIA AISC AISI AITC AMCA ANSI APA API APHA APWA ASA ASAE ASCE ASHRAE ASLE ASME ASMM ASSE ASTM AW PA AW PI AW S AWWA BCDNRP BCPHU BCOES BCW RMD BHMA CMA CRSI DIPRA EIA ETL FDEP Architectural Aluminum Manufacturer's Association American Association of the State Highway and Transportation Officials American Concrete Institute American Concrete Pipe Association Anti -Friction Bearing Manufacturer's Association, Inc. American Gear Manufacturer's Association American Hot Dip Galvanizers Association The Asphalt Institute American Institute of Architects American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association American National Standards Institute, Inc. American Plywood Association American Petroleum Institute American Public Health Association American Public Works Association Acoustical Society of America American Society of Agriculture Engineers American Society of Civil Engineers American Society of Heating, Refrigerating, and Air -Conditioning Engineers American Society of Lubricating Engineers American Society of Mechanical Engineers Architectural Sheet Metal Manual American Society of Sanitary Engineers American Society for Testing and Materials American Wood Preservers Association American Wood Preservers Institute American Welding Society American Water Works Association Broward County Department of Natural Resources Protection Broward County Public Health Unit Broward County Office of Environmental Services Broward County Water Resources Management Division Builders Hardware Manufacturer's Association Concrete Masonry Association Concrete Reinforcing Steel Institute Ductile Iron Pipe Research Association Electronic Industries Association Electrical Test Laboratories Florida Department of Environmental Protection Hwd.4580S 190/01-13-00 BCOES I/I PROGRAM 01090-2 CURED -IN -PLACE 1 1 1 FDOT Florida Department of Transportation FS Federal Specifications IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IPCEA Insulated Power Cable Engineers Association ISA Instrument Society of America ISO International Organization for Standardization MBMA Metal Building Manufacturer's Association MTI Marine Testing Institute NAAM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers NBS NEC National Bureau of Standards National Electrical Code NEMA National Electrical Manufacturer's Association NFPA National Fire Protection Association NRCA National Roofing Contractors Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association SFBC South Florida Building Code, Broward Edition SMACCNA Sheet Metal and Air Conditioning Contractors National Association SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction SFWMD South Florida Water Management District UL Underwriters Laboratories, Inc. - T PART 2 - PRODUCTS N (Not Used) PART 3 -- EXECUTION (Not used) -END OF SECTION- Cl I Hwd.4580S 190/01-13-00 01090-3 BCOES 1/1 PROGRAM CURED -IN -PLACE SECTION 01300 - SUBMITTALS PART 1 -- GENERAL 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals shall be submitted to the ENGINEER. A general summary of the types of submittals and the number of copies required is as follows: Copies to ENGINEEB Type of Sumiftal ' 4 Construction schedule 4 Schedule of payment items 4 Progress estimates 9 Shop drawings ' 2 Product samples 2 Certificates of compliance 2 Warranties 11 1.02 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the ENGINEER, clearly identifying the project and the CONTRACTOR, the enclosed material and other pertinent information specified in other parts of this section. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.03 CONSTRUCTION SCHEDULE A. The construction schedule shall be prepared for each group of work orders in the form of a horizontal bar chart showing in detail the proposed sequence of the work and identifying construction activities for each major component, structure or facility. The schedule shall be time scaled, identifying the first day of each week, with the estimated date of starting and completion of each stage of the work in order to complete the project within the Contract time. Four copies of the schedule shall be submitted within ten calendar days after the date of the Notice to Proceed. Hwd:4580S 191/01-13-00 01300-1 SCOES UI PROGRAM CURED -IN -PLACE B. The construction schedule shall be revised to reflect comments by the OWNER and , ENGINEER and updated monthly, depicting progress to the last day of the month. Six copies shall be submitted with each request for monthly progress payments. ' C. Changes to the schedule shall be accompanied by a letter of explanation with appropriate reference and revision date on the schedule. ' 1.04 SCHEDULE OF PAYMENT ITEMS A. The CONTRACTOR shall submit a Schedule of Payment Items for review within ten ' calendar days after the date of the Notice To Proceed. The schedule shall contain the installed value of the component parts of Work for the purpose of making progress , payments during the construction period. B. The schedule shall be given in sufficient detail for the proper identification of Work accomplished. Each item shall include its proportional share of all costs including the CONTRACTOR's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract. C. No payment will be made for materials stored on the project site. D. The CONTRACTOR shall expand or modify the above schedule as required by the ENGINEER's initial or subsequent reviews. 1.05 PROGRESS ESTIMATES A. Progress estimates shall be submitted in accordance with the General Conditions and shall be accompanied by the revised Construction Schedule. 1.06 SHOP DRAWINGS A. General: Thq reinforcement, materials for ENGINEER. CONTRACTOR shall submit for review shop drawings for concrete structural details, materials fabricated especially for this Contract, and which such Drawings are specified or specifically requested by the 1 11 B. Shop drawings shall show the principal dimensions, weight, structural and operating features, type and/or brand of finish or shop coat, grease fittings, etc., depending on the I subject of the Drawings. C. When so specified, or if considered bythe ENGINEER to be acceptable, the manufacturer's specifications, catalog data, descriptive matter, illustrations, etc., may be submitted for review in place of shop drawings. In such case, the requirements shall be as specified for shop drawings, insofar as applicable. , D. The CONTRACTOR shall be responsible for the prompt submittal of all shop drawings so that there shall be no delay to the Work due to the absence of such Drawings. The ' ENGINEER will review the shop drawings within 14 calendar days of receipt of such Drawings. Reviewed shop drawings will be returned to the CONTRACTOR by regular mail, posted no later than 14 days after receipt. ' Hwd:45BOS 191/01-13-00 BCOES 1/1 PROGRAM 01300-2 CURED -IN -PLACE ' E. Time delays caused by rejection of submittals are not cause for extra charges to the OWNER or time extensions. F. Re uirements: All shop drawings shall be submitted to the ENGINEER through the CONTRACTOR. The CONTRACTOR is responsible for obtaining shop drawings from his subcontractors and returning reviewed Drawings to them. All shop drawings shall be prepared on standard size, 24-inch by 36-inch sheets, or smaller. All Drawings shall be ' clearly marked with the name of the project, OWNER, CONTRACTOR, Bid Package number, and structure to which the drawing applies. Drawings shall be suitably numbered and stamped by the CONTRACTOR. Each shipment of Drawings shall be accompanied ' by a letter of transmittal giving a list of the drawing numbers and the names mentioned above. G. Product Data: Where manufacturer's publications in the form of catalogs, brochures, illustrations, or other data sheets are submitted in lieu of prepared shop drawings, such submission shall specifically indicate the particular item offered. Identification of such items and relative pertinent information shall be made with indelible ink. Submissions showing only general information will not be accepted. H. Product data shall include materials of construction, dimensions, performance ' characteristics and capacities, etc. I. Sample Warranties: When warranties are called for, a sample of the warranty shall be ' submitted with the shop drawings. The sample warranty shall be the same form that will be used for the actual warranty. J. Work Prior to Review: No material or equipment shall be purchased, fabricated especially for this Contract, or delivered to the project site until the required shop drawings have been submitted, processed and marked either "FURNISH AS SUBMITTED" or "FURNISH AS ' CORRECTED". All materials and Work involved in the construction shall be as represented by said Drawings. K. The CONTRACTOR shall not proceed with any portion of the Work for which the design and details are dependent upon the design and details of equipment for which submittal review has not been completed. ' L. CONTRAC10--F:V's Review: Only submittals which have been checked and corrected should be submitted to the CONTRACTOR by his subcontractors and vendors. Prior to submitting shop drawings to the ENGINEER, the CONTRACTOR shall check thoroughly all such ' Drawings to satisfy himself that the subject matter thereof conforms to the Drawings and Specifications in all respects. Drawings which are correct shall be marked with the date, checker's name and indications of the CONTRACTOR's approval, and then shall be submitted to the ENGINEER; other Drawings submitted to the ENGINEER will be returned to the CONTRACTOR unreviewed. M. CONTRACT R's Res onsibili : The review of shop drawings will be general and shall not relieve the CONTRACTOR of the responsibility for details of design, dimensions, etc., necessary for proper fitting and construction of the Work required by the Contract and for achieving the specified performance. ' Hwd.4580S 191/01-13-00 BCO,ES 1/1 PROGRAM 01300-3 CURED -IN -PLACE N. CONTRACTOR's Modifications: For submissions containing departures from the Contract ' Documents, the CONTRACTOR shall include proper explanation in his letter of transmittal. Should the CONTRACTOR submit for review equipment that requires modifications to the ' structures, piping, layout, etc. detailed on the Drawings, he shall also submit for review details of the proposed modifications. If such equipment and modifications are accepted, the CONTRACTOR, at no additional cost to the OWNER, shall do all Work necessary to ' make such modifications. O. Substitutions: Whenever a particular brand or make of material, equipment, or other item ' is specified, or is indicated on the Drawings, it is for the purpose of establishing a standard of quality, design, and type desired and to supplement the detailed specifications. Any other brand or make which, in the opinion of the ENGINEER, is equivalent to that specified ' or indicated may be offered as a substitute subject to the following provisions: 1. CONTRACTOR shall submit for each proposed substitution sufficient details, , complete descriptive literature, and performance data together with samples of the materials, where feasible, to enable the ENGINEER to determine if the proposed substitution is equal. 2. CONTRACTOR shall submit certified tests, where applicable, by an independent , laboratory attesting that the proposed substitution is equal. 3. CONTRACTOR shall submit a list of installations where the proposed substitution is , equal. 4. Where the acceptance of a substitution requires revision or redesign of any part of the Work, all such revision and redesign, and all new Drawings and details required therefore, shall be provided by the CONTRACTOR at his own cost and expense, and , shall be subject to review of the ENGINEER. 5. In all cases the ENGINEER shall be the sole judge as to whether a proposed , substitution is to be accepted. The CONTRACTOR shall abide by the ENGINEER's decision when proposed substitute items are judged to be unacceptable and shall in such instances furnish the item, or substitute, as specified. No substitute items shall ' be used in the Work without written acceptance of the ENGINEER. 6. Acceptance of any proposed substitution shall in no way release the CONTRACTOR from any of the provisions of the Contract Documents. , P. Complete _Submittals: Each submittal shall be complete in all aspects incorporating all information and data required to evaluate the products' compliance with the Contract 1 Documents. Partial or incomplete submissions shall be returned to the CONTRACTOR without review. O. Shop Drawing Distribution: The CONTRACTOR shall submit a minimum of 9 copies of all shop drawings to the ENGINEER for review. Shop drawings will be reviewed, stamped and distributed with the appropriate box checked either "FURNISH AS SUBMITTED", , "FURNISH AS CORRECTED" or "REVISE AND RESUBMIT". The distribution of processed shop drawings will be as follows: Hwd.4580S 191 /01-13-00 BCOES 1/1 PROGRAM 01300-4 CURED -IN -PLACE , 1. Drawings Marked "FURNISH AS SUBMITTED" or "FURNISH AS CORRECTED" 3 copies returned to the CONTRACTOR 2 copies transmitted to the OWNER ' 2 copies remain at the ENGINEER's office 1 copy remains with the shop drawing reviewer 1 copy for the ENGINEER's field representative 2. Drawings Marked "REVISE AND RESUBMIT" 2 copies returned to the CONTRACTOR 2 copies remain at the ENGINEER's office 1 copy remains with the shop drawing reviewer 4 copies will be discarded, unless picked up by the CONTRACTOR R. If the CONTRACTOR requires additional copies of returned shop drawings, he shall include extra Drawings in his original submittal. The ENGINEER will process the Drawings and return them to the CONTRACTOR. 1.07 PRODUCT SAMPLES ' A. CONTRACTOR shall furnish for review all product samples as required by the Contract Documents or requested by the ENGINEER to determine compliance with the specifications. B. Samples shall be of sufficient size or quantity to clearly illustrate the quality, type, range of color, finish or texture and shall be properly labeled to show complete project identification, ' the nature of the material, trade name of manufacturer and location of the Work where the material represented by the sample will be used. ' C. Samples shall be checked by the CONTRACTOR for conformance to the Contract Documents before being submitted to the ENGINEER and shall bear the CONTRACTOR's stamp certifying that they have been so checked. Transportation charges on samples submitted to the ENGINEER shall be prepaid by the CONTRACTOR. D. ENGINEER's review will be for compliance with the Contract Documents, and his comments will be transmitted to the CONTRACTOR with reasonable promptness. E. Acceptable samples will establish the standards by which the completed Work will be ' judged. 1.08 CERTIFICATES OF COMPLIANCE A. Copies of certificates of compliance and test reports shall be submitted for requested items to the ENGINEER prior to request for payment. 1.09 WARRANTIES A. Original warranties, called for in the Contract Documents, shall be submitted to the OWNER through the ENGINEER. When warranties are required for an item, warranty shall be submitted prior to request for payment of that item. ' Hwd.4580S 191/01-13-00 BCOES Y1 PROGRAM 01300-5 CURED -IN -PLACE B. When warranties are requested, a sample of the warranty to be provided shall be submitted with, and considered part of, the shop drawings. C. The CONTRACTOR shall warrant to the OWNER that all material and labor used in the construction are covered by his warrantee for a minimum of a one year period upon approval and acceptance by the OWNER. The CONTRACTOR shall replace or repair defects at no cost to the OWNER during the warrantee period. No visible or potential leakage shall be allowed during the warrantee period. PART 2 -- PRODUCTS - (Not Used) PART 3 -- EXECUTION - (Not Used) ��`►T�I�7��=L��C�I�Ie Hwd.4580S181/01-13-00 BCOES I/I PROGRAM 01300-6 CURED -IN -PLACE I I u SECTION 01400 - QUALITY CONTROL PART 1 -- GENERAL 1.01 QUALITY ASSURANCE A. Quali : All materials shall be new and correctly designed, and shall conform to the requirements of Section 01090, "Reference Standards" and Section 01600, "Materials". They shall be standard first -grade quality produced by expert workmen and be intended for the use for which they are offered. Materials which, in the opinion of the ENGINEER, are inferior or of a lower grade than indicated, specified or required will not be acceptable. B. Source imitations: To the greatest extent possible for each unit of Work, the CONTRACTOR shall provide products, materials, or equipment of a singular generic kind from a single source. C. Comnatibility__of Options: Where more than one choice is available as options for CONTRACTOR's selection of a product, material, or equipment, the CONTRACTOR shall select an option which is compatible with other products and materials already selected. Compatibility is a basic general requirement of product/material selections. ' 1.02 PRODUCT EVALUATION 1 A. The OWNER will employ and pay for the services of an independent testing laboratory for specified testing as specified by the ENGINEER. B. The work or actions of the testing laboratory shall in no way relieve the CONTRACTOR of his obligations under the Contract. The laboratory testing work will include such inspections and testing required by the Contract Documents, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract ' Documents, nor perform, accept or approve any of the CONTRACTOR's Work. C. The CONTRACTOR shall allow the ENGINEER ample time and opportunity for evaluation and testing materials to be used in the Work. The CONTRACTOR shall advise the ENGINEER promptly upon placing orders for materials so that arrangements may be made, if desired, for evaluation before shipment from the place of manufacture. The CONTRACTOR shall at all times furnish the ENGINEER and his representatives, facilities including labor, and allow proper time for evaluation and testing materials, and workmanship. The CONTRACTOR must anticipate that possible delays may occur in the execution of its work due to the necessity of materials being inspected and accepted for use. The CONTRACTOR shall furnish, at his own expense, all samples of materials required by the ENGINEER for testing, and shall make his own arrangements for providing ' water, electric power, or fuel for the various evaluation and tests of structures and materials. ' D. The OWNER will bear the cost of all tests, evaluation, or investigations undertaken by the order of the ENGINEER for the purpose of determining conformance with the Contract Documents if such tests, evaluation, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the ENGINEER as a result of such tests, evaluation, or ' Hwd:45805192/01-13-00 BCOES 1/1 PROGRAM 01400-1 CURED-IMPL4CE 1 , investigations, the CONTRACTOR shall bear the full cost of any additional tests, evaluations and investigations, which are ordered by the ENGINEER to ascertain subsequent conformance with the Contract Documents. 1.03 EVALUATION AT PLACE OF MANUFACTURE A. Unless otherwise specified, all products and materials shall be subject to evaluation by the ENGINEER at the place of manufacture. , B. The presence of the ENGINEER at the place of manufacture however, shall not relieve the CONTRACTOR of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part , of the ENGINEER. 1.04 SAMPLING AND TESTING , A. Unless otherwise specified, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the ENGINEER reserves the right to use any generally -accepted system of sampling and testing which, in the opinion of the ENGINEER will insure the OWNER that the quality of the workmanship is in full accord with , the Contract Documents. B. Any waiver by the OWNER of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial Work, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the ENGINEER reserves the right to make , independent investigations and tests and failure of any portion of the Work to meet any of the requirements of the Contract Documents, shall be reasonable cause for the ENGINEER to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. D. In addition to any other evaluation, observation or quality assurance provisions that may be specified, the ENGINEER shall have the right to independently select, test, and analyze, at the expense of the OWNER, additional test specimens or any or all of the materials to be used. Results of such tests and analyses shall be considered along with the tests or , analyses made by the CONTRACTOR to determine compliance with the applicable specifications for the materials so tested or analyzed; provided, that testing or investigation by the ENGINEER, which fails to meet the requirements of the Contract Documents, all , costs of such independent inspection and investigation, and all costs of removal, correction, and reconstruction or repair of any such Work shall be borne by the Contractor. Hwd:458OS 192/D 1.13-00 BCOES 1/1 PROGRAM 01400-2 CURED -IN -PLACE , 1 1.05 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the ENGINEER any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR at its sole cost and expense. 1.06 RIGHT OF REJECTION A. The ENGINEER, acting for the OWNER, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless of whether the defects in such ' articles or materials are detected at the point of manufacture or after completion of the Work at the site. If the ENGINEER, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the ENGINEER for the OWNER. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the CONTRACTOR. 1.07 WATERTIGHTNESS OF STRUCTURES A. It is the intent of these specifications that all concrete work, sealing work around built-in items and penetrations be performed as required to ensure that groundwater and/or rainwater will not leak into any repaired collection line, service lateral, or manhole. B. The required watertightness shall be achieved by quality construction and proper sealing of all pipes and manholes. ' C. The CONTRACTOR shall provide at its own expense all labor, material, temporary bulkheads, pumps, water, measuring devices, etc., necessary to perform the required tests. I 1.08 HYDRAULIC UPLIFT ON STRUCTURES A. The CONTRACTOR shall be completely responsible for any pipelines or manholes that may become buoyant during the construction operations due to the groundwater or floods and before the structure is put into operation. Should there be any possibility of buoyancy of a structure, the CONTRACTOR shall take the necessary steps to prevent its buoyancy. Damage to any structures due to floating or flooding shall be repaired or the structures replaced at the CONTRACTOR's expense. ' Hwd:4580S 192/01-13-00 BCOES 1/1 PROGRAM 01400-3 CURED -IN -PLACE L 1.09 CUTTING AND PATCHING I A. The CONTRACTOR shall perform all cutting and patching of the Work that may be required , to make its several parts come together properly and fit it to receive or be received by such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and shall only cut or alter work with the written , consent of the OWNER and of the other contractors whose work will be affected. 1.10 OBSERVATION OF THE WORK I A. The Work shall be conducted under the general observation of the ENGINEER and shall be subject to observation by representatives of the ENGINEER acting on behalf of the OWNER to ensure strict compliance with the requirements of the Contract Documents. Such observation may include mill, plant, shop or field observation, as required. The ENGINEER shall be permitted access to all parts of the Work, including plants where materials are manufactured or fabricated. B. The presence of the ENGINEER or any observer, however, shall not relieve the CONTRACTOR of the responsibility for the proper execution of the Work in accordance , with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the ENGINEER or any observer. , C. All materials and articles furnished by the CONTRACTOR shall be subject to rigid inspection, and no materials or articles shall be used in the Work until they have been inspected and accepted by the ENGINEER or its representative. No Work shall be , backfilled, buried, cast in concrete, hidden or otherwise covered until it has been inspected by the ENGINEER or its authorized representative. Any Work so covered in the absence of inspection shall be subject to uncovering. Where uninspected Work cannot be uncovered, such as in concrete cast over reinforcing steel, all such Work shall be subject to demolition, removal, and reconstruction under proper inspection, and no additional will be allowed therefore. , payment 1.11 TIME OF OBSERVATION AND TESTS A. Samples and test specimens required under these Specifications shall be furnished and prepared for testing in ample time for the completion of the necessary tests and analyses before said articles or materials are to be used. The CONTRACTOR shall furnish and , prepare all required test specimens within the scope of the Contract. Except as otherwise provided in the Contract Documents, performance of the required tests will be by the ENGINEER, and all costs therefore will be borne by the ENGINEER at no cost to the CONTRACTOR, except that the costs of any test which shows unsatisfactory results -shall be borne by the CONTRACTOR. Whenever the CONTRACTOR is ready to backfill, bury, cast in concrete, hide, or otherwise cover any Work under the Contract, the ENGINEER shall be notified not less than twenty-four hours in advance to request inspection before beginning any such Work of covering. Failure of the CONTRACTOR to notify the ENGINEER at least twenty-four hours in advance of any such inspections shall be reasonable cause for the ENGINEER to order a sufficient delay in the CONTRACTOR's schedule to allow time for such inspections and any remedial or corrective Work required, and all costs of such delays, including its effect upon other portions of the Work, shall be borne by the CONTRACTOR. , Hwd.4580S192101-13-00 BCOES 1/1 PROGRAM 01400-4 CURED -IN -PLACE , PART 2 -- PRQDUCTS (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - Hwd.4580S 192/01-13-00 BCOES 1/1 PROGRAM 01400-5 CURED -IN -PLACE I 1 �1 I SECTION 01510 - TEMPORARY UTILITIES PART 1 -- GENERAL 1.01 THE REQUIREMENT A. It shall be the CONTRACTOR's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safely and efficiently performing the required Work, and shall be subject to inspection and review by the OWNER's representative at any time within the duration of the Contract. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations. The CONTRACTOR shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the Work. 1.02 POWER AND LIGHTING A. Construction i htin : All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper Work and to afford adequate facilities for inspection and safe working conditions. B. Electrical Connections: All temporary connections for electricity shall be subject to review 1 by the OWNER and the power company representative, and shall be removed in like manner at the CONTRACTOR's expense prior to final acceptance of the Work. C. Separation of Circuits: Unless otherwise permitted by the OWNER circuits separate from lighting circuits shall be used for all power purposes. D. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. I1.03 WATER SUPPLY 1 A. General: The CONTRACTOR shall supply, and pay for all costs for all water used for construction, flushing and testing. The CONTRACTOR shall provide and maintain all meters, piping, fittings, adapters, and valving required. B. Potable Water: All drinking water on the site during construction shall be furnished by the CONTRACTOR and shall be bottled water or water furnished in suitable dispensers. Notices shall be posted conspicuously throughout the site warning the CONTRACTOR's personnel that piped water may be contaminated. C. Water Connections: The CONTRACTOR shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the Hwd.4580S193101-13-00 BCOES 1/1 PROGRAM 01510-1 CURED -IN -PLACE I affected water system. For each such connection made, the CONTRACTOR shall first attach to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. , D. Removal of Water Connections: Before final acceptance of the Work on the project, all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the OWNER and to the agency owning the affected utility. E. Fire Protection: The construction, and all other parts of the Work shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the Work, and responsible persons shall be designated and instructed in the operation of such fire apparatus so as to prevent or minimize the hazard of fire. The CONTRACTOR's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction. 1.04 SANITATION A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction. B. Such facilities shall be made available when the first employees arrive on the Work, shall be properly secluded from public observation, and shall be constructed and maintained in suitable numbers and at such points and in such manner as may be required. C. The CONTRACTOR shall maintain the sanitary facilities in a satisfactory and sanitary condition at all time and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the OWNER, or an adjacent property. D. The OWNER shall have the right to inspect any building or other facility erected, maintained, or used by the CONTRACTOR, to determine whether or not the sanitary regulations have been complied with. E. Sanitary and Other Organic Waste . The CONTRACTOR shall establish a regular daily , collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR's operations shall be disposed of away from the site in a manner satisfactory to the OWNER and in accordance with all laws and regulations pertaining thereto. 1.05 TEMPORARY VENTILATION A. The CONTRACTOR shall provide and maintain adequate ventilation for a safe working , environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases , or vapors. PART 2 -- PRODUCT - (Not Used) I Hwd.4580S 193/01-13-00 BCOES 1/1 PROGRAM 01510-2 CURED-IMPL4CE I PART 3 -- EXECUTION - (Not Used) 1-1 1 1 f] I 11 - END OF SECTION - Hwd:45BOS 193/01-13-00 BCOES UI PROGRAM 1 01510-3 CURED -IN -PLACE SECTION 01530 - PROTECTION OF EXISTING FACILITIES PART 1 -- GENERAL 11.01 THE REQUIREMENT A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. 1 B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the L Work. All such exploratory excavations shall be performed as soon as practicable after award of Contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's Work. When such exploratory excavations show ' the utility location as shown to be in error, the CONTRACTOR shall so notify the OWNER. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.02 RIGHTS -OF -WAY tA. The CONTRACTOR shall not do any Work that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon any rights -of -way involved until notified 1 that the OWNER has secured authority therefore from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin Work, and shall give said party convenient access and every opportunity for removing, shoring, supporting, or otherwise protecting such pipeline, transmission line, ditch, fence, or structure, and for replacing same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that Work on one contract may interfere with that on another, the OWNER shall determine the sequence and order of the Work. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the OWNER to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the Work or the use of territory shall be made the basis of any claim for delay or damage. 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced for easy and accurate restoration. It shall be the CONTRACTOR's responsibility to notify the proper representatives of the OWNER of the time and location that Work will be done. Such notification shall be sufficiently in advance of construction so that there will be no delay due to waiting for survey points to be satisfactorily referenced for restoration. All Hwd.4580S194/01-13-00 BCOES 1/1 PROGRAM 01530-1 CURED -IN -PLACE survey markers or points disturbed by the CONTRACTOR without proper authorization by the OWNER, will be accurately restored by the Owner at the CONTRACTOR's expense after all street or roadway resurfacing has been completed. , 1.04 RESTORATION OF FACILITIES A. Gen r : All paved areas including asphaltic concrete berms cut or damaged during , construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. Within five working days of the pipe installation, temporary restoration shall be completed. All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific restoration requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. B. Temr)orary Restoration: Temporary restoration includes repair to all driveways, sidewalks and roadways. They shall be swept clean and be maintained free of dirt and dust. All areas disturbed by the construction activities shall be restored to proper grade, cleaned up, including the removal of debris, trash, and deleterious materials. All construction materials, supplies, or equipment, including piles of debris shall be removed from the area. All temporarily restored areas shall be maintained by the CONTRACTOR. These areas shall be kept clean and neat, free of dust and dirt, until final restoration operations are completed. The CONTRACTOR is responsible to utilize dust abatement operations in the temporarily restored areas as required, to the satisfaction of the ENGINEER. C. Temoorary Resurfacing. Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. D. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement, unless otherwise specified. E. Temporary Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private driveways have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks or driveways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or driveways until the final restoration thereof has been made. Hwd.4580S194/01-13-00 SCOES /// PROGRAM 01530-2 CURED -IN -PLACE F. Final storation: Final restoration shall include the completion of all required pavement replacement of roadways, driveways, curbs, gutters, sidewalks and other existing I improvements disturbed by the construction: final grading, placement of sod, installation or replacement of any trees or shrubs, repair of irrigation systems, pavement marking, etc., all complete and finished, acceptable to the ENGINEER. 1.05 EXISTING UTILITIES AND IMPROVEMENTS 1 A. General: The CONTRACTOR shall protect all underground utilities and other improvements which may be impaired during construction operations. It shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The CONTRACTOR shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Utilities to be Moved: In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the CONTRACTOR, be notified by the OWNER to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the CONTRACTOR shall notify the OWNER a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. C. Where the proper completion of the Work requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is shown, the CONTRACTOR shall remove and temporarily replace or relocate such utility or improvement in a manner satisfactory to the OWNER and the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition ` than found prior to removal. D. OWNER's Rightjqf Access: The right is reserved to the OWNER and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. 1 E. Underground lJtilities Shown or Indicated: Existing utility lines that are shown or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired by the CONTRACTOR. F. Underground Utilities Not Shown or Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not shown or the locations of which are not made known to the CONTRACTOR prior to excavation, a written report thereof shall be made immediately to the OWNER. If directed by the OWNER, repairs shall be made by the CONTRACTOR under the provisions for changes and extra Work contained in the General Conditions. Hwd.4580S 194/01.13-00 1 01530-3 BCOES 1/7 PROGRAM CURED -IN -PLACE I 11 costs of locating repairing damage not due to failure of the CONTRACTOR to exercise G. A c 9, P 9 9 reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually , working on that portion of the Work which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such Work will be paid for as extra Work in accordance with the provisions of the General Conditions. Compensation shall not include CONTRACTOR's costs for the coordination of his activities with the utility company affected. CONTRACTOR shall schedule his work in such a manner that he is not delayed by the utilities companies relocating or supporting their facilities. No compensation , will be paid the CONTRACTOR for any loss of time or delay. H. ApAroval of Regairs: All repairs to a damaged improvement are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backf ill or other Work. I. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or other r communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the OWNER are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 1.06 TREES WITHIN STREET RIGHTS -OF -WAY AND PROJECT LIMITS A. General: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights -of -way and project limits, and shall not trim, relocate or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or OWNER. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency or OWNER and to the satisfaction of said agency and/or the OWNER. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimmina: Symmetry of the tree shall be preserved; no stubs or splits or tom branches left; clean cuts shall be made close to trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. C. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and/or the OWNER if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the OWNER, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at his own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the OWNER of said tree compensatory payment acceptable to the tree owner, subject to the approval of the jurisdictional agency or OWNER. I Hwd.4580S 194/01-13-00 BCOES 1/1 PROGRAM 01530-4 CURED -IN -PLACE 1 1.07 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights -of -way the CONTRACTOR shall notify the respective authorities representing the owners or agencies responsible for such facilities not less than three days nor more than seven days prior to excavation, so that a representative of said owners or agencies can be present during such Work if they so desire. The CONTRACTOR shall also notify Sunshine State One -Call of Florida, Inc. at 1- 800-432-4770 at least two days, but no more than fourteen days prior to such excavation. B. The CONTRACTOR shall prepare a written notice to property owners adjacent to the project work site notifying them of the schedule of work affecting them and anticipated inconveniences they may expect. The notice shall meet the approval of the ENGINEER and be delivered to property owners at least 72 hours prior to construction adjacent to their property. PART 2 -- PRODUCTS - (Not Used PART 3 -- EXECUTION - (Not Used) �IMe] A6" 14&Ke iI a I 1 1 1 I I 1 1 Hwd:4580S 194/01-13-00 BCOES 1/1 PROGRAM 1 01530-5 CURED -IN -PLACE 1 I PART 1 -- QENERAL 1 1.01 SITE ACCESS 1 SECTION 01550 - SITE ACCESS AND STORAGE A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the Work. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for its construction operations. 1.02 TEMPORARY CROSSINGS A. General: Wherever necessary or required for the convenience of the public or individual residents at street or highway crossings, private driveways, or elsewhere, the CONTRACTOR shall provide suitable temporary bridges over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges, which written consent shall be delivered to the OWNER prior to excavation. All such bridges shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges, or shall submit designs to said authority for approval, as may be required. B. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street, alleyway, or parking area during the performance of the Work hereunder, and he shall so conduct his operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleys, ways, or parking areas. No street shall be closed to the public without first obtaining permission of the OWNER and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise provided or shown. Toe boards shall be provided to retain excavated material if required by the OWNER or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the Work shall be kept accessible to fire -fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, sewer inlets, and other drainage facilities. C. Traffic Control: For the protection of traffic in p or public private streets and ways, the P Y CONTRACTOR shall provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of transportation, Federal Highway Administration (ANSI D6.1). Hwd.4580S195/01.13-00 BCOES 117 PROGRAM 01550-1 CURED-IMPLACE �7 D. The CONTRACTOR shall take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction. E. The CONTRACTOR shall submit three copies of a traffic control plan to Broward County Traffic Engineering Department for approval a minimum of two weeks prior to construction. The Broward County Traffic Engineering Department reserves the right to observe these traffic control plans in use and to make any changes as field conditions warrant. Any changes shall supersede these plans and be done solely at the CONTRACTOR's expense. The CONTRACTOR shall keep a copy of the traffic control plan on site at all times of construction. F. The CONTRACTOR shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade. G. Temporary Street Closure: If closure of any street is required during construction, a formal application for a street closure shall be made to the authority having jurisdiction at least 30 days prior to the required street closure in order to determine necessary sign and detour requirements. H. Temporary Driveway Closure: The CONTRACTOR shall notify the OWNER or occupant (if not owner -occupied) of the closure of the driveways to be closed more than one eight - hour work day, at least three working days prior to the closure. The CONTRACTOR shall minimize the inconvenience and minimize the time period that the driveways will be closed. The CONTRACTOR shall fully explain to the owner/occupant how long the work will take and when closure is to start. I. Temp rary Bridges: Whenever necessary, the CONTRACTOR shall provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges or steel plates, which written consent shall be delivered to the ENGINEER prior to excavation. All such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. 1.03 STORAGE I A. The CONTRACTOR shall store his equipment and materials at the CONTRACTOR's base of operations in accordance with the manufacturer's recommendations and as indicated by the OWNER. No storage facility is provided by the OWNER. B. Responsibility for protection and safekeeping of equipment and materials will be solely that of the CONTRACTOR, and no claim shall be made against the OWNER by reason of any Hwd.45BOS 195/01-13-00 BCOES 1/1 PROGRAM 01550-2 CURED-IMPLACE act of an employee or trespasser. Should an occasion arise necessitating access to an area occupied by stored equipment and/or materials, the CONTRACTOR shall immediately move them. C. Upon completion of the Contract, the CONTRACTOR shall remove from the storage areas all of their equipment, temporary fencing, surplus materials, rubbish, etc., and restore the area to its original or better conditions. PART 2 -- PRODUCTS (Not Used) PART -- EXEC T N (Not Used) - END OF SECTION - Hwd.4580S 195/01-13-00 BCOES 0 PROGRAM 01550-3 CURED -IN -PLACE 1 SECTION 01560 -TEMPORARY ENVIRONMENTAL CONTROLS PART -- GENERAL 1.01 EXPLOSIVES AND BLASTING A. The use of explosives on the Work will not be permitted. 1.02 DUST ABATEMENT A. The CONTRACTOR shall furnish all labor, equipment, and means required and shall carry out effective measures wherever and as often as necessary to prevent its operation from producing dust in amounts damaging to property, cultivated vegetation, or domestic ' animals, or causing a nuisance to persons living in or occupying buildings in the vicinity. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from its operations. The dust abatement measures shall be continued until the CONTRACTOR is relieved of further responsibility by the OWNER. No separate payment will be allowed for dust abatement measures. 1.03 RUBBISH CONTROL A. During the progress of the Work, the CONTRACTOR shall keep the site of the Work and other areas used in a neat and clean condition, and free from any accumulation of rubbish. The CONTRACTOR shall dispose of all rubbish and waste materials of any nature occurring at the Work site, and shall establish regular intervals of collection and disposal of such materials and waste. The CONTRACTOR shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations. Disposal of all rubbish and surplus materials shall be off the site of construction in accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. 1.04 SANITATION A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for use of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction. B. Such facilities shall be made available when the first employees arrive on the Work, shall be properly secluded from public observation, and shall be constructed and maintained in suitable numbers and at such points and in such manner as may be required. ' C. The CONTRACTOR shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the OWNER, or an adjacent property. D. The OWNER shall have the right to inspect any building or other facility erected, maintained, or used by the CONTRACTOR, to determine whether or not the sanitary ' regulations have been complied with. Hwd.4580S 197/01-13-00 BCOES 1/1 PROGRAM 01560-1 CURED -IN -PLACE E. Eanitaix and Other Oroanic W st : The CONTRACTOR shall establish a regular daily Y collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR's operations shall be disposed of away from the site in a manner satisfactory to the OWNER and in accordance with all laws and regulations pertaining thereto. 1.05 CHEMICALS I A. All chemicals used during project construction or furnished for project operation, whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, paint, fuel, solvent or reactant of other classification, shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture. The handling, storage, use and disposal of all such chemicals and disposal of residues shall be in strict accordance with all applicable rules and regulations of Federal, State and local jurisdictional agencies and the printed instructions of the manufacturer and all regulatory requirements. Copies of antidote literature shall be kept at the storage site and at the CONTRACTOR's job site office. A supply of antidotes shall be kept at the CONTRACTOR's office. 1.06 NOISE CONTROL A. Noise resulting from the CONTRACTOR's work shall not exceed the noise levels and other requirements stated in local ordinances. The CONTRACTOR shall be responsible for curtailing noise resulting from his operation. He shall, upon written notification from the OWNER or the noise control officers, make any repairs, replacements, adjustments, additions and furnish mufflers when necessary to fulfill requirements. 1.07 EROSION ABATEMENT AND WATER POLLUTION I A. It is imperative that any CONTRACTOR dewatering operation should not contaminate or disturb the environment of the properties adjacent to the work. The CONTRACTOR shall, therefore, schedule and control his operations to confine all runoff water from disturbed surfaces, water from dewatering operations that becomes contaminated with lime silt, muck and other deleterious matter, fuels, oils, bitumens, calcium chloride, chemicals and other polluting materials. B. The CONTRACTOR shall construct temporary silting basin(s) of adequate size and provide all necessary temporary materials, operations and controls including, but not limited to, , filters, coagulants, screens, and other means necessary to attain the required discharge water quality. C. The CONTRACTOR shall be responsible for providing, operating and maintaining materials and equipment used for conveying the clear water to the point of discharge. All pollution prevention procedures, materials, equipment and related items shall be operated and maintained until such time as the dewatering operation is discontinued. Upon the removal of the materials, equipment and related items, the CONTRACTOR shall restore the area to the condition prior to its commencing work. Hwd.4580S197/01-13-00 BCOES 1/1 PROGRAM 01560-2 CURED -IN -PLACE 1 1.08 PRECAUTIONS DURING ADVERSE WEATHER t 1 t I 1` U 1! A. During adverse weather, and against the possibility thereof, the CONTRACTOR shall take all necessary precautions so that the work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of tarpaulins, wood and building paper shelters, or other acceptable means. The CONTRACTOR shall be responsible for all changes caused by adverse weather. B. The OWNER may suspend construction operations at anytime when, in his judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather conditions may be, in any season. 1.09 HURRICANE AND STORM WARNINGS A. During such periods of time as are designated by the United States Weather Bureau as being a hurricane alert, watch or warning, the CONTRACTOR shall perform all precautions as necessary to safeguard the work and property, including the removal of all small equipment and materials from the site, lashing all other equipment and materials to each other and to rigid construction, and any other safety measures as indicated below. B. Upon Notification of a Hurricane Alert: 1. Upon issuance of a Hurricane Alert by the County Manager, all CONTRACTORS performing work within the right-of-way of a designated evacuation route shall immediately secure their work, backfill all excavations within the right-of-way and suitably prepare the roadway surface for full traffic flow. This work shall be completed within 24 hours of the issuance of the alert. Work shall not recommence until the "All Clear" is issued by the County Manager 2. CONTRACTORs performing at all other locations shall remove all unnecessary debris, materials, and equipment from the job site. The CONTRACTOR shall also keep his crew on standby on weekends and holidays during the Hurricane Alert period. C. Upon Notification of a Hurricane Watch: 1. CONTRACTORs shall implement their approved Plan of Action to protect the project and the public. D. Upon Notification of a Hurricane Warning CONTRACTORS shall implement their approved Plan of Action to protect the project and the public. 2. For work within the public right-of-ways, the CONTRACTOR will be notified by the Broward County Office of Environmental Services to suspend his construction operations. The CONTRACTOR will backfill all open trenches, remove all construction equipment and materials from the right-of-way and secure operations pending further notice. Hwd.4580S 197/01-13-00 01560-3 BCOESI/IPROGRAM CURED -IN -PLACE 1.10 PERIODIC CLEANUP AND BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site all accumulated debris and surplus materials of any kind which results from its operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the project. B. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as ordered by the OWNER. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the OWNER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. C. Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the OWNER's satisfaction, the OWNER may, upon 5 days prior written notice to the CONTRACTOR, employ such labor and equipment as it deems necessary for the purpose, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from amounts of money that it may be due. PART 2 -- PRODUCTS (Not Used) I PART 3 -- EXECUTION (Not Used) j - END OF SECTION - I 1 Hwd.4580S 197/01-13-00 BCOES 1/1 PROGRAM 01560-4 CURED -IN -PLACE SECTION 01570 - TRAFFIC REGULATIONS AND MAINTENANCE OF TRAFFIC PART 1 -- GENERAL 1.01 TRAFFIC CONTROL A. CONTRACTOR shall obey all traffic laws and comply with all the requirements, rules and regulations of the Florida State Department of Transportation, Broward County, and other local authorities having jurisdiction, to maintain adequate warning signs, lights, barriers, etc., for the protection of traffic on public roadways. B. The CONTRACTOR shall maintain traffic and protect the public from all damage to persons and property within the Contract Limits, in accordance with the Contract Documents and ' all applicable state, county and local regulations. He shall conduct his operations so as to maintain and protect access, for vehicular and pedestrian traffic, to and from all properties and business establishments adjoining or adjacent to those streets affected by his operations, and to subject the public to a minimum of delay and inconvenience. Suitable signs, barricades, railing, etc., shall be erected and the work outlined by adequate lighting at night. Danger lights shall be provided as required. Watchmen and flagmen shall be provided as may be necessary for the protection of traffic. 1 C. Maintenancq of Traffic Plans M.O.T.: After Notification of Award the CONTRACTOR shall immediately prepare and submit Maintenance of Traffic (M.O.T.) Plans to the Broward County Traffic Engineering Department for approval. The, traffic maintenance plan must meet the Department's requirements. Said M.O.T. Plans shall be in written form with sketches or drawings as necessary and shall comply with the Department and State of Florida Department of Transportation standards for M.O.T. in construction areas. The Plans shall be submitted as soon as possible and not later than two weeks prior to any construction work. A copy of approval shall be provided to the ENGINEER. ID. The CONTRACTOR shall maintain one copy of the approval M.O.T. plan in construction site for inspection. The Broward County Traffic Engineering Department reserves the right to observe the M.O.T. plan in use and to make any changes as field conditions warrant. Any changes shall supersede the plan and be done at the CONTRACTOR's expense. E. The CONTRACTOR and his personnel are cautioned against parking vehicles in the business zones for any extended period of time. If necessary, the CONTRACTOR shall obtain offsite parking areas for his personnel. F. All dirt spilled from the CONTRACTOR's trucks on existing pavements shall be removed by the CONTRACTOR whenever in the opinion of the ENGINEER the accumulation is 1 sufficient to cause the formation of mud, dust, interference with traffic or create a traffic hazard. G. The CONTRACTOR shall comply with all traffic regulations and perform maintenance of ' traffic as part of his pipe replacement operation. No separate payment item shall be made. PART 2 -- PRODUCTS - (Not Used) Hwd'4580S 198111-03-99 9COES 1/1 PROGRAM 01570-1 CURED -IN -PLACE PARI 3 -- EX TION - (Not Used) 2421LaZe1A-4=I001►Z Hwd:4580S 198/11-03-99 BCOES I/I PROGRAM 01570-2 CURED -IN -PLACE SECTION 01600 - MATERIALS 1 PART 1 -- GENERAL 1.01 THE REQUIREMENT A. The word "Products", as used herein, is defined to include purchased items for incorporation into the Work, regardless of whether specifically purchased for project or t taken from CONTRACTOR's stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form units of Work. Definitions in this paragraph are not intended to negate the meaning of other terms used in Contract Documents, including "specialties", "systems% "structure", "finishes", "accessories", "furnishings", "special construction", and similar terms, which are self-explanatory and have recognized meanings in the construction industry. 1.02 QUALITY ASSURANCE A. All materials and equipment shall conform to Section 01400, "Quality Control". ' 1.03 PRODUCT DELIVERY -STORAGE -HANDLING A. The CONTRACTOR shall deliver, handle, and store products in accordance with supplier's written recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of products at site and overcrowding of construction spaces. In particular, the CONTRACTOR shall provide delivery/installation coordination to ensure minimum holding or storage times for products recognized to be flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other sources of loss. SB. Products shall be transported by methods to avoid product damage and shall be delivered in undamaged condition in supplier's unopened containers or packaging, dry. C. The CONTRACTOR shall provide equipment and personnel to handle products and _ materials by methods to prevent soiling and damage. D. The CONTRACTOR shall provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces. 1.04 STORAGE AND PROTECTION A. General: Products shall be stored in accordance with supplier's written instructions, with seals and labels intact and legible. Sensitive products shall be stored in weather -tight enclosures and temperature and humidity ranges shall be maintained within tolerances required by supplier's written instructions. B. For exterior storage of fabricated products, they shall be placed on sloped supports above - ground. Products subject to deterioration shall be covered with impervious sheet covering; ventilation shall be provided to avoid condensation. Hwd.4580S 199/01-13-00 BCOES I/I PROGRAM 01600-1 CURED -IN -PLACE 1 C. Loose granular materials shall be stored on solid surfaces in a well -drained area and shall be prevented from mixing with foreign matter. D. Storage shall be arranged to provide access for maintenance of stored items and for , inspection. The CONTRACTOR shall periodically inspect to assure products are undamaged and are maintained under required conditions. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the OWNER on request. E. The CONTRACTOR shall verity that storage facilities comply with supplier's product �• storage requirements and verify that supplier -required environmental conditions are maintained continually. F. The CONTRACTOR shall verify that surfaces of products exposed to the elements are not adversely affected and that any weathering of finishes is acceptable under requirements of Contract Documents. G. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure. H. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. 1.05 FASTENERS I A. All necessary bolts, anchor bolts, nuts, washers, plates and bolt sleeves shall be furnished by the CONTRACTOR in accordance herewith. Bolts shall have suitable washers and, where so required, their nuts shall be hexagonal. B. All anchor bolts and other types of anchors embedded, drilled, inserted or driven in concrete, including nuts, washers, plates, and bolt sleeves, shall be Type 316 stainless steel unless otherwise specifically specified as another material. C. Unless otherwise specified, stud, tap, and machine bolts shall be of the best quality refined bar iron. Hexagonal nuts of the same quality of metal as the bolts shall be used. 1.06 SALVAGED AND EXCAVATED MATERIALS I A. In the absence of special provisions in other Sections of the Specifications, salvage materials, equipment or supplies that occur are the property of the OWNER and shall be cleaned and stored as directed by the OWNER. B. All excavated materials needed for backfilling operation shall be stored on site. Where additional area is needed for stockpiling, it shall be obtained by the CONTRACTOR. Hwd.4580S 199/01-13-00 BCOES 1/1 PROGRAM 01600-2 CURED -MI -PLACE 11 I I I I I t I I 1 L 1_ u ART 2 -- PROD T (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - Hwd:458OS199/01-13-00 01600-3 BCOES I/I PROGRAM CURED -IN -PLACE 1 PROJECT 01700 - O R JECT CLOSEOUT PART 1 -- GENERAL 1.01 FINAL CLEANUP A. The CONTRACTOR shall promptly remove from the vicinity of the completed Work, all rubbish, unused materials, concrete forms, construction equipment, temporary structures and facilities, construction signs, tools, scaffolding, materials, supplies and equipment which may have been used in the performance of the work. The CONTRACTOR shall broom clean paved surfaces and rake clean other surfaces of grounds. Final acceptance of the Work by the OWNER will be withheld until the CONTRACTOR has satisfactorily complied with the foregoing requirements for final cleanup of the project site. B. The CONTRACTOR shall thoroughly clean all materials, equipment and structures; all marred surfaces shall be touched up to match adjacent surfaces. C. The CONTRACTOR shall remove spatter, grease, stains, fingerprints, dirt, dust, labels, tags, packing materials and other foreign items or substances from interior and exterior surfaces, equipment, signs and lettering. D. The CONTRACTOR shall remove paint, clean and restore all equipment and material nameplates, labels and other identification markings. E. The CONTRACTOR shall maintain cleaning until project, or portion thereof, is accepted by the OWNER. F. The CONTRACTOR shall: 1. Use only cleaning materials recommended by manufacturer of surface to be cleaned. 2. Use each type of cleaning material on only those surfaces recommended by the cleaning material manufacturer. 3. Use only materials which will not create hazards to health or property. 1.02 CLOSEOUT TIMETABLE A. The CONTRACTOR shall establish dates for testing, acceptance periods, and on -site instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the OWNER, the ENGINEER, and their authorized representatives sufficient time to schedule attendance at such activities. 1 Hwd.4580S200/01-13-00 BCOES 1/1 PROGRAM 1 01700-1 CURED -IN -PLACE I 1.03 FINAL SUBMITTALS A. Before the final acceptance of the project, the CONTRACTOR shall submit to the ENGINEER (or to the OWNER if indicated) certain records, certifications, etc., which are specified elsewhere in the Contract Documents. Missing, incomplete or unacceptable items, as determined by the OWNER, shall constitute grounds for withholding final payment to the CONTRACTOR. A partial list of such items appears below, but is shall be the CONTRACTOR's responsibility to submit any other items which are required in the Contract Documents: 1. Written Test results of project components. 2. Written guarantees, where required. 3. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 4. Video tapes and logs of all lines televised. 5. Pre -construction photos (5" x 7"). 6. Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law. 1.04 PUNCH LISTS I A. Final cleaning shall be scheduled upon completion of the project. B. The OWNER will make his final inspection whenever the CONTRACTOR has notified the �. OWNER that the work is ready for the inspection. Any work not found acceptable and requiring cleaning, repair and/or replacement will be noted on the "Punch" fist. Work that has been inspected and accepted by the OWNER shall be maintained by the CONTRACTOR, until final acceptance of the entire project. C. Whenever the CONTRACTOR has completed the items on the punch list, he shall again notify the OWNER that it is ready for final inspection. This procedure will continue until the entire project is accepted by the OWNER. The "Final Payment" will not be processed until the entire project has been accepted by the OWNER and all of the requirements in previous Article 1.03 "Final Submittals" have been satisfied. 1.07 TOUCH-UP AND REPAIR I A. The CONTRACTOR shall touch-up and repair damage to all existing facilities and surfaces. If in the opinion of the OWNER the touch-up work is not satisfactory, the CONTRACTOR shall repeat the item. 1.08 MAINTENANCE AND GUARANTEE A. The CONTRACTOR shall comply with all maintenance and guarantee requirements of the Contract Documents. Hwd.4580S200/01-13-00 BCOES I/I PROGRAM 01700-2 CURED -IN -PLACE B. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of such required repair work, and any repair or resurfacing constructed by the CONTRACTOR which becomes necessary by reason of such settlement shall likewise be considered as a part of such required repair work unless the CONTRACTOR shall have obtained a statement in writing from the affected private OWNER or public agency releasing the OWNER from further responsibility in connection with such repair or resurfacing. PART 2-- PRODUCTS (Not Used) PART 3 -- EXECUTION. (Not Used) LEI' - END OF SECTION - Hwd.4580S200/01-13-00 BCOES 1/1 PROGRAM 1 01700-3 CURED -IN -PLACE SECTION 02750 - WASTEWATER FLOW CONTROL PART 1 -- ENERAL 1.01 SCOPE OF WORK A. The work specified in this Section includes all labor, materials, accessories, equipment and tools for performing all operations required to bypass pump sewage around a manhole or sewer section in which work is to be performed. The CONTRACTOR shall be prepared to bypass pump sewage as a part of his operations. B. The CONTRACTOR shall provide all pumps, piping, and other equipment to accomplish this task; perform all construction; obtain all permits; pay all costs; and perform complete ' restoration of all existing facilities to equal or better condition to the satisfaction of the ENGINEER. ' 1.02 GENERAL A. When sewer line flows at the upstream manhole of the manhole section being repaired are ' above the maximum allowable requirements for television survey, or do not allow the proper sewer or manhole repair, the flows shall be reduced to the levels indicated by one of the following methods: manual operation of pumping stations by County forces, by the CONTRACTOR plugging/blocking of the flows, or by the CONTRACTOR pumping/bypassing of the flows as acceptable to the ENGINEER. B. In some applications, the wastewater flow may be plugged and contained within the capacity of the collection system. This shall only be done when it has been determined the system can accommodate the surcharging without any adverse impact. ' C. For the initial television survey, before and after a lining is installed, the sewer line shall be blocked completely. No flow, except infiltration/inflow, will be allowed through the respective sewer line being televised on the prerepair television survey, and the post repair television survey. - D. For all other television surveys, including warranty surveys and joint testing and sealing, the depth of flow within the sewer shall not exceed that shown below for the respective pipe sizes as measured in the manhole. 1. Maximum Depth of Flow ......................... Television Survey 6" - 10" Pipe .................................. 20% of pipe diameter 12" - 24" Pipe ................................. 25% of pipe diameter ' Above 24" Pipe ................................ 30% of pipe diameter ' Hwd:4580S203X 1-13-00 9COES I/1 PROGRAM 02750-1 CURED -IN -PLACE Testing/Sealing , 2. Maximum Depth of Flow ......... Joint g/ Sealin g 6" - 12" Pipe .................................. 25% of pipe diameter 15" - 24" Pipe ................................. 30% of pipe diameter Above 24" Pipe ................................ 35% of pipe diameter ' E. When sewer line flows at the upstream manhole of the line being repaired, in the opinion of the ENGINEER, are too excessive to plug while the rehabilitation is being performed; the CONTRACTOR shall submit a written plan and pump/bypass the flow as acceptable to the FN(;INFFR 1.03 SUBMITTALS A. The CONTRACTOR shall submit complete, detailed plans for this aspect of the work to the I ENGINEER for review. PART 2 -- PRODUCTS (Not Used) I PART 3 -- EXECUTION 3.01 PLUGGING AND BLOCKING 1 A. A sewer line plug shall be inserted into the line at a manhole upstream from the section being surveyed or repaired. The plug shall be so designed that all or any portion of the operation flows can be released. During the survey portion of the operation, flows shall be ' shut off or reduced to within the maximum flow limits specified. During repairs, the flows shall be shut off or pumped / bypassed, as acceptable to the ENGINEER. After the work tasks have been completed, flows shall be restored to normal. , 3.02 PUMPING AND BYPASSING I`1 When pumping/bypassing is required, as determined by the ENGINEER, the CONTRACTOR will supply the necessary pumps, conduits and other equipment to divert the flow of sewage around the manhole section in which work is to be performed. The bypass system shall be of sufficient capacity to handle existing flows plus additional flow that may occur during periods of rain storms. The CONTRACTOR will be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and' bypassing system. A "setup" consists of the necessary pumps, conduits and other , equipment to divert the flow of sewage around a manhole section, from the start to finish of work performed in the manhole section. ' Pumps and equipment shall be continuously monitored by a maintenance person capable of starting, stopping, refueling and maintaining these pumps during the rehabilitation. If pumping is required on a 24-hour basis, engines shall be equipped in a manner to keep , noise to a minimum. 3.03 FLOW CONTROL PRECAUTIONS Hwd:4580S203/01-13-00 BCOES 1/1 PROGRAM 02750-2 CURED -IN -PLACE A. Surcharging Sewers: Where the raw sewage flow is blocked or plugged, sufficient precautions must be taken to protect the public health. No septic conditions shall be ' allowed due to CONTRACTOR's operations. The sewer lines shall also be protected from damage. The following occurrences shall not be allowed: 1. No sewage shall be allowed to back up into any homes or buildings. 2. No sewage shall overflow any manholes, cleanouts or any other access to the ' sewers. 3. Users upstream of the repair area shall be able to use all their water and sewer utilities without interruption. ' B. If any of the above occur or are expected to occur, the CONTRACTOR shall bypass pump to alleviate one or all of the conditions. Additionally, the CONTRACTOR is required to ' observe the conditions upstream of the plug and be prepared to immediately start bypass pumping, if needed. It is CONTRACTOR's responsibility to pay for all damage claims. C. Purr ps: Any sump pumps, bypass pumps, trash pumps or any other type pump which pulls sewage/water or any type of material out of the manhole or sewer shall discharge this material into another manhole, or appropriate vehicle or container acceptable to ' the ENGINEER. Under no circumstances shall this material be discharged, stored or deposited on the ground, swale, road or open environment. D. Traffic Control: The CONTRACTOR shall take appropriate steps to ensure that all ' pumps, piping and hoses that carry raw sewage are protected from traffic. Traffic control shall be performed in accordance with Section 01570 - Traffic Regulation and Maintenance of Traffic. E. Sewage Shills: In the event, during any form of "Sewage Flow Control", that raw sewage is spilled, discharged, leaked or otherwise deposited in the open environment, due to the CONTRACTOR's work, the CONTRACTOR is responsible for any clean up of solids and disinfection of the area affected. This work will be performed at the CONTRACTOR's expense with no additional cost to the OWNER. The CONTRACTOR is also responsible for notifying the sewer system maintenance personnel and complying with any and all regulatory requirements in regards to the size spill with no additional cost to the OWNER. - END OF - SECTION :1^PI1*118jfFRE0111 1-1 02750-3 BCOE5 I/I PROGRAM CURED -IN -PLACE 1 SECTION 02751 -PREPARATORY CLEANIN G AND ROOT REMOVAL PART 1 -- GENE A 1.01 SCOPE A. This Section covers the preparatory cleaning of sewer lines and manholes as needed prior ' to the internal survey of the sewer lines by closed-circuit television. It also covers the preparatory cleaning and root removal of sewer lines and the cleaning of manholes prior to rehabilitation. The CONTRACTOR shall furnish all necessary material, labor, equipment and services required for cleaning the specific sewer lines. 1.02 GENERAL A. Sewer Line Cle nin : The intent of sewer line cleaning is to remove foreign materials from the lines and restore the sewer to a minimum of 95% of the original carrying capacity or as required for proper seating of internal pipe joint sealing packers. Since the success of other phases of work depends a great deal on the cleanliness of the lines, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the CONTRACTOR will not be required to clean those specific sewer sections. If, in the course of normal cleaning operations, damage does ' result from preexisting and unforeseen conditions such as broken pipe, the CONTRACTOR will not be held responsible. B. Manhole ,Cleaning: All concrete and masonry surfaces must be cleaned prior to repair. Grease, laitance, loose bricks, mortar, unsound concrete, and other materials must be completely removed. Water blasting (minimum 1200 psi) utilizing proper nozzles shall be the primary method of cleaning; however, other methods such as wet or dry sandblasting, acid wash, concrete cleaners, degreasers or mechanical means may be required to properly clean the surface. Surfaces on which these other methods are used shall be thoroughly rinsed, scrubbed, and neutralized to remove cleaning agents and their reactant products. 1.03 HYDRAULIC CLEANING EQUIPMENT A. Hydraulically Propelled Equipment: The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other ' equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. ' B. Hi h-Veloci Jet H drocleanin E ui ment: All high -velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high -velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high -velocity gun for washing and scouring manhole walls and floor. The gun Hwd.4580S202/01-13-00 BCOES 1/1 PROGRAM 02751-1 CURED -IN -PLACE shall be capable of producing flows from a fine spray to a solid stream. The equipment ' shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. C. Mechanically Powered E ui ment: Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not ' be allowed. A power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat -treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic ' safety clutch or relief valve. PART 2 -- PRODUCTS (Not Used) I PART 3 -- EXECUTION 3.01 GENERAL A. The designated sewer manhole sections shall be cleaned using hydraulically propelled, high -velocity jet, or mechanically powered equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer , lines and manholes. If cleaning of an entire sewer section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or the , equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists and the cleaning effort shall be abandoned. 3.02 CLEANING PRECAUTIONS t A. During all cleaning and preparation operations all necessary precautions shall be taken to protect the sewer from damage. During these operations, precautions shall also be taken to insure that no damage is caused to public or private property adjacent to or served by the sewer or its branches. B. Satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (which depend upon water pressure to provide their cleaning force) or tools which retard the flow in the sewer line are used, precautions shall be taken to insure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible, the flow of sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. 3.03 MATERIAL REMOVAL A. All sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid material resulting , from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could HWd.45BOS202/01-13-00 BCOES 1/1 PROGRAM 02751-2 CURED -IN -PLACE , of sand in wet wells, or damage pumping equipment, cause line stoppages, accumulations9 p P 9 q shall not be permitted. B. Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into the streets, ditches, storm drains or other sanitary sewers. ' C. The CONTRACTOR is advised that he shall not dispose of this material by legal or illegal dumping on private or public property, by sale to others, or any means other than those given above. Any load of material, or any portion thereof, disposed of in a non -permitted fashion will result in a charge to the CONTRACTOR in the amount of $200.00 per load, or any portion thereof, which sum will be deducted by the OWNER from any monies due the ' CONTRACTOR. D. The CONTRACTOR shall keep his haul route and work area(s) neat and clean and reasonably free of odor, and shall bear all responsibility for the cleanup of any spill which occurs during the transport of cleaning/surface preparation by-products and the cleanup of any such material which is authorized by or pursuant to this Contract and in accord with ' applicable law and regulations. The CONTRACTOR shall immediately cleanup any such spill, or waste. If the CONTRACTOR fails to cleanup such spill, or waste immediately, the County shall have the right to cleanup or arrange for its cleanup and may charge to the CONTRACTOR all costs, including administrative costs and overhead, incurred by the County in connection with such cleanup. The County may also charge to the CONTRACTOR any costs incurred or penalties imposed on the County as a result of any spill, dump or discard. Under no circumstances is this material is to be discharged into the 1 waterways or any place other than where authorized to do so by the appropriate authority. The term "CONTRACTOR" as used in this section shall include the CONTRACTOR's subcontractors and other Contractors. E. The general requirements for vehicles hauling such waste materials are as follows: Transport vehicles must be of type(s) approved for this application by the political jurisdictions involved. General requirements are that the vehicles have watertight bodies, that they be properly equipped and fitted with seals and covers to prohibit material spillage or drainage, and that they be cleaned as often as is necessary to prevent deposit of 1 material on roadways. Vehicles must be loaded within legal weight limits and operated safely within all traffic and speed regulations. F. The routes used by the CONTRACTOR for the conveyance of this material on a regular basis shall be subject to approval by the governing authority having jurisdiction over such routes. 3.04 DISPOSAL OF MATERIALS A. All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of by the CONTRACTOR in a legal and sanitary manner as approved by appropriate authorities, at the CONTRACTOR's cost. Copies of records of all disposal shall be furnished to the OWNER, indicating disposal site, date, amount and a brief description of material disposed. All materials shall be removed from the site no less often than at the end of each workday. Under no circumstances will the CONTRACTOR be allowed to accumulate debris, etc., on the site of work beyond the stated time, except in totally enclosed containers and as acceptable to the ENGINEER. ' Hwd.4580S202/01-13-00 BCOES 1/1 PROGRAM 02751-3 CURED-IMPL4CE 3.05 ROOT REMOVAL 1 A. Roots shall be removed in the designated sections and manholes where root intrusion is indicated on the work order. Special attention should be exercised during the cleaning , operation to assure almost complete removal of roots from the joints. Any roots which could prevent the traveling of the packer or could prevent the proper application of chemical sealants, or could prevent the proper seating and application of cured -in -place, fold -and - formed or sectional cured -in -place liners, shall be removed. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high -velocity jet cleaners. , Chemical root treatment shall be used before the root removal operation, in accordance with Section 02762 - Chemical Root Treatment, and grouting will take place after root removal in accordance with Section 02763 - Chemical Grouting, to remove infiltration. ' CONTRACTOR shall capture and remove all roots from the line. 3.06 CHEMICAL ROOT TREATMENT A. To aid in the removal of roots, manhole sections that have root intrusion shall be treated with an acceptable herbicide. The application of the herbicide to the roots shall be done in accordance with the manufacturer's recommendations and specifications in such a manner to preclude damage to surrounding vegetation. Any damaged vegetation so designated by the ENGINEER shall be replaced by the CONTRACTOR at no additional ' cost to the OWNER. All safety precautions as recommended by the manufacturer shall be adhered to concerning handling and application of the herbicide. See Section 02762 - Chemical Root Treatment for additional details. 3.07 ACCEPTANCE OF CLEANING OPERATION A. Acceptance of sewer line cleaning shall be made upon the successful completion of the television survey and shall be to the satisfaction of the ENGINEER. If television survey shows the cleaning to be unsatisfactory, the CONTRACTOR shall be required to reclean and reinspect the sewer line until the cleaning is shown to be satisfactory. In areas where , television survey is not performed, the ENGINEER may require the CONTRACTOR to pull a double squeegee (with each squeegee the same diameter as the sewer) through each manhole section as evidence of adequate cleaning. If internal sealing is to follow the television survey, particular attention should be given to the adequacy of the cleaning to insure that proper seating of the sealing packer can be achieved. B. In , addition, on all those lines which have sags or dips, to an extent that the television camera lens becomes submerged for three (3) or more feet during the television inspection, the CONTRACTOR shall pull double squeegee and/or sponges through the line in order to remove the water from those dips or sags. Water removal through squeegees and/or sponges shall be performed until the television camera lens will not longer be submerged. This requirement may be waived by the ENGINEER if the water in which the camera lens is submerged, is clear enough to allow the identification of pipe defects, cracks, holes and location of service taps. , - EN D OF SECTION - Hwd.4580S202/01-13-00 BCOES 1/1 PROGRAM 02751-4 CURED-IMPLACE I SECTION 02752 - TELEVISION SURVEY PART 1 -- G NERAL 1.01 SCOPE A. The work consists of furnishing all labor, materials, accessories, equipment, tools, transportation, services and technical competence for performing all operations required to execute the internal closed circuit television survey to inspect entire barrel of sewers up to 48 inches in diameter. B. The survey shall show all defects and determine amount of infiltration entering sewer system. ' 1.02 GENERAL ' A. After cleaning as specified in Section 02751- Preparatory Cleaning, and before and after rehabilitation operation/replacement work, the manhole sections shall be visually surveyed by means of closed-circuit television in the presence of the ENGINEER. The survey shall be performed one manhole section at a time and the flow in the section being surveyed shall be suitable controlled as described in Section 02750 - Wastewater Flow Control. B. Pre- and post -construction survey video tapes shall be delivered to the ENGINEER on a I "one line per tape" basis, accompanied with the corresponding work order, and pre- and post -TV log, for each sewer line surveyed. 1.03 EQUIPMENT A. The television camera used for the survey shall be one specifically designed and constructed for such survey and shall be of the pan and tilt type. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing a minimum 700 line resolution color video picture. The CONTRACTOR shall maintain camera in clear focus at all times. Picture quality and definition shall be to the satisfaction of the ENGINEER; and if unsatisfactory, equipment shall be removed and replaced with adequate equipment. B. The video camera shall include a titler feature capable of showing on the tape the following information: 1. City and State 2. Date 3. CONTRACTOR's Name ' 4. Line Size 5. Manhole Identification (both manholes) ' Hwd.4580S201101-13-00 BCOES 1/1 PROGRAM 02752-1 CURED -IN -PLACE 6. On -going Footage Counter 1.04 SUBMITTALS , A. The CONTRACTOR shall submit shop drawings and other information in accordance with Section 01300 - Submittals. The CONTRACTOR's submittals shall include video tape and a sample of the video titles to be used, along with a sample of the television survey log to be used. PART 2 -- PRODUCTS 2.01 VIDEO TAPE 1 A. Extra High Grade T-120 VHS video tape shall be supplied for all television surveys. B. All taping shall be performed at SP (Standard Play, 2 hrs/Tape). All video tapes shall be submitted to the ENGINEER and will become the property of the OWNER. 2.02 VIDEO LOGS A. Video reports or logs are to be neat and completely filled out and submitted to the , ENGINEER along with the video tape. PART 3 -- EXECUTION , 3.01 PRECONSTRUCTION SURVEY A. Procedure Prior to any repair work, the entire sewer line (from manhole to manhole) shall be televised. The camera shall be placed at the center of the manhole and videotaping shall commence pLigr to entering the pipe. The CONTRACTOR shall show the inside of the manhole walls and the pipe connection to the wall at both the upstream and downstream manhole. 2. The camera shall be moved through the line in either direction at a moderate rate, , stopping when necessary to permit proper documentation of the sewer's condition. In no case shall the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other , devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If the camera is being pulled through the sewer line by a hydraulic cleaning unit hose the cleaning nozzle shall be located a minimum of eight (8) feet away from the camera to allow a clear, unobstructed view. Jet nozzle shall be used in front of camera while televising through a dip to draft out water. If, during the survey , operation, the television camera will not pass through the entire manhole section, the CONTRACTOR shall set up his equipment so that the survey can be performed from the opposite manhole. Hwd.4580S201 /01-13-00 BCOES 1/1 PROGRAM , 02752-2 CURED -IN -PLACE 1 1 3. Whenever nonremote powered and controlled winches are used to pull the television camera through the line, telephones or other suitable means of ' communication shall be set up between the two manholes of the section being surveyed to insure good communications between members of the crew. ' 4. Measurement for location of defects shall be above ground by means of a meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Measurement meters shall be accurate to tenths of a foot over the length of the section being surveyed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device. Manhole numbers and linear footage shall be shown on screen during 1 taping. 5. Movement of the television camera shall be temporarily halted for a minimum of ten seconds at each visible point source of infiltration and/or inflow until the leakage rate from that source is quantified. The camera shall be stopped at all service connections and the service lateral shall be inspected with the pan and tilt camera ' The camera shall also be stopped at active service connections where flow is discharging. If the discharge persists, the property involved shall be checked to determine whether or not the discharge is sewage. If no flows are being discharged from the building, it shall be considered that the observed flow is infiltration/inflow. If the estimated flow from the service connection is greater than the total wastewater discharge from the fixture in the building, then the infiltration/inflow can be determined by calculating the difference of two flows. B. Field Documentation 1. Television Survey Logs: Printed location records shall be kept by the CONTRACTOR and will clearly show the location in relation to an adjacent manhole of each infiltration point observed during survey. Upstream footage (0) and 1 downstream footage (i.e., 250) shall be shown on the log. In addition, other points of significance such as locations of building sewers, unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other 1 discernible features will be recorded and a copy of such records will be supplied to the ENGINEER. The CONTRACTOR shall measure the depth of the upstream and downstream manholes. Measurements shall be from the invert of the pipe televised 1 to the top of the manhole rim and shall be recorded on the survey log. 2. Photographs: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the CONTRACTOR upon request 1 of the ENGINEER. 3. Videotape Recordings: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Videotape recording playback shall be at the same speed that it was recorded. Slow motion or stop motion playback features shall be supplied by the CONTRACTOR. Once videotaped, the tapes become property of the OWNER. The CONTRACTOR shall have all videotapes and necessary playback equipment readily accessible for review by the OWNER during the Project. Hwd.4580S201 /01-13-00 BCOES 1/1 PROGRAM 02752-3 CURED -IN -PLACE 4. Audio: All tapes shall have audio record. As a preamble, at the beginning of the , tape, the CONTRACTOR shall state the following: "(Contractor's Name) is performing a pre/post TV survey for Job No.8548 Broward County". State date, time, operator's name, area, upstream manhole number to downstream manhole number, pipe size and material, upstream manhole depth, and TV survey will be from up- to downstream, or down- to upstream. The CONTRACTOR shall verbally , state station and position of all laterals and defects. At the end of each line, state: "End of line", upstream manhole number to downstream manhole number, and total linear footage. , 3.02 POST CONSTRUCTION SURVEY A. Procedure , 1. The same procedures shall be used as indicated in Section 3.01 , PRECONSTRUCTION SURVEY. 2. In addition, the CONTRACTOR shall stop camera at all point repairs and sectional repairs and inspect entire repaired pipe section. , 3. The CONTRACTOR shall invert white foreground to black as needed in the line section with light background. 1 B. Documentation 1. The same documentation' shall be provided as indicated in Section 3.01 PRECONSTRUCTION SURVEY. - END OF SECTION - Hwd.458OS201101-13-00 BCOES l/l PROGRAM 02752-4 CURED -IN -PLACE SECTION 02760 - SERVICE LATERAL TELEVISION SURVEY PART-1- -- GENERAL 1.01 SCOPE A. The work consists of furnishing all labor, materials, accessories, equipment, tools, ' transportation, services and technical competence for performing all operations required to execute the internal closed circuit television survey to inspect service laterals. B. The survey shall show all defects and determine amount of infiltration entering the service laterals. 1 1.02 GENERAL A. After cleaning as specified in Section 02751- Preparatory Cleaning, and before and after ' repair/replacement work, the lateral shall be visually surveyed by means of closed-circuit television in the presence of the ENGINEER. The survey shall be performed one lateral at a time. r1.03 EQUIPMENT A. The television camera used for the lateral survey shall be one specifically designed and 1 constructed for such survey. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system ' shall be capable of producing a minimum 700 line resolution color video picture. The CONTRACTOR shall maintain camera in clear focus at all times. Picture quality and definition shall be to the satisfaction of the ENGINEER; and if unsatisfactory, equipment shall be removed and replaced with adequate equipment. B. The camera system shall be able to inspect 3, 4, and 6-inch lateral connections up to 70 feet from the sewer mainline. The launcher shall be mounted on a tread tractor that moves through main sewers and positions the inspection camera launcher opposite the lateral line ' connection. 1 F, C. The camera system shall have mini black and white or color, fixed position, "positioning" camera to observe and place the mini color, push, "inspection" camera at the lateral. The inspection camera shall be attached to an 80-foot long push cable with a fiberglass rod core for cable rigidity. The camera head shall point forward while traveling through the sewer mainline. D. The camera used from a cleanout shall be able to be launched from the cleanout and travel down to the sewer mainline, up to 100 feet. E. The video camera shall include a titler feature capable of showing on the tape the following information: 1. City and State Hwd.4580S204/01-13-00 BCOES 1/I PROGRAM 02760-1 CURED -IN -PLACE 2. Date/Time 1 3. CONTRACTOR's Name , 4. Pipe Size (Diameter) 5. Upstream Manhole Number & Distance to Lateral 6. On -going Footage Counter 1.04 SUBMITTALS A. The CONTRACTOR shall submit shop drawings and other information in accordance with , Section 01300 - Submittals. The CONTRACTOR's submittals shall include video tape and a sample of the video titles to be used, along with a sample of the television survey log to , be used. PART 2 - PRODUCTS , 2.01 VIDEO TAPE A. Extra High Grade T-120 VHS videotape shall be supplied for all television surveys. B. All taping shall be performed at SP (Standard Play, 2 hrs/Tape). All video tapes shall be submitted to the ENGINEER and will become the property of the OWNER. 2.02 VIDEO LOGS , A. Video reports or logs are to be neat and completely filled out and submitted to the ENGINEER along with the video tape. I PART 3_r-EX€CUTION 3.01 PRECONSTRUCTION SURVEY , A. Procedure I 1. Prior to any repair work, the entire service lateral (from mainline to property line / cleanout, whichever is farther from the mainline) shall be televised. 2. 3. Measurement for location of defects shall be above ground by means of a meter device. Measurement meters shall be accurate to tenths of a foot over the length of the section being surveyed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device. Linear footage shall be shown on screen during taping. 1 Movement of the television camera shall be temporarily halted for a minimum of ten seconds at each visible point of flow until the source and flow rate from that point I are determined. Hwd.4560S204/01-13.00 6COES 1/1 PROGRAM 02760-2 CURED -IN -PLACE I 4. The inspection shall be performed from either the main sewer or the cleanout with 1 proper equipment specified. If the CONTRACTOR chooses to perform the inspection from the cleanout and the cleanout is either inaccessible or does not exist, he shall install a cleanout to facilitate the inspection. All costs of material, equipment, labor, and other costs due to unspecified field conditions shall be borne by the CONTRACTOR. Payment for cleanout installation shall be made by the OWNER as indicated in Section 1025, PAYMENT ITEMS. B. Field Documentation 1. Television Survey Logs: Location of the lateral by indicating the upstream manhole number, distance from the upstream manhole, lateral connection to the main line (left, center or right), ,end address of the customer serviced by the lateral, shall be noted on the television survey log. Printed location records shall be kept by the CONTRACTOR and will clearly show the location, in relation to the cleanout or the mainline of each infiltration point observed during survey. Footage shall be shown on the log. In addition, other points of significance such as unusual conditions, ' roots, broken pipe, presence of scale and corrosion, and other discernible features will be recorded and a copy of such records will be supplied to the ENGINEER. The CONTRACTOR shall measure the depth of the upstream and downstream manholes. Measurements shall be from the invert of the pipe to the top of the manhole rim and shall be recorded on the survey log. 2. Photo -graphs: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the CONTRACTOR upon request of the ENGINEER. 3. Videotape Recordings: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Videotape recording playback shall be at the same speed that it was recorded. Slow motion or stop motion playback features shall be supplied by the CONTRACTOR. Once videotaped, the tapes become property of the OWNER. The CONTRACTOR shall have all videotapes and necessary playback equipment readily accessible for review by the OWNER during the Project. ' 4. Audi : All tapes shall have audio record. As a preamble, at the beginning of the ' tape, the CONTRACTOR shall state the following: "(Contractor's Name) is performing a pre/post TV survey for Job No. 4580 Broward County". State date, time, operator's name, area, pipe size and material, upstream manhole number and depth. The CONTRACTOR shall verbally state the position of the lateral with respect to the upstream manhole and describe defects. At the end of each line, state: "End of line" and total linear footage. 1 3.02 POST CONSTRUCTION SURVEY A. Procedure 1 1. The same procedures shall be used as indicated in Section 3.01 PRECONSTRUCTION SURVEY. Hwd.4580S204/01-13-00 BCOES 1/1 PROGRAM 02760-3 CURED -IN -PLACE 2. In addition, the CONTRACTOR shall stop camera at all point repairs and inspect entire repaired pipe section. 3. The CONTRACTOR shall invert white foreground to black as needed in the line section with light background. B. Documentation 1. The same documentation shall be provided as indicated in Section 3.01 PRECONSTRUCTION SURVEY. WWI BISIAR144 ONTE Hwd.4580S204/01-13-00 BCOES I/1 PROGRAM 02760-4 CURED -IN -PLACE SECTION 02765 - - N-PLACE PIPE LINING CURED -IN -PLACE 1 PA 1 -- GENERA ' 1.01 SCOPE A. 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. B. The work specified in this Section includes all labor, materials, accessories, equipment and tools necessary to install and test cured -in -place pipe lining in main lines and in service laterals. 1.02 GENERAL A. The finished pipe in place shall be fabricated from materials which when cured will be chemically resistant to withstand internal exposure to domestic sewage. B. 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 apart 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. 1.03 SUBMITTALS ' A. The CONTRACTOR shall submit shop drawings and other information to the ENGINEER for review in accordance with Section 01300, "Submittals'. Included shall be materials to design calculations for the work. 1.04 PRODUCT AND INSTALLER ACCEPTABILITY ' A. 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 1pre -approved prior to the formal opening of proposals. B. Products seeking approval must meet all of the following criteria to be deemed commercially acceptable: C. 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 of Florida for a minimum of five years. Hwd.4580S 196/01-13-00 BCOES I/I Program 02765-1 CURED -IN -PLACE D. 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. In addition, the installer must have successfully installed at least 50,000 feet of the product in wastewater collection systems. Acceptable documentation of these minimum installations must be submitted to the ENGINEER. , E. 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 ENGINEER. Test samples shall be prepared so as to simulate installation methods and trauma of the product. No product will be approved without independent third party testing verification. F. 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. G. Documentation for products and installers must be satisfactory to the ENGINEER. P6BT 2 -- PRODUCTS 2.01 MATERIALS FOR MAIN LINES , A. 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. B. The wetout tube shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. C. 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. D. 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. E. 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. F. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. G. Seams in the tube shall be stronger than the unseamed felt. Hwd.45BOS196/01.13-00 BCOES 1/1 Program , 02765-2 CURED-IMPL4CE I H. The outside of the tube shall be marked for distance at regular intervals along its entire ' length, not to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA. I. The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst I 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. 2.02 STRUCTURAL REQUIREMENTS A. The CIPP shall be designed as per ASTM F1216, Appendix X1. The CIPP design shall assume no bonding to the original pipe wall. B. 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. C. 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. rD. 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. E. The cured pipe material (CIPP) shall conform to the structural properties, as listed below. MINIMUM PHYSICAL PROPERTIES Cured Composite Cured Composite ProoeM Test Method per ASTM F1216 (400k Resin) 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 n Hwd.45BOS 196/01-13.00 BCOES //1 Program 02765-3 CURED -IN -PLACE !I The required structural CIPP w II thickness shall be based as a minimum on the physical F. a eq a P Y properties described above and in accordance with the design equations in the appendix of ASTM F 1216, and the following design parameters: , Design Safety Factor = 2.0 Retention Factor for Long -Term Flexural Modulus to be used in Design = 1 % - 60% (as determined by Lang -Term tests described in paragraph 5.2) Ovality' = 2% Enhancement Factor, k = See Section 5.3 Groundwater Depth (above invert)" = ft. Soil Depth (above crown)" = ft. Soil Modulus" = Psi Soil Density" = 120 pcf Live Load** = H2O Highway Design 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. , Denotes information required only for fully deteriorated design conditions. Based on review of video logs, conditions of pipeline can be fully or partially deteriorated. (See ASTM F1216 Appendix) The Owner will be sole judge as to pipe conditions and pararneters utilized in Design. , G. Refer to the dimensional ratio table below 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. CIPP Required Dimensional Ratios (DRs) Pipe Condition = Partially Deteriorated Ground Water Loading = Depth of Cover Maximum Required DR Existing Pipe Depth of Pipe (dtt) Ovality Percentage (Soil Cover) Ei = 250,000 psi Ei W 400,000 psi 2% 4' — 10' DR55 DR62 11' — 15' DR48 DR55 16' — 20' DR44 DR50 21' — 24' DR42 DR48 5% 4' —10' DR53 DR58 11' —15' DR46 DR52 16' — 20' DR41 DR48 21' — 24' DR39 DR45 10% 4' --10' DR45 DR53 11' — 15' DR39 DR46 16' — 20' DR35 DR42 21' — 24' DR33 DR38 These values are representative of pipe diameters between 8' and 48. Tile Calculations are general in nature and apply a soil modulus of 700 psi and flexural modulus reduction of 60% to account for the long term effects of creep. This table is provided as a guideline only. Specific calculations should be performed in accordance with ASTM F1216, Appendix X.1 prior to initiating a project. Hwd.45BOS 196✓01-13-00 BCOES 0 Program 02765-4 CURED -IN -PLACE 1 Ll 11 1 I 1 H. 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. I. The lining manufacturer shall submit to the ENGINEER for review complete design calculations for the liner, signed and sealed by a Professional ENGINEER registered in the State of Florida and certified by the manufacturer as to the compliance of his materials to the values used in the calculations. The liner shall be designed to withstand a live load equivalent to two H-20 passing trucks plus all pertinent dead loads, hydrostatic pressure and grout pressure (if any). For design purposes, the water table shall be considered at grade elevation. The liner shall be designed in accordance with ASTM F 1216 and resist buckling in accordance with Appendix A (AWWA C 950). The buckling analysis shall account for the combination of dead load, live load, hydrostatic pressure and grout pressure (if any). The liner side support shall be considered as if provided by soil pressure against the liner. The existing pipe shall not be considered as providing any structural support. Modulus of soil reaction shall not be taken higher than 1000, corresponding to a moderate degree of compaction of bedding (85 to 95 percent Proctor) and a fine-grained soil as shown on Table A4 of AWWA C 950. J. Because of SDR denomination in the plastic pipe industry varies and of the nature of the calculations and constants utilized, the minimum liner thicknesses shall be 5 percent 1 greater than the amount specified. K. As part of the design calculation submittal, the liner manufacturer shall submit a tabulation of time versus temperature. This tabulation shall show the lengths of time that exposed portions of the liner will endure without self -initiated cure or other deterioration beginning. This tabulation shall be at five degree Fahrenheit increments ranging from 70 degrees F. to 100 degrees F. The manufacturer shall also submit his analysis.of the progressive effects of such "pre -cure" on the insertion and cured properties of the liner. This information shall be submitted in a timely fashion prior to the preconstruction conference so that the ENGINEER may set procedures for dealing with such an instance caused by 1 construction delays. The minimum liner thickness are for materials with characteristics as shown. L. Liner shall be neither accepted nor installed until design calculations are acceptable to the ENGINEER. Liner shall be as manufactured by Insituform Technologies, Inc., 702 Spirit 40 Avenue, Chesterfield, MO 63005, Phone No. 800-325-1159, or equal. 2.03 TESTING REQUIREMENTS A. Chemical Resistance -The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. B. 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. C. 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 Hwd.4580S 196/01-13-00 BCOES 1/1 Program 02765-5 CURED -IN -PLACE as for the actual installation. These test results must verify that the CIPP physical proposed properties specified in Section 2.02 E have been achieved in previous field applications. D. CIPP samples shall be prepared and physical properties tested in accordance with ASTM F1216 or ASTM F1743, Section 8, using either method proposed. The flexural properties must meet or exceed the values listed in Table 1 of the applicable ASTM. E. Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM F1743. The minimum wall thickness at any point shall not be less than 87%% of the design thickness as calculated in Section 2.02, numeral F, of this document. F. Visual inspection of the CIPP shall be in accordance with ASTM F1743, Section 8.6. 2.04 MATERIALS FOR SERVICE LATERALS A. Intent: It is the intent of this portion of this specification to provide for the reconstruction of I lateral sanitary sewer pipelines with the installation of resin impregnated, flexible felt tubes. They shall be installed into the existing service using a pull rope or a push rod. Curing shall be accomplished with hot water or other methods approved by the ENGINEER, the curing method shall be suitable for the selected resin, such that the resin produces a hard, impermeable pipe wall. The cured -in -place pipe (CIPP) should extent throughout the service lateral in a jointless, continuous, tight -fitting, watertight pipe -within -a -pipe. B. Structural Requirements: The structural performance of the finished pipe must be adequate to accommodate all anticipated loads throughout its design life. No CIPP reconstruction technology will be allowed that requires bonding to the existing pipe for any part of its structural strength. Since the pipe strength is related to the uniformity and density of the pipe wall, only resin vacuum impregnation will be allowed. Resin impregnation without vacuum entraps air and creates voids which weaken the pipe wall. If reinforcing materials (fiberglass, etc.) are used, the reinforcing material must be fully encapsulated within the resin to assure that the reinforcement is not exposed, either to the inside of the pipe or at the interface of the CIPP and the existing pipe. C. Structural Design Methods: Design methods are to be derived from traditionally accepted pipe formulae for various loading parameters and modes of failure. All equations will be modified to include ovality as a design parameter. The design method shall be submitted to the ENGINEER for review. Design calculations shall be signed and sealed by a Professional ENGINEER registered in the State of Florida. D. Continuous Structure: The lateral CIPP must bridge breaks and missing sections of the existing pipe, substantially reducing or eliminating infiltration or exfiltration. The new jointless pipe -within -a -pipe must fit tightly against the old pipe wall and consolidate all disconnected sections into a single continuous conduit. E. Useful Life: The lateral CIPP must have a minimum design life of fifty (50) years. The r minimum design life may be documented by submitting life estimates by national and/or international authorities or specifying agencies. Otherwise, long-term testing and long-term , in-service results (minimum ten (10) years) may be used, with the results extrapolated to fifty (50) years. Hwd:4580S 196/01-13-00 BCOES 1/1 Program 02765-6 CURED -IN -PLACE I 11 I Ll F11 .F. Materials: All constituent materials will be suitable for service in the environment intended. The final product will not deteriorate, corrode or lose structural strength that will reduce the projected product life. G. Physical Strength: following strengths ENGINEER: Test Parameter The design for the lateral CIPP wall thickness will be based on the as shown herein, unless otherwise submitted and approved by the Magnitude Test Standard Flexural Stress 4,500 PSI Modified ASTM D790 Flexural Modulus of Elasticity 250,000-500,000 PSI Modified ASTM D790 ' E. Service lateral liner shall be neither accepted nor installed until design calculations are acceptable to the ENGINEER. Liner shall be as manufactured by Insituform of North America, Inc., or equal. 1 PART 3 -- EXECUTION 3.01 CLEANING/SURFACE PREPARATION A. It shall be the responsibility of the CONTRACTOR to clean the pipeline with a high-pressure water jet and to remove all internal debris out of the pipeline in accordance with Section 02751, "Cleaning and Root Removal". 3.02 SEWER REPAIRS A. Any protruding pieces of concrete, dropped joints or broken pipe shall be subjected to point 1 repairs in accordance with Section 02757, "Point Repairs of Sanitary Sewers", so that the pipe is left in a clean smooth condition in all respects ready for lining. Sealing shall be performed at this time in accordance with Section 02763, "Chemical Grouting". B. If conditions such as broken pipe and major blockages are found that will prevent proper cleaning, or where additional damage would result if cleaning is attempted or continued, the CONTRACTOR, with the concurrence of the ENGINEER, shall perform the necessary point repair(s), and then complete the cleaning. 3.02 FLOW CONTROL A. Flow control shall be exercised as required to ensure that no flowing sewage comes into contact with sections of the sewer under repair. See Section 02750, "Wastewater Flow Control" for additional information. 3.03 LINER INSTALLATION FOR MAIN LINES A. The prepared pipe shall be reviewed and be acceptable to the ENGINEER for cleanliness and smoothness before the CONTRACTOR begins to line the pipe. H► V.4580S 196/01-13-00 BCOES l/l Program 02765-7 CURED-IMPLACE I , B. The CONTRACTOR shall present to the ENGINEER, for review, a description of his methods for avoiding liner stoppage due to conflict and friction with such points as the manhole entrance and the bend into the pipe entrance. He shall also present plans for ' dealing with a liner stopped by snagging within the pipe. This information shall be rendered to the ENGINEER in a timely fashion prior to the preconstruction conference. C. The CONTRACTOR shall have on hand at all times, for use by his personnel and the ENGINEER, a digital thermometer or other means of accurately and quickly checking the temperature of exposed portions of the liner. , D. The CONTRACTOR shall immediately notify the ENGINEER of any construction delays taking place during the insertion operation. Such delays shall possibly require sampling and testing by an independent laboratory of portions of the cured liner at the ENGINEER's discretion. The cost of such test shall be born by the CONTRACTOR and no extra compensation will be allowed. Any failure of sample tests or a lack of immediate notification of delay shall be automatic cause for rejection of that part of the work at the ENGINEER's , discretion. E. The CONTRACTOR shall designate a location where the tube will be vacuum impregnated prior to installation. The CONTRACTOR shall allow the OWNER to inspect the materials and the "wet -out" procedure. F. A scaffold or elevated platform shall be erected at the upstream or downstream access point. The tube shall be inverted using an "inversion elbow" at the bottom of the manhole or an "inversion ring" above ground. The tube shall be inverted (turned inside -out) with , water pressure. G. After the inversion is complete, the CONTRACTOR shall supply a suitable heat source and water recirculation equipment. The equipment shall be capable of uniformly raising the water temperature to a level required to effectively cure the resin. H. The heat source shall be fitted with suitable monitors to gauge the temperature of the ' incoming and outgoing water supply. Another such gage shall be placed between the tube and the host pipe in the downstream manhole at or near the bottom to determine the temperatures during cure. Water temperature in the pipe during the cure period shall be as recommended by the resin manufacturer. Initial cure shall be deemed complete when the exposed portions of the tube appear to be hard and sound and the temperature sensor indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer and may require continuous recirculation of the water to maintain the temperature. J. CIPP installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6, with the following modifications: K. Resin Impregnation - The quantity of resin used for tube impregnation shall be sufficient to , fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube, the point of vacuum shall be no further than 25 feet Hwd.4580S196/01-13-00 BCOES 1/1 Program , 02765-8 CURED-IMPLACE I 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. L. Tube Insertion — The wetout tube shall be positioned in the pipeline using either inversion or a pull -in method. If pulled into place, a power winch should be utilized and care should be exercised not to damage the tube as a result of pull -in friction. The tube should be pulled -in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. M. Temperature gauges shall be placed inside the tube at the invert level of each end to ' monitor the temperatures during the cure cycle. N. Curing shall be accomplished by utilizing hot water under hydrostatic pressure in 1 accordance with the manufacturer's recommended cure schedule. O. Cooldown: The CONTRACTOR shall cool the hardened pipe to a temperature below 100 F before relieving the hydrostatic head. Cooldown may be accomplished by the introduction of cool water into the inversion standpipe to replace water being pumped out of the manhole. i P. Finish: The new pipe shall be cut off in the manhole at a suitable location. The finished product shall be continuous over the length of pipe reconstructed and be free from dry spots, delamination and lifts. Should the liner not make a tight seal at the inside manhole wall, a seal shall be made by use of extra polyester fiber felt and epoxy resin. Pipe entries and exists shall be smooth, free of irregularities, and watertight. No visible leaks shall be present and the CONTRACTOR shall be responsible for grouting to remove leaks or fill voids between the host pipe and the liner. During the warranty period, any defects which will affect the integrity or strength of the product shall be repaired at the CONTRACTOR's expense, in a manner mutually agreed upon by the ENGINEER and the CONTRACTOR. t0. After the pipe has been cured in place, the CONTRACTOR shall reconnect the existing service connections. This shall be done from the interior of the pipeline without excavation 1 using a robotic cutter. Where holes are cut through the liner, they shall be neat and smooth in order to prevent blockage at the service connections. Cut -in service connections shall be opened to a minimum of 95 percent of the flow capacity of the building sewer. All coupons shall be recovered at the downstream manhole and removed. The CONTRACTOR shall stop all visible leaks, including at service connections as required. Active leaks at reinstated service lateral connections (between the liner and the existing pipe) shall be grouted. The reinstatement of the service connections shall be a separate pay item. The CONTRACTOR should not reactivate any line sections until accepted by the ENGINEER. 3.04 REINSTATEMENT OF BRANCH CONNECTIONS A. It is the intent of these specifications that branch connections to buildings be reopened without excavation, utilizing a remote controlled cutting device, monitored by a video TV camera. The Contractor shall certify he has a minimum of 2 complete working cutters plus Hod:4580S 196/01-13-00 BCOES /// Program 02765-9 CURED -IN -PLACE r key components on the site before each inversion. Unless otherwise directed b the spare y p y owner or his authorized representative, all laterals will be reinstated. No additional payment will be made for 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. 3.05 LINER INSTALLATION FOR SERVICE LATERALS A. Site Disruption: The lateral CIPP usually requires an access point to be established at the reconstruction termination point remote from the mainline pipe. The authorization for the access point and required location and excavation shall be obtained and performed by the owner of the system. The owner may install a clean -out, if required. The clean -out will be , constructed of a polyvinyl chloride fitting or its equivalent with a riser pipe of equal diameter to the service pipe. The riser will be extended to the existing grade elevation and capped. B. Internal Mainline Connection: The lateral CIPP shall be installed to effect a bond with the , mainline invert -and -cure pipe to substantially reduce or eliminate the infiltration into the mainline pipe. The mainline pipe opening shall be prepared to accept the lateral CIPP. the lateral CIPP will protrude into the mainline pipe and form a seal with the inside surface of the mainline invert -and -cure pipe surface. The bonding area of the lateral CIPP and the mainline invert -and -cure pipe shall be maximized to obtain the best possible bond. The protrusion shall not inhibit the closed circuit television post video inspection of the mainline or service lateral pipes. C. Flow Requirements: The lateral CIPP will provide at least 100 percent of the flow capacity of the host pipe before reconstruction. In lieu of actual measurements, calculated capacities may be derived using commonly accepted equations and values of the manning flow coefficients (designated "n" coefficients). The original pipe material and condition at the time of reconstruction will determine the Manning coefficient used in the host pipe. A Manning coefficient of 0.009 for a jointless, relatively smooth -wall cured -in -place pipe will be used for the lateral CIPP flow calculation. D. Inspection: The materials and processes must be reasonably available for pre -installation, installation and post -installation inspections. Areas which require inspection include, but not limited to, the following: 1. Product materials should exhibit sufficient transparency to visually verify the quality of resin impregnation. 2. Temperature sensing devices, such as thermocouples, shall be located between the existing pipe and the lateral CIPP to ensure the quality of the cure of the wall laminate. E. Time of Construction: Construction schedules will be submitted and approved by the ENGINEER. At no time will any service lateral remain inoperative for more than an eight (8)-hour period. Any service that will be out of service for more than eight (8) hours will be temporarily by-passed into a mainline sanitary sewer. This will be done at the CONTRACTOR's expense. LI Hwd:4580S 196J01-13-00 BCOES 1/1 Program 02765-10 CURED-IMPLACE 1 1 [7 I LJ 1 1 I 1� I 3.06 ACCEPTANCE The finished liner shall be continuous over the entire length of the installation. The liner shall be free from visual defects, damage, deflection, holes, delamination, uncured resin, and the like. There shall be no visible infiltration through the liner or from behind the liner at manholes and service connections. Cut -ins and attachments at service connections shall be neat and smooth. 3.07 CLEANUP After the liner installation has been completed and accepted, the CONTRACTOR shall cleanup the entire project area and return the ground cover to the original or better condition. All excess material and debris not incorporated into the permanent installation shall be disposed of by the CONTRACTOR. 3.08 TELEVISION SURVEY Television survey, including Preconstruction Survey, Post Construction Survey, and Warranty Survey, as indicated in Section 02752 "Television Survey", is required for all cured -in -place lining, including main lines and service laterals. 3.09 PUBLIC NOTIFICATION A. 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: 1. 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. 2. Personal contact with any home or business which cannot be reconnected within the time stated in the written notice. 3.10 WARRANTY The liner shall be certified by the manufacturer for specified material properties for a particular job. The manufacturer warrants the liner to be free from defects in raw materials for one year from the date of acceptance. During the warranty period, any defects which affect the integrity or strength of the pipe shall be repaired at the CONTRACTOR's expense in a manner mutually agreed by the OWNER and the CONTRACTOR. - END OF SECTION - Hwd.4580S 196/01-13-00 SCOES I/I Program 02765-11 CURED -IN -PLACE 1 1.1 1 SECTION 02770 - CURED -IN -PLACE PIPE RECONSTRUCTION OF PRESSURIZED PIPING PAIRT 1 -- GENERA 1.01 SCOPE A. It is the intent of this specification to provide for the reconstruction of the designated pressure pipe 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. Due to the unstable condition of the host pipe the new CIPP shall be designed as a fully structural pipe, not relying on the remaining strength of the host pipe to withstand long-term external loading and internal pressure. B. The work specified in this Section includes all labor, materials, accessories, equipment and tools necessary to install and test cured -in -place pipe in pressurized piping. 1.02 GENERAL A. The finished pipe in place shall be fabricated from materials which when cured will be chemically resistant to withstand internal exposure to domestic sewage. B. 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 j (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. 1.03 SUBMITTALS A. The CONTRACTOR shall submit shop drawings and other information to the ENGINEER for review in accordance with Section 01300, "Submittals". Included shall be materials to design calculations for the work. B. The following submittals to the OWNER are required prior to any work to be done by the CONTRACTOR. These submittals shall be reviewed by the ENGINEER. C. Design - Detailed design calculations for both the internal and external loading parameters specified in Section 2.02 shall be submitted for review and approval. The design submittal ' shall follow the requirements specified in Section 2.02. The design submittal shall also clearly identify the physical properties used for design. These physical properties shall be the basis for acceptance of previous field samples (see numeral E of this Section) and acceptance of the final product (see Section 2.03). D. References - Installation references of projects that are similar in size and scope to this project shall be submitted. The submittal shall include, at a minimum, the client contact name, phone number, and the diameter and footage of pipe rehabilitated. Hwd.4580S205/01-13-00 SCOES I/1 Program 02770-1 CURED-IMPLACE I - s r indicates tha E. Chemical Resistance The CONTRACTOR shall submit test results which t the CIPP system proposed meets the chemical resistance requirements of Section 2.03. F. CIPP Field Samples - The CONTRACTOR shall submit physical property test results from previous installations of the product proposed for this project. These test results shall verify that the CIPP physical properties used in the design submittal (see numeral B, as well as minimum values specified in Section 2.02) have been achieved in previous applications. G. Reinstatements - The CONTRACTOR shall submit details of how existing tees, air relief 11 valves, blow -off valves, threaded taps, etc., will be reinstated. Reinstatements shall provide JIM a sufficient seal to prevent water tracking between the CIPP and the host pipe. H. Access Points - The number and location of access points required for installation of the , CIPP shall be provided. EAA T 2 -- PRODUCTS 2.01 MATERIALS A. The sewn tube shall consist of one or more layers of absorbent non -woven synthetic fiber combined with glass fiber reinforcement and meet the requirements of ASTM F1216 or ASTM F17443, 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. B. The wetout tube shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. C. 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. D. 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. E. 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. The tube shall contain glass fiber reinforcement quantities appropriate for the internal pressure requirements. F. The wall color of the interior pipe surface of CIPP after installation shall be alight reflective color so that a clear detailed examination with closed circuit television inspection equipment or man -entry inspection may be made. G. Seams in the tube shall be stronger than the unseamed felt. Hwd.45BOS205/01-13-00 BCOES 1/1 Program 02770-2 CURED -IN -PLACE i H. The outside of the tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA. I I. 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. 2.02 STRUCTURAL REQUIREMENTS A. The CIPP shall be designed as per ASTM F1216, Appendix X1.3.2 for the Fully Deteriorated Pressure Pipe condition. The CIPP design shall assume no bonding to the original pipe wall. B. The design of the CIPP shall be based on the following parameters, which values shall be 1 selected and reviewed by the ENGINEER at the time of the design for each particularforce main: Parameter Unit Diameter inch Normal Internal Operating Pressure psi Maximum Internal Pressure psi Normal Internal Operating Temperature a Maximum Internal Temperature OF Internal Vacuum (if applicable) psi Soil Depth (above crown) feet Ground Water Depth (above invert) feet Type of Live Load tons 1 Modulus of Soil Reaction psi Soil Density psi C. The physical properties used in the design shall be clearly identified. These physical properties shall be the basis for the acceptance of the final product (see Section 2.03). At a minimum, the CIPP shall have the following physical properties: Minimum Physical Properties ASTM Test Minimum Property Method ......_,. Value* Initial Flexural Modulus of Elasticity D790 250,000 psi iInitial Initial Flexural Strength D790 Tensile Strength D638 5,000 psi 4,500 psi 'Values are for design conditions 0 750F (259C) D. For the external load design in Appendix X.1 of ASTM F1216, the long-term (time -corrected) flexural modulus of elasticity shall be determined by multiplying the design initial flexural modulus of elasticity by a creep retention factor (CL). At a minimum, a creep retention factor of 50% shall be applied. ' Hwd.4580S205/01-13-00 BCOES 1/1 Program 02770-3 CURED -IN -PLACE 1 E. The external load design shall be based on an enhancementfactor actor (K) of 7.0, an ovahty (q) of 5%, a Poisson's (v) ratio of 0.3 and a factor of safety of 2.0. F. For the internal pressure design in Appendix X-1 of ASTM F1216, the design shall be based on factor of safety of 2.0 and a long-term tensile strength equal to 1/3 of the design initial tensile strength. G. 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. , H. The design physical properties shall be adjusted, as necessary, to account for the Normal Internal Operating Temperature specified in numeral B of this Section. I. 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. ' J. The lining manufacturer shall submit to the ENGINEER for review complete design calculations for the liner, signed and sealed by a Professional ENGINEER registered in the State of Florida and certified by the manufacturer as to the compliance of his materials to the values used in the calculations. The liner shall be designed to withstand a live load equivalent to two H-20 passing trucks plus all pertinent dead loads, hydrostatic pressure and grout pressure (if any). For design purposes, the water table shall be considered at grade elevation. The liner shall be designed to withstand the corresponding force main internal pressure. The liner shall be designed in accordance with ASTM F 1216, Appendix X1.3.2 and resist buckling in accordance with Appendix A (AWWA C 950). The buckling analysis shall account for the combination of dead load, live load, hydrostatic pressure and grout pressure (if any). The liner side support shall be considered as if provided by soil pressure against the liner. The existing pipe shall not be considered as providing any structural support. Modulus of soil reaction shall not be taken higher than 1000, corresponding to a moderate degree of compaction of bedding (85 to 95 percent Proctor) and a fine-grained soil as shown on Table A4 of AWWA C 950. K. Because of SDR denomination in the plastic pipe industry varies and of the nature of the calculations and constants utilized, the minimum liner thicknesses shall be 5 percent greater than the amount specified. L. As part of the design calculation submittal, the liner manufacturer shall submit a tabulation of time versus temperature. This tabulation shall show the lengths of time that exposed I portions of the liner will endure without self -initiated cure or other deterioration beginning. This tabulation shall be at five degree Fahrenheit increments ranging from 70 degrees F. to 100 degrees F. The manufacturer shall also submit his analysis of the progressive , effects of such "pre -cure" on the insertion and cured properties of the liner. This information shall be submitted in a timely fashion prior to the preconstruction conference so that the ENGINEER may set procedures for dealing with such an instance caused by construction delays. The minimum liner thickness are for materials with characteristics as shown. Hwd.45BOS205/01-13-00 BCOES 1/1 Program 02770-4 CURED -IN -PLACE M. Liner shall be neither accepted nor installed until design calculations are acceptable to the ENGINEER. Liner shall be as manufactured by Insituform Technologies, Inc., 702 Spirit ' 40 Avenue, Chesterfield, MO 63005, Phone No. 800-325-1159, or equal. I2.03 TESTING REQUIREMENTS A. Chemical Resistance -The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. ' B. Hydraulic Capacity -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 1 age and condition. C. 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 for the actual installation. These test results must verify that the CIPP physical properties specified in Section 2.02 have been achieved in previous field applications. D. The installation shall be inspected visually, if appropriate, or by closed-circuit television if visual inspection cannot be accomplished. Variations from true line and grade may be inherent because of the conditions of the original piping. No infiltration of groundwater shall 1 be observed. E. The finished CIPP shall be continuous over the entire length of an installation run and be free of dry spots, lifts, and delaminations. F. For each inversion length designated by the OWNER in the contract documents or Ipurchase order, one CIPP sample shall be prepared using one of the following methods. 1. The sample shall be cut from a section of the cured CIPP at an intermediate manhole/pit or at the termination point that has been inverted through a like 1 diameter pipe which has been held in place by a suitable heat sink, such as sandbags. ' 2. The sample shall be fabricated from material taken from the tube and the resin/hardener system used and cured in a clamped mold placed in the downtube. ' G. The CIPP samples shall be large enough to provide a minimum of three specimens and a recommended five specimens for flexural testing and tensile testing. ' H. The CIPP samples shall be tested in accordance with ASTM D790 and D638 to confirm that the required physical properties specified in the design submittal of the proposed product (see Section 1.03) have been achieved. I. The CIPP shall meet the chemical resistance requirements of Section 2.05. J. The Cl PP shall be pressure tested for water -tightness following the test protocol described in Section 2.05. Hwd.45BOS205101-13-00 BCOES UI Program 02770-5 CURED -IN -PLACE 1 2.04 CHEMICAL RESISTANCE A. The CIPP system proposed shall meet the minimum chemical resistance requirements listed below and shall be provided as a submittal (see Section 1.03). Samples used for testing shall be of the same resin system and similar tube materials as that proposed for the project. It is required that CIPP samples without plastic coating meet these chemical testing requirements. B. Chemical resistance tests shall be completed in accordance with ASTM Test Method D 543 with the chemical solutions shown in the table below. Exposure shall be for a minimum of one month at 73.4'F (230C). During this period, the CIPP test specimens shall lose no ' more than 20% of their initial flexural strength and initial flexural modulus of elasticity. C. For applications more stringent than standard domestic sewage, it is recommended that chemical resistance tests be conducted with actual samples of the fluid flowing in the pipe. These tests can also be accomplished by securing CIPP test specimens in the flow stream. I Minimum Chemical Resistance Requirements Chemical Solution Concentration, % Tap water (pH 6-9) 100 Nitric acid 5 Phosphoric acid 10 Sulfuric acid 10 , Gasoline 100 Vegetable oil 100 Detergent 0.1 Soap 0.1 2.05 PRESSURE TESTING FOR WATER -TIGHTNESS I A. This section provides procedures for pressure testing for water -tightness of CIPP used in the renovation of pressure pipelines. Pressure testing for water -tightness shall be provided on all CIPP sections identified by the OWNER in the contract documents or purchase order. B. The CONTRACTOR shall perform flushing and testing of all pipelines and appurtenant piping, complete, including conveyance of test water to point of use and all disposal thereof, all in accordance with the requirements of the Contract Documents. The cost of all testing, including the water shall be borne by the CONTRACTOR. C. A testing schedule, including proposed plans for water conveyance, control and disposal shall be submitted in writing for review a minimum of 48 hours before testing is to start. D. All test equipment, temporary valves or bulkheads, backfiow presenters, or other water control equipment and materials shall be determined and furnished by the CONTRACTOR subject to the ENGINEER'S / OWNER's review. No materials shall be used which would be injurious to the construction or its future function. E. Test Procedure 1 1. The CIPP shall be cooled down to the original ambient ground temperature, which Hwd.4580S205/01-13-00 SCOES 1/I Program 02770-6 CURED -IN -PLACE F existed before CIPP installation, prior to proceeding with the pressure test. 2. The test section shall be subjected to a hydrostatic pressure of 150% of the known internal operating pressure (as defined prior to design) or at the internal operating pressure plus 50 psi, whichever is less, measured at the lowest point of the pipeline section being tested. 3. The pressure test shall be conducted after placement of all appurtenances such as end seals, reinstatements of side connections, corporation stops, etc. To avoid the testing of other associated piping, the side connections, corporation stops, etc., ' shall be capped or otherwise isolated. When sections of rehabilitated piping are reconnected with new spool pieces, ensure that all flange connections are watertight during the pressure test. Note: The emphasis is that only renovated piping (and its appurtenances) shall be tested. Otherwise, leakage in other side piping could contribute to a leakage rate measured for the CIPP. 1 4. The pipe section to be tested shall be isolated with blind flanges or other appropriate method rated for the required test pressure. Means for temperature measurement, air relief and filling the test section with water shall be provided by the CONTRACTOR. The line tested shall be configured such that leakage from the Iends and branch lines can be visually monitored. S. The ends, termination points, elbows, etc. that are removed shall be properly 1 braced, blocked and supported for the duration of the test. The test pressure shall not exceed the safe pressure on such fittings. 6. The hydrostatic test shall consist of holding the test pressure on the pipeline for a minimum period of 2 hours. All visible leaks shall be repaired in a manner acceptable to the ENGINEER. 7. The test section shall be filled slowly from any available water source. All air shall be expelled from the pipeline during filling. This is a very critical step of the process since trapped air will compress during pressurization giving erroneous leakage I measurements. When filling the pipeline with water, all air release valves and the high elevation end of the pipeline shall be opened until a free flow of water is visible, to release all air from the pipeline to be tested. Ensure the rate of filling does not ' significantly pressurize the pipeline prematurely. 8. If the above technique for expelling air is not sufficient, another approach may be more effective. One alternative is to push a pig through the line with the fill water behind it. This is done after each end of the test section is sealed off so the pig remains in the pipe during the pressure test. When the pipe is full and the pig reaches the far end of the test section, the air in front of the pig is bled off through ' a relief valve in the blind flange or pressure plug at the termination end. The pipeline shall be filled at a rate which will not cause any surges or exceed the rate 1 at which the air can be released through the air valves at a reasonable velocity and all the air within the pipeline shall be properly purged. 1 9. Once the CIPP is filled, the specified test pressure, based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gauge, shall be applied by means of a pump connected to the pipe in a manner Hwd:4580S205/01.13-00 BCOES !/I Program n,>rnn-7 r1JPFrL11V-P1.ar Jr to the Owner. The test pressure shall be applied in steps at intervals satisfactory O P PP P of 50 psi or one-half of the test pressure, whichever is less, until the required test pressure is reached. The pressure shall be held at each step for a minimum of 30 minutes. 10. A minimum stabilization period of 2 to 3 hours is recommended before starting the , pressure test. During this time, the test pressure shall be maintained within close proximity of the required test pressure. A small annular gap may exist between the CIPP wall and the existing pipe. During this stabilization period, the CIPP will reround and stretch. Some trapped air may still exist in the pipe and the mean water temperature may fluctuate. These can cause erroneous leakage readings if the pressure test is run during this period. Therefore, the required stabilization period may be considerably longer than expected for some installations. Decreasing make-up water during the stabilization period should indicate that at least one of these effects is present and is gradually being counteracted. 11. Bleed off any air at the ends of the test section prior to beginning the test. As stated previously, the pressure test shall be for a duration of one hour after the stabilization period is completed. Begin the test at the required test pressure. After the one hour test, the amount of make-up water needed to return to the required pressure shall be quantified. 12. In the case of pipelines that fail to pass the prescribed leakage test, the CONTRACTOR shall determine the cause of the leakage, shall take corrective measures necessary to repair the leaks, and shall again test the pipelines. , PART 3 -- EXECUTION 3.01 CLEANING/SURFACE PREPARATION A. Prior to entering access areas (such as manholes) and performing inspection or cleaning operations, the Contractor shall make an evaluation of the atmosphere to determine the presence of toxic or flammable vapors or lack of oxygen shall be undertaken in accordance with local, state, or federal safety regulations. , B. The CONTRACTOR shall state in his submittals (see Section 1.03) the number and location of access points required. The OWNER shall provide rights of access to the pipeline. The CONTRACTOR or OWNER, as specified in the contract documents, shall provide the excavation, pipe work, reconnection and restoration for installation access points. C. The CONTRACTOR shall remove all internal debris out of the pipeline that will interfere with the installation. Pipes shall be cleaned by the CONTRACTOR with high -velocity jet cleaners, mechanically powered equipment, cable -attached devices or fluid -propelled devices (e.g., pipe pigs). D. It shall be the responsibility of the CONTRACTOR to clean the pipeline with a high-pressure water jet and to remove all internal debris out of the pipeline in accordance with Section 02751, "Cleaning and Root Removal". E. Inspection of pipelines shall be performed by experienced personnel trained in locating , Hwd.4580S205/01-13-00 SCOES 1/1 Program ' 02770-8 CURED-IMPLACE breaks, obstacles, etc., by closed-circuit television or man entry. The interior of the pipeline shall be carefully inspected to determine the location of any conditions that may prevent proper installation of the impregnated tube, and it shall be noted so that these conditions can be corrected. A video tape and suitable log shall be kept for reference. If unseen I obstructions are encountered such as, but not limited to, reducers, line valves, protruding connections, etc., that will prevent proper installation, the CONTRACTOR shall remove such obstructions on written order from the OWNER. 3.02 SEWER REPAIRS A. Any protruding pieces of concrete, dropped joints or broken pipe shall be subjected to point repairs in accordance with Section 02757, "Point Repairs of Sanitary Sewers", so that the pipe is left in a clean smooth condition in all respects ready for lining. Sealing shall be performed at this time in accordance with Section 02763, "Chemical Grouting°. B. If conditions such as broken pipe and major blockages are found that will prevent proper cleaning, or where additional damage would result if cleaning is attempted or continued, the 1 CONTRACTOR, with the concurrence of the ENGINEER, shall perform the necessary point repair(s), and then complete the cleaning. 3.02 FLOW CONTROL A. Flow control shall be exercised as required to ensure that no flowing sewage comes into contact with sections of the sewer under repair. See Section 02750, "Wastewater Flow Control° for additional information. 3.03 LINER INSTALLATION FOR FORCE MAINS A. The prepared pipe shall be reviewed and be acceptable to the ENGINEER for cleanliness and smoothness before the CONTRACTOR begins to line the pipe. B. The existing pipeline shall be dewatered and free of incoming water. If water is present, measures shall be taken to minimize contact of the water with the inverting tube. C. The CONTRACTOR shall present to the ENGINEER, for review, a description of his methods for avoiding liner stoppage due to conflict and friction with such points as the manhole entrance and the bend into the pipe entrance. He shall also present plans for dealing with a liner stopped by snagging within the pipe. This information shall be rendered to the ENGINEER in a timely fashion prior to the preconstruction conference. D. The CONTRACTOR shall have on hand at all times, for use by his personnel and the ENGINEER, a digital thermometer or other means of accurately and quickly checking the ' temperature of exposed portions of the liner. E. The CONTRACTOR shall immediately notify the ENGINEER of any construction delays ' taking place during the insertion operation. Such delays shall possibly require sampling and testing by an independent laboratory of portions of the cured liner at the ENGINEER's discretion. The cost of such test shall be born by the CONTRACTOR and no extra compensation will be allowed. Any failure of sample tests or a lack of immediate notification of delay shall be automatic cause for rejection of that part of the work at the ENGINEER's discretion. 1 Hwd.4580S205/01-13-00 02770-9 BCOES 1/1 Program CURED -IN -PLACE I F. The CONTRACTOR shall designate a location where the tube will be vacuum impregnated prior to installation. The CONTRACTOR shall allow the OWNER to inspect the materials and the "wet -out" procedure. G. The wet out tube shall be inserted through an existing manhole or approved access point by means of an inversion process and the application of a hydrostatic head sufficient to extend it to the next designated manhole or termination point. H. Before the installation begins, the CONTRACTOR shall determine the minimum pressure required to hold the tube tight against the existing pipeline, and the maximum allowable pressure so as not to damage the tube. Once the installation has started, the pressure shall be maintained between the minimum and maximum pressures until the installation has been completed. Tube installation forces or pressures shall be limited so as not to stretch the tube longitudinally by more than 5% of the original length. j I. The use of a lubricant during inversion may be needed to reduce friction. The lubricant used shall be a nontoxic product that has no detrimental effects on the tube or boiler and pump system, shall not support the growth of bacteria, and shall not adversely affect the fluid to be transported. J. A scaffold or elevated platform shall be erected at the upstream or downstream access point. The tube shall be inverted using an "inversion elbow" at the bottom of the manhole or an "inversion ring" above ground. The tube shall be inverted (turned inside -out) with water pressure. K. After the inversion is complete, the CONTRACTOR shall supply a suitable heat source and water recirculation equipment. The equipment shall be capable of uniformly raising the water temperature to a level required to effectively cure the resin. L. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gage shall be placed between the tube and the host pipe in the downstream manhole at or near the bottom to determine the temperatures during cure. Water temperature in the pipe during the cure period shall be as recommended by the resin manufacturer. M. Initial cure shall be deemed complete when the exposed portions of the tube appear to be hard and sound and the temperature sensor indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer and may require continuous recirculation of the water to maintain the temperature. N. CIPP installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6, with the following modifications: 0. Resin Impregnation - The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation (wet out) 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 Hwd.4580S205/01-13.00 BCOES 1/1 Program , 02770-10 CURED -IN -PLACE 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. The CONTRACTOR shall allow the OWNER to inspect the materials and procedures used to vacuum impregnate the tube. P. Tube Insertion — The wetout tube shall be positioned in the pipeline using either inversion or a pull -in method. If pulled into place, a power winch should be utilized and care should be exercised not to damage the tube as a result of pull -in friction. The tube should be pulled -in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. 0. Temperature gauges shall be placed inside the tube at the invert level of each end to monitor the temperatures during the cure cycle. IR. Curing shall be performed as follows: n 1 1. Curing shall be accomplished by utilizing hot water under hydrostatic pressure in accordance with the manufacturer's recommended cure schedule. 2. After installation is completed, a suitable heat source and water recirculation equipment shall be used to circulate heated water throughout the pipeline. The equipment shall be capable of delivering hot water throughout the pipeline to uniformly raise the water temperature above the temperature required to effect a cure of the resin. Water temperature in the line during the cure period shall be as determined by the CONTRACTOR. S. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. To determine the temperatures during the cure cycle, a gauge shall be placed at the beginning and termination points between the impregnated tube and the invert of the existing pipe. The temperature of the cure water shall be monitored at the termination end by placing a temperature probe through a small hole in the tube, near the invert, into the cure water. The hole in the tube shall be made such that the temperature probe fits tightly and minimizes cure water leakage. 4. Initial cure will occur during temperature heat -up and is completed when exposed portions of the new pipe appear to be hard and sound and the remote temperature sensor indicates that the temperature is of a magnitude to realize an exotherm or cure in the resin. After initial cure is reached, the temperature shall be raised to the post -cure temperature as determined by the CONTRACTOR. The post -cure temperature shall be held for a period as determined by the CONTRACTOR, during which time the recirculation of the water and cycling of the boiler to maintain the temperature continues. The curing process shall take into account the existing pipe material, the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of soil). S. Cool -Down: The CIPP shall be cooled to a temperature below 90OF (32°C) before relieving the hydrostatic head. Cool -down shall be accomplished by the introduction of cool water to replace water being drained from the system. Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed Hwd:4580S205/01-13-00 BCOES 1/1 Program 02770-11 CURED -IN -PLACE CIPP. In addition, the cure water incoming temperature during cool -down shall not decrease at a rate greater than 20°F (11 °C) per hour. 3.04 INTERNAL END SEALS AND REINSTATEMENTS A. The CONTRACTOR shall install end seals at each of the CIPP beginning and termination , points. The finished product shall be continuous over the length of pipe reconstructed and be free from dry spots, delamination, and lifts. Should the liner not make a tight seal at the inside manhole wall, a seal shall be made by use of extra polyester fiber felt and epoxy resin. Pipe entries and exists shall be smooth, free of irregularities, and watertight. No visible leaks shall be present and the CONTRACTOR shall be responsible for grouting to remove leaks or fill voids between the host pipe and the liner. During the warranty period, any defects which will affect the integrity or strength of the product shall be repaired at the CONTRACTOR's expense, in a manner mutually agreed upon by the ENGINEER and the CONTRACTOR. B. The end seals shall be a mechanical, expansion type, constructed of stainless steel and elastomeric seals. The end seals shall be rated by the manufacturer for the operating pressure and shall be compatible with the piped fluid. The pipe at the end seal installation points shall be structurally sound and free of any significant pitting or heavy corrosion. This is required to ensure an adequate seal between the CIPP and the existing pipeline. Otherwise, replacement with a new steel spool piece at these ends may be required. 1 C. All reinstatements of tees, air relief valves, blow -off valves, threaded taps, etc., shall be completed following the procedures identified in the submittal described in Section 1.03 of ' this specification. 3.05 REINSTATEMENT OF CONNECTIONS TO OTHER FORCEMAINS A. It is the intent of these specifications that connections to other forcemains be reopened without excavation (through the inside), utilizing a remote controlled cutting device, monitored by a video TV camera. The CONTRACTOR shall certify he has a minimum of 2 complete working robotic cutters plus spare key components on the site before each inversion. Unless otherwise directed by the OWNER or his authorized representative, all existing connections to other forcemains will be reinstated. No additional payment will be made for 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. 3.06 ACCEPTANCE A. The finished liner shall be continuous over the entire length of the installation. The liner shall be free from visual defects, damage, deflection, holes, delamination, uncured resin, and the like. There shall be no visible infiltration through the liner or from behind the liner at manholes, access points, or connections to other forcemains. Cut -ins and attachments at service connections shall be neat and smooth. B. The test shall require that the quantified make-up water (from Section 2.05) for the one hour test shall not exceed 20 gallons per inch -diameter, per mile of pipe, per 24 hour day (20 GPDIM). The quantified make-up water for the one hour test shall be extrapolated to the 24 hour rate for comparison purposes. Any visible leakage at termination points shall Hwd:4580S205/01-13-00 SCOES UI Program 02770-12 CURED-IMPLACE be eliminated. If not feasible or possible at the time of the test, the termination point leakage shall be kept to a minimum, collected and then deducted from the actual make-up water rate. If the leakage at test pressure exceeds the allowable, the CONTRACTOR shall endeavor to locate the source of the leakage and reduce it in a manner acceptable to the OWNER. The pressure test for water -tightness shall be deemed acceptable if that actually 1 measured during the one hour test (which has been extrapolated to a 24 hour day rate) is equal to or less than the allowable make-up water rate of 20 GPDIM. 3.07 CLEANUP A. After the liner installation has been completed and accepted, the CONTRACTOR shall ' cleanup the entire project area and return the ground cover to the original or better condition. All excess material and debris not incorporated into the permanent installation shall be disposed of by the CONTRACTOR at his expense. 1 3.08 TELEVISION SURVEY A. Television survey, including Preconstruction Survey, Post Construction Survey, and Warranty Survey, as indicated in Section 02752 "Television Survey", is required for all cured -in -place lining, including main lines and service laterals. 3.09 PUBLIC NOTIFICATION A. 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: 1. 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. 2. Personal contact with any home or business which cannot be reconnected within the time stated in the written notice. 3.10 WARRANTY The liner shall be certified by the manufacturer for specified material properties for a particular job. The manufacturer warrants the liner to be free from defects in raw materials for one year from the date of acceptance. During the warranty period, any defects which affect the integrity or strength of the pipe shall be repaired at the CONTRACTOR's expense in a manner mutually agreed by the OWNER and the CONTRACTOR. - END OF SECTION - H►Md.4580S205/01-13-00 BCOES 1/1 Program 02770-13 CURED -IN -PLACE /I1S%f/If01'Y11 Techndog*- Ina R a 8=41629 JACKBM IE� FL 32203 11911 FWL" MNy.8MM 3728 FAX Transmission Tom. -� Proms Suzan Herrmann Fax: 5 y - 7 �0 Pages: ;2. Re: ❑ urgent 0 Commrnts: ❑ As Soon As Practical ❑ At Your convenience The information contained in this facsimile message is legally privileged and eer►iidentiai information which is inter*d only lbr the u,, of the individual of cntity named above• if you ate not the intended recipient, you an hereby notified that any disclosure, copying, distribution or the mWng of any action in reliance on the contents of this telecopied infbnnWon is strictly prohibited. If you have received this message in error, please nodfy us by telephone itnmedintely so the we can strange for the report of the original documents to us at no cost to you. If you have problems receiving this fax, please call 904-292-3147 AGREEMENT BETWEEN THE CITY OF TAMARAC AND AZURIX NORTH AMERICA UNDERGROUND INFRASTRUCTURE, INC. THIS AGREEMENT is made and entered into this 2- S day of .X )Yi , 2001 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Azurix North America Underground Infrastructure, Inc., a Delaware corporation with principal offices located at 1117 N. W. 55'h Street, Fort Lauderdale, FL 33309 (the "CONTRACTOR") to provide for Fold -in -Form 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 Palm Beach County Contract Project No. WUD 99-48R attached hereto and incorporated herein as if set forth in full, (General, Supplementary and other Conditions), 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. 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 "Fold -and -Formed 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 1 competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) CONTRACTOR shall provide the CITY with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. f) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance CONTRACTOR shall obtain at CONTRACTOR's expense all necessary insurance in such form and amount as required by the City's Risk 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 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. is The term of this Agreement is for a period beginning the first day following execution by the CITY and ending on July 26, 2001. 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. 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 below, which is taken from the Palm Beach County Project No. WUD 99-48R. 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 Palm Beach County Project Contract. BID SCHEDULE OF VALUES FOR WORK TASK TASK ITEM DESCRIPTION OF BID DEPTH UNITS UNIT PRICE QUANITIEW ITEM C 1 LINER 8"DUL FOLD & FORM <4 LF $34.00 C 2 LINER 8"DIA FOLD S FORM 4 TO 8 LF $36.00 C 3 LINER 8' DIA FOLD & FORM a8 LF $38.00 C 4 LINER 10" DUL FOLD & FORM >4 $39.00 C 5 LINER 10" DIA FOLD & FORM 4TO8 qLF $41.00 C 6 LINER 10"DIA. FOLD & FORM >8 LF $43.00 D 5 STANDARD SERVICE RECONNECTION NIA EA 180.00 P 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. 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. .19 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 Fold -and -Formed Pipe Lining Repairs to the City of Tamarac Wastewater Collection System Infiltration & Inflow Reduction (Project No.US01A) against defects for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, CONTRACTOR shall perform such steps required to repair and correct the affected areas of the work performed. CONTRACTOR shall be responsible for any damages caused by defect to affected area. 13) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 14) Non -Discrimination 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. 16) 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. CITY City Manager City of Tamarac 7525 N.W. $$th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Mark Harris, Vice President Azurix North America Underground Infrastructure, Inc. 1117 NW 551" Street Fort Lauderdale, Florida 33309 1.1 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. 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. VA 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. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Azurix North America Underground Infrastructure, Inc., signing by and through its Vice President duly authorized to execute same. ATTEST: Marion Swe son, CMC City Clerk Date: d 7 0 ( CITY OFT MARAC tdoe Schreiber, Mayor Date: A - Z-7- D 1 Jeffrey L. iller, City Manager Date: A-2-7'0I pr vedto form an gal ff ien Ila"tchell 9'. Vaity Attorney 1 Date AZURIX NORTH AMERICA UNDERGROUND INFRASTRUCTURE, INC. (Contralct & Attesting Officer) Ste ha '2 McGregor Assistant SOcretary of Corporation (CORPORATE SEAL) Mark Harris Printed Name Date: J� 4 CORPORATE ACKNOWLEDGEMENT STATE OF Flor COUNTY OF v,1 The foregoing instrument was acknowledged before me this � day of 'aL - - --1 2001 by Mark Harris, Vice President of Azurix North America Underground Infrastructure, Inc., a Delaware corporation, on behalf of the corporation. He is personally known to me (type of identification) as identification and did (did not) take an oath. Signature of Not4 Public — State of Florida ,$Mr, carfeneJAnlFiony * *k* commission CCOMM ►Mv. Expires Deosmber 18. 2003 Print, Type or Stamp Name of Notary Public �'7 i Waiter Utilities Department July 31, 2000 P.O. Box 16097 West Palm Beach. FL 33416.6097 Mr. John Barr, Vice President (561) 641.3429 Madsen-Barr/PUMC, Inc. FAX: (561) 641-3447 1117 Northwest 55th Street www.co.palm-beach.fl.us Fort Lauderdale, Florida 33309 Reference: Project No. WUD 99-48R ■ Renewal of Annual Contract for Reconstruction of Sanitary Sewer Lines Account No. 511-721-W006-6548 Palm Beach County Board of County Dear Mr. Barr: Commissioners Maude Ford Lee, Chair Please note that on July 11, 2000, the Board of County Commissioners Warren M. Newell. Vice Chairman approved and awarded the contract renewal for the above referenced project (Bid Items CI through C9) to Madsen-Barr/PUMC, Incorporated. A pre - Karen T. Marcus construction meeting will be scheduled prior to each pipe rehabilitation Carol A. Roberts project. Mary McCarty Enclosed please find one (1) copy of the executed contract documents. Burt Aaronson Please feel free to contact me at 561-434-5323 if you have any, questions on Tony Masilotti this matter. Respectfully, f� �W>4A�n�►� County Administrator Robert Weisman Duane Palumbo Project Engineer cc: C. Lawton McCall Hassan Hadjimiry, P.E. Jan Schooley, PBC Finance Graciela Abreu File 'An Equal Opportunity Affirmative Action Employer' winword\99-48r\MA DSEN-BARR\madsenrenew2000.doc 1 R2000 0976 AMENDMENT TO ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES This amendment to Contract is entered into this day of JIL -1-1 70 , 2000, between Palm Beach County, a Political Subdivision of the State of Florida, by and through its Board of Commissioners, hereafter referred to as the COUNTY, and Madsen- Barr/PUMC, Inc., a corporation authorized to do business in the State of Florida, hereafter referred to as the CONTRACTOR. WHEREAS, on July 27, 1999, County and Contractor entered into an annual contract for Reconstruction of Sanitary Sewer Lines (R99-1284D), hereafter referred to as "Contract"; and WHEREAS, the Contract was for a term of one (1) year with (2) two additional one (1) year renewals, to provide the Water Utilities Department with services for Reconstruction of Sanitary Sewer Lines; and WHEREAS, the County desires to exercise its option to renew said Contract for an additional one (1) year period; WHEREAS, the Contractor desires to provide Reconstruction Services for Sanitary Sewer Lines for an additional one (1) year period; NOW THEREFORE, in consideration of these premises and the mutual undertakings herein and the previous contract, County and Contractor agree as follows: 1. The forgoing statements are true and correct and incorporated herein. 2. This Contract shall be renewed for a period of twelve (12) months, commencing July 27, 2000, and terminating on July 26, 2001. 3. All remaining terms and conditions in the Contract dated July 27, 1999 shall remain in full force and effect and said Contract is reaffirmed as modified herein. IN WITNESS WHEREOF the parties hereto have executed this contract on the date above written. ATTEST: DOROTHY H. WILKEN, Clerk BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS ' '- NT y • c��n�' By: C�LL--'o C By: b4-47c� 2 Deputy Clerk = �,M 6E, '• �'� f p' - QP cy an OUNTV C p' FLOp1DP •� WITNESS: CONT CTOR: Signature Signatur John J. Barr, Assistant Secretary SignKure Madsen-Barr/PUMC, Inc. 1117 Northwest 551 Street. Fort Lauderdale, FL 33309 PPRED AS TO FORM ND L GAL SUFFICIENCY County April 24, 2000 CT Corporation System 660 East Jefferson St. Tallahassee, FL 32301 FLORIDA DEPARTMENT OF STATE Katherine Harris Secretary of State Re: Document Number F95000002692 The Amendment to the Application of a Foreign Corporation for MADSEN- BARR/PHILIP UTILITIES MANAGEMENT CORPORATION, INC. which changed its name to AZURIX NORTH AMERICA UNDERGROUND INFRASTRUCTURE, INC., a Delaware corporation authorized to transact business in Florida, was filed on April 24, 2000. Should you have any questions regarding this matter, please telephone (850) 487- 6050, the Amendment Filing Section. Annette Ramsey Corporate Specialist Division of Corporation Letter Number: 20OA00022313 Division of Corporations - P.O. BOX 6327 -Tallahassee, Florida 32314 APPLICATION BY FOREIGN CORP-ORATION TO FILE AMENDMENT TC APPLICATION FOR AUTHORIZATION TO TRANSACT BUSINESS IN FLORIDA r- -•- SECTION 1 (1-3 mush be completed) !~ - - I 1' d - Utilities managmcnt Comqration. Inc. C� Name of corporation as it appears within the records of the Depa .ngf State. co 2. Incorporated under laws of: 3. Date authorized to do business in Florida: SECTION 11 (4-7 complete only the applicable changes) 4. If the amendment .changes the name of the corporation, when was the chang, effected under the laws of its jurisdiction of incorporation? 5. Name of corporation after the amendment, adding suffix "corporation," "company," "i corporated," or appropriate abbreviation, if not contained in new name of the corporatio Nogth AmerigaUndercr--ound Tnfgastructmre, 6. If the amendment changes the period of duration, indicate new period of duration. No change 7. If the amendment changes the jurisdiction of incorporation, indicate new jurisdiction. Stephen�M./.Bro#e/, Assistant Secretary �J Signature Name and Title q11 y rZ ate (FLA.- 2251 - 3/19/93) sr VVWM Asurix September 29, 2000 Scott London City of Tamarac 6001 Nob Hill Road Tamarac, FL 33321-2401 RE: COMPANY NAME CHANGE Mr. London: Azurix North America Underground Infrastructure, Inc. 1117 N. W. 55th Street Ft. Lauderdale, FL 33309 Telephone (954) 561-0942 Fax (954) 491-5427 FLN CU CO23665 Please see the attached documentation reflecting our company name change. Please note that on1Y the name has changed. Our Federal ID number, telephone numbers and addresses will remain the same. If there are any questions or concerns regarding this matter, please feel free to call. Sincerely, ohn Rinehart Vice President Attach. GLOBAL WATER SOLUTIONS Asurix October 10, 2000 Mr. Scott London City of Tamarac 6001 Nob Hill Road Tamarac, FL 33321-2401 Dear Mr. London: Azurix North America Underground Infrastructure, Inc. 1117 N. W. 55th Street Ft. Lauderdale, FL 33309 Telephone (954) 561-0942 Fax (954) 491-5 427 FL# CU CO23665 Azurix North America Underground Infrastructure, Inc. will extend our unit pricing in our Palm Beach County Project No. WUD 99-48R, to the City of Tamarac, for the 00/01 year. We are looking forward to working with the City this coming year. If you require any additional information, please contact me at the office. Sincerely, i� J n Rinehart Vice President lj GLOBAL WATER SOLUTIONS I BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES PROJECT No. WUD 99-48 R March, 1999 PALM BEACH COUNTY WATER UTILITIES DEPARTMENT 2066 PRAIRIE ROAD P.O. BOX 16097 WEST PALM BEACH, FLORIDA 33416 Phone: 661 /641-3429 ' MAR-19-190.9 1.3:31 WUD ENGINEERING Palm Beach County Water Utilities 2065 Prairie Road West Palm Beach, FL 33416 Fax Cover Sheet DATE: March 19, 1999 TIME. 1:21 PM TO: All Bid Holders PHONE: FAX: FROM: Duane Palumbo PHONE: (561) 434-5323 641-3447 PBCWUD FAX: (561) RE: Addendum 1, Bid Docurents for Project WUD 9948 R. I 1.1 11 11 Ll Number of pages Including cover sheet: 3 The following are the changes to the Bid Documents for Project WUD 99-48 R. You mast FAX this sheet back with signature and date you received the information. Thank you, (Z=r� Qwzr- Duane Palumbo RECEIVED BY (print): - E A RECEIVED BY (signature): COMPANY: DATE: TIME , v2- 4W i0 r.Ul U.: 1 IMAR-19-1999 13:31 IJUD ENGINEERING �_•uG`u- Addendum No-1 March 19, 1999 TO ' CONTRACT DOCUMENTS PROJECT TITLE: Annual Contract For Reconstruction Of Sanitary Sewer Lines Project No. WUD 99-48 R TO: All Plan Holders of Record This addendum is to advise of revisions to the contract documents for the above referenced project - Advertisement for Bids Page AF13-1: REPLACE, with enclosed page AFS-1. (Note the revised dates) Instructions to Bidders, Page IB-1, Section 4, PRE -BID CONFERENCE: DELETE, &W PRE -BID CONFERENCE. A pre -bid conference will be held at the Engineering Oftes of the PALM BEACH COUNTY WATER UTILITIES DEPARTMENT, 2065 PRAIRIE ROAD, WEST PALM BEACH, FLORIDA, (Tel. 561.641-M29) at 10:00 A.M. Eastern Time, on Friday, March 19,1999:' ADD, "Al. PRE -BID CONFERENCE. A pre -bid conference will be held at the Engineering Offices of the PALM BEACH COUNTY WATER UTILITIES DEPARTMENT, 2065 PRAIRIE ROAD, WEST PALM BEACH, FLORIDA, (Tel. 561.641-3429) at 10:00 A.M. Eastern Time, on Friday, March 26, 1999: Instructions to Bidders, Page IS-7, Section 14, SUBMISSION OF BIDS: DELETE, ,,u. SUBMISSION OF BIDS. The Bid shall be submitted on the blank Proposal forms bound herein. The sealed envelope enclosing the Bids and all required attachments described in the Proposal shall be an opaque envelope, plainly marked in the upper left-hand comer with the Project Title, the name and address of the Bidder, and shall bear the words ' BID PROPOSAL FOR ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEINER LINES, WUD BID No. 9948 R', TO BE RECEIVED BY Tuesday, March 23,1929, AT 2:00 P.M., EASTERN TIME." ADD, "14. SUBMISSION OF BIDS. The Bid shall be submitted on the blank Proposal forms bound herein. The sealed envelope enclosing the Bids and all required attachments described in the Proposal shall be an opaque envelope, plainly marked in the upper left-hand comer with the Project Title, the name and address of the Bidder, and shall bear the words ' BID PROPOSAL FOR ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES, WUD BID No. "-48 R', TO BE RECEIVED BY Tuesday, March 30,1999, AT 2:00 P.M., EASTERN TIME." IPlease call 561-434-5323 should you have any questions. 11 61 Ih1AR-19-1999 1.3 : 32 41UD ENGINEERING t- . u- ' V _- ii ADVERTISEMENT FOR BIDS Sealed proposals will be received by the BOARD OF COUNTY COMMISSIONERS, WATER UTILITIES DEPARTMENT, PALM BEACH COUNTY, FLORIDA, at the Palm Beach County Water Utilities Department Engineering Building (Building-"K"), 2065 Prairie Road, West Palm Beach, Florida 33416, up to 2:00 P.M., Tuesday, March 30, 1999, at which time bids will be publicly opened and read aloud, (bids received after said time will be returned unopened), for the following project: ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES PALM BEACH COUNTY Project No. WUD 99-48 R The principal features of this contract include tumishing all labor, materials, and equipment to construct the following: Pipe Insertion, Cured4n-Place and Fold -and - Form Pipe Lining. ' All conditions of, and requirements for bid submission, consideration, and award are contained in the proposed Contract Documents for the project. The proposed Contract Documents are available for public inspection at the above mentioned address from 7:45 a.m. to 4:15 p.m., and are available for purchase for a non-refundable charge of $50.00 per set. Additional questions may be addressed to the Project Engineer, Duane Palumbo (Tel: 561/434-5323, Fax: 561/641-3447). No refunds will be made. It is the policy of the Board of County Commissioners of Palm Beach County, that Minorities and Woman Business Enterprises (NVWBE), shall have the maximum practical opportunity to participate in the competitive process of supplying goods and services to the County (Palm Beach County Ordinance No. 93-28). Bidders shall use sufficient reasonable good faith efforts to cant' out this policy in the award of their subcontracts to the fullest extent consistent with the efficient performance of this contract A pre -bid conference will be held at the above at 10:00 A.M. EDT, on Friday, March 26, 1999. A bid security in the form of a Bid Bond or Cashiers Check in the amount of five thousand dollars ($5,000) is required. By order of the Board of County Commissioners, Palm Beach County, Florida, Maude Ford Lee, Chair. PUBLISH: PALM BEACH POST FRIDAY: March 19,1999 IPUMUDENGM AFB-1 . wu&948 TOTAL P.03 BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES Project No. WUD 99-48 R INDEX Section Description Page No. Contract Documents AFB Advertisement for Bids 1 - only IB Instruction for Bidders 1 - 12 M/WBE Minority/Women Business Enterprise 1 - 14 FEL Procedure for Front -End Loading and 1 - 6 Unbalanced Bids BP Bid Proposal 1 - 31 BB Bid Bond 1-2 PBI Post Bid Information 1 - 3 NTA Notice of Intent to Award 1 - 2 A Agreement 1 - 14 PMT Florida Payment Bond 1-3 PRB Florida Performance Bond 1 - 3 NTP Notice to Proceed 1 - 2 WT Warranty of Title 1 - 3 FWT Final Warranty of Title 1-2 CSC Certificate of Substantial Completion 1 - 2 GC General Conditions 1 - 52 SGC Supplemental General Conditions 1-6 Technical Specifications Division 1 - General Requirements 01010 Summary of Work 1-2 01025 Measurement and Payment 1-3 01090 01200 Reference Standards Project Meetings 1-2 1 -only INDEX-1 I LI Contract Documents ascription Page No. Technical Specifications ubmittals uality Control smporary Facilities :mporary Environmental Controls -affic Regulations and Maintenance of Traffic aterials Kcavation and Backfill irface Restoration avement Marking and Traffic Signs ped Utility Materials 'astewater Flow Control leaning and Root Removal slevision Inspection pe Insertion Pipe Lining .fired -In -Place Pipe Lining Ad and Form Pipe Lining L`1»�� 1-3 1-3 1-2 1-2 1-3 1 -Only 1-10 1-14 1-3 1-4 1-3 1-4 1 -4 1-7 1-5 1-5 I ADVERTISEMENT FOR BIDS Sealed proposals will be received by the BOARD OF COUNTY COMMISSIONERS, WATER UTILITIES DEPARTMENT, PALM BEACH COUNTY, FLORIDA, at the Palm Beach County Water Utilities Department Engineering Building (Building "K"), 2065 Prairie Road, West Palm Beach, Florida 33416, up to 2:00 P.M., Tuesday, March 23, 1999, at which time bids will be publicly opened and read aloud, (bids received after said time will be returned unopened), for the following project: ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES 1 PALM BEACH COUNTY 1 Project No. WUD 99-48 R The principal features of this contract include furnishing all labor, materials, and equipment to construct the following: Pipe Insertion, Cured -In -Place and Fold -and - Form Pipe Lining. All conditions of, and requirements for bid submission, consideration, and award are contained in the proposed Contract Documents for the project. The proposed Contract Documents are available for public inspection at the above mentioned address from 7:45 a.m. to 4:15 p.m., and are available for purchase for a non-refundable charge of $50.00 per set. Additional questions may be addressed to the Project Engineer, Duane Palumbo (Tel: 561/434-5323, Fax: 561/641-3447). No refunds will be made. It is the policy of the Board of County Commissioners of Palm Beach County, that Minorities and Woman Business Enterprises (M/WBE), shall have the maximum practical opportunity to participate in the competitive process of supplying goods and services to the County (Palm Beach County Ordinance No. 93-28). Bidders shall use sufficient reasonable good faith efforts to carry out this policy in the award of their subcontracts to the fullest extent consistent with the efficient performance of this contract. A pre -bid conference will be held at the above at 10:00 A.M. EDT, on Friday, March 19, 1999. A bid security in the form of a Bid Bond or Cashiers Check in the amount of five thousand dollars ($5,000) is required. By order of the Board of County Commissioners, Palm Beach County, Florida, Maude Ford Lee, Chair. PUBLISH: PALM BEACH POST SUNDAY- March 14,1999 PBCWUDENGWW AFB-1 WUD 99-48 If it is determined to proceed to final execution of the contract the Own will iv h p Owner get e Successful Bidder the lowest responsive, responsible Bidder for each bid item a Notice of Intent To Award within sixty (60) days after the date of the Bid opening. The Notice of Intent to Award is not to be considered as an obligation of Owner to enter into a Contract and no rights shall accrue to the Bidder nor obligations exist as to Owner until such time as Owner has executed the Contract 21: EXTENSION. The successful bidder shall be awarded a contract for twelve (12) months unless otherwise terminated as provided herein. At the option of the County, the contract may be renewed for two (2) additional twelve (12) month periods. Any exercised option period shall be for the terms, conditions and prices, with no deviations, as this! original contract. Any renewal will be subject to appropriation of the funds by the Owner. 22. BONDS. Article 17 of the General Conditions sets forth the Owner's Bonding requirements. When the Successful Bidder delivers the executed Agreement to the Owner, it must be accompanied by a Performance Bond and a Payment Bond, each in the amount of one hundred thousand dollars ($100,000), executed by a corporate surety company of recognized standing, authorized to do business in the State of Florida, as security for the faithful performance and payment of all Contractor's obligations under the Contract, and the Bidder shall state in the Proposal the name, address, telephone number and full name of the authorized agent of the surety or sureties who will sign these Bonds in the event the Contract is awarded to the Bidder. During all bidding, construction, guarantee and warranty periods the Surety Company shall hold a current certificate of authority as acceptable surety on Federal Bonds, in accordance with U.S. Department of Treasury Circular 570, Current Revision. The party to whom the Contract is awarded will be required forthwith to execute the Agreement and Performance and Payment Bonds and deliver the executed Agreement, Bonds and all other items required by the Contract Documents to the Owner within seven (7) calendar days from the date when the written Notice of Intent to Award the Contract is received by the Bidder at the address supplied by him. 1 23. EXECUTION OF AGREEMENT. Award of the Contract, if awarded, will be based on Bid submitted by the lowest responsive, responsible bidder for each bid item t deemed to be in the best interest of the Owner. The Bidder to whom award is made shall execute the required number of written Agreements with the Owner on the form of Agreement provided herein, shall secure all insurance, and shall fumish all additional documents, certificates, sworn statements and Bonds required by the Contract Documents, and deliver same to the Owner within seven (7) Calendar days after written Notice of Intent to Award of the Contract is received from the Owner. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and IB-10 I forfeiture of the Bid Security. If the lowest responsive, responsible Bidder refuses or fails to execute and deliver the executed Agreement to the Owner, the Owner may award the 1 Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute and deliver the executed Agreement to the Owner, the Owner may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute and deliver the executed Agreement to the Owner, each such Bidder's Bid Securities shall be likewise forfeited to the Owner. 24. SPECIAL REGULATIONS. Bidders must comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 91-956), under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-54), under the Florida Trench Safety Act, Florida statute § 553.60 and otherwise as required by law. 25. INSURANCE. The Contractor shall provide and maintain throughout the term of the Contract, all insurance as required in the General Conditions. The Contractor shall, in accordance with Article 18 of the General Condition, provide the Owner with satisfactory evidence certifying that the foregoing insurance is in full force and effect; and such evidence shall include provisions that the insurance shall not be canceled, expire or be materially changed without giving the Owner at least thirty (30) days advance notice by registered mail. Said certificate of insurance shall be provided on the form bound herein or on one conforming substantially to it in farm. 26. PERFORMANCE OF WORK BY CONTRACTOR. The Contractor shall perform with its own organization, labor equivalent to at least sixty percent (60%) of the total amount of the Work to be performed under this Contract. If, during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer recommends that it would be to the Owner's advantage, the percentage of the labor required to be performed by the Contractor's own organization may be reduced; provided prior written approval of such reduction is obtained by the Contractor from the Engineer. 1 Each Bidder must furnish with its Proposal a list of the items of Work that he will perform with his own forces and the estimated total cost of these items. 27. INDEMNIFICATION. The Bid shall include in its price the sum of Twenty Dollars ($20.00), to be paid by the Owner with the first Periodical Estimate for Partial Payment for indemnification consideration under the Agreement for enforceability by Florida Statutes. 28. PUBLIC ENTITY CRIMES. "As provided in F.S. 287,132-133, by entering into this contract or performing any work in furtherance hereof, the contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof, This notice is required by F.S. 287.133(3) (a)" 29. POSTING OF BID TABULATIONS: Bid tabulations with recommended awards will be posted for review by interested parties at the Water Utilities Department prior to submission through the appropriate approval process to the Board of County Commissioners for final approval of award, and will remain posted for a period of five (5) business days. Failure to file a protest to the Director of Purchasing within the time prescribed in County Purchasing Ordinance 93-27, Section (IV) (D), shall constitute a waiver of proceedings under the referenced County ordinance. 30. NON DISCRIMINATION CLAUSE: It is the express policy of the Board of County Commissioners of Palm Beach County, Florida, that Palm Beach County shall not _. conduct business with nor appropriate any funds for any organization that practices discrimination on the basis of race, Color, national origin, religion, ancestry, sex age, marital status, sexual orientation or disability. 31. SALES TAX EXEMPTION: Palm Beach County, Florida is a political subdivision of the State of Florida. The Board of County Commissioners of Palm Beach County, Florida, is the governing authority and, as such, is exempt from paying sales tax imposed by the State. State Tax Exemption No. 60-22-115197-53C, Exemption certificate will be made upon request. END OF SECTION IB-12 F 11 r- I MINORITY/WOMEN BUSINESS ENTERPRISE PROGRAM I I] 1 I I 11 I ii Bid Reauirements Item 1 - Policy It is the policy of the Board of County Commissioners of Palm Beach County, Florida, that Minority and Women Business Enterprises (M/WBEs) have the maximum practical opportunity to participate in the competitive process of supplying goods and services to the Count . o that end the Board of County Commissioners enacted ordinances which set forth the County's requirements for the M/WBE program. Such ordinances are codified in the Palm Beach County Code at Sections 2.71 through 2.80.13. Compliance with the requirements contained in this section shall result in a -bidder being deemed responsive to M/WBE requirements. The M/WBE provisions of the Palm Beach County Code, as amended, are applicable to this solicitation and shall have precedence over the provisions of this solicitation in the event of a conflict. Item 2 - M/WBE Goals The County has established a goal of this pro_ ject as a policy statement where prospective bidders are encouraged to utilize articipation -or this solicitation, inclusive of all alternates and change orders. is goalis a minimum and rounding up of participation percentages will not be accepted. <NOTE: If Minimum categorical goals are established they should be stated here. Item 3 - Ranking of Responsive Bidders Bidders who meet the established goals or exercise sufficient good faith efforts to do so, as provided on Schedule 3, will be deemed to be responsive to M/WBE requirements. When evaluating bids for award in which the apparent low bidder is determined to be non -responsive to the M/WBE requirements, the County will award the contract to the low bidder responsive to M/WBE requirements as long as the bid does not exceed the low bid, otherwise responsive to the bid requirements, by ten ercent. In procurements where the low bid exceeds $1,000,000 but is less than 10,000,000, the contract shall be awarded to the lowest bidder responsive to M/WBE requirements provided that bid does not exceed the low bid, otherwise responsive to the bid, by $100,000 plus one percent of the total bid in excess of $1,000,000. In procurements where the low bid exceeds $10,000,000, the contract shall be awarded to the lowest bidder responsive to the M/WBE requirements provided that the bid does not exceed the low bid, otherwise respponsive to the bid, byy $100,000 plus one percent of the total bid in excess of $1,000,000 up to $10,000,000 and plus two percent of the total bid in excess of $10,000,000. Item 4 - Bid Submission Requirements Bidders are required to submit with their bid the appropriate M/WBE schedules in order to be deemed responsive to the M/WBE requirements. M/WBE documentation to be submitted is as follows: Schedule 1 - List of Proposed M/WBE Subcontractors This list shall contain the names of all M/WBE subcontractors intended to be used in performance of the contract if awarded. The type of work to be performed by each subcontractor and the dollar value shall also be specified. Schedules) 2 - Letter(s) of Intent to Perform as a M/WBE Subcontractor One Schedule 2 for each M/WBE Subcontractor listed on Schedule 1 shall be completed and executed by the proposed M/WBE Subcontractor. Additional copies may be made as needed. MWBE-1 Schedule 3 - Statement of Good Faith Efforts I] I u Ll I 1 J 1 11 [i I This Schedule shall be submitted if the goals established for this solicitation are not met. NOTE: A prime bidder certified by Palm Beach County as a M/WBE must complete ccheaules 1 and 2 if they propose to use any M/WBE subcontractors. M/WBE bidders are not exempt from meeting goals. The amount of work to be done by a MM/BE prime bidders own forces may be counted toward goal attainment, but such amounts must be identified in the bid submittal. Failure to submit the necessary M/WBE documentation to establish that the goals have been met or good faith efforts exercised may result in the M/WBE bidder being deemed non -responsive to the M/WBE requirements. Item 5 - M/WBE Certification Only those firms certified by Palm Beach County at the time of bid 'opening shall be counted toward the established M/WBE goals. IT TAKES UP TO SIXTY (60)) DAYS TO BECOME CERTIFIED AS A M/WBE WITH PALM BEACH COUNTY. if a firm is certified _by another jurisdiction, a request may be submitted to the Office of Small and Minority/Women Business Assistance in advance of the bid submittal deadline for validation of that certification by Palm Beach County. However, such firms will not be counted toward goal attainment unless certification is approved prior to bid opening. It is the responsibility of the bidder to confirm the certification of an proposed M/WBE; therefore, it is recommended that bidders contact the Office of Small and Minority/Women Business Assistance at (561) 233-1550 to verify certification. Item 6 - M/WBE Supplier All bidders may count sixty percent (600/9) of their expenditures to certified M/WBE suppliers that are not manufacturers, provided that the M/WBE supplier(s) performs a commercially useful function. Item 7 - Responsibilities After Contract Award All bidders hereby assure that they will meet the M/WBE participation percentages submitted in their respective bids with the subcontractors contained on Schedules 1 & 2 and at the dollar values specified. Bidders agree to provide any additional information requested by the County to substantiate M/WBE participation. The successful bidder shall submit "M/WBE Activity Form" (Schedule 4) and "M/WBE Payment Certification Forms" (Schedule 5) with each payment application. Failure to provide these forms may result in a delay in processing payment or disapproval of the invoice until they are submitted. The "M/WBE Activity orm" is to be filled out by the Prime Contractor and the "M/WBE Payment Certification Forms" are to be executed by the M/WBE firm to verify receipt of payment. Item 8 - M/WBE Substitutions After contract award, the successful bidder will only be permitted to replace a certified M/WBE subcontractor who is unwilling or unable to perform. Such substitution must be done with other certified M/WBEs in order to maintain the M/WBE percentages submitted with the bid. If a bidder cannot find a certified M/WBE to replace the on inally proposed M/WBE, the bidder must establish that they exercised good faith efforts in an attempt to do so. Requests for substitutions must be submitted to Palm Beach CountyWater Utilities Department and the Office of Small and Minority omen Business Assis ance. MWBE-2 « M � + m. a10t aa: 1 « c Z i Q U LL $ : H n: _n: Z T � LLJ ' p « p: _ U � p w « m• w co a U d U) � z w O2 Ir Q z w o a z w Ir a o « J = « ' m 1 " ~ w $ o o m i " a w ' 0 $ W _p m LU LU O (n � o Q U w O IL LL z w U ¢ z Q LLJ ~ Quj m « $ « ; s wa aZ or e Eir o xa •- m 44 qtr I cp w 1 O 1 40 j C m t IL i LU c o G I ~ 7 + m ' 7 ; I O i r � r r m I r I ` I d t N � c I *p m � I m C I w � F h I .a SCHEDULE 2 LETTER OF INTENT TO PERFORM AS A M/WBE SUBCONTRACTOR PROJECT NO. TO: (Name of Prime Bidder) PROJECT NAME: The undersigned is certified by Palm Beach County as an (check one): Black Business Enterprise _ Women Business Enterprise Hispanic Business Enterprise Other (Please Specify) Date of Palm Beach County Certification: The undersigned is prepared to perform the following described work in connection with the above project (Specify in detail particular work items or parts thereof to be performed): at the following price: (Subcontractor's quote) and will enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County. If undersigned intends to sub -subcontract any portion of this subcontract to a non -minority subcontractor or supplier, the amount of any such subcontract must be stated: $ The undersigned subcontractor understands that the provision of this form to prime bidder does not prevent subcontractor from providing quotations to other bidders. (Print name of M/WBE Subcontractor) (Signature) (Print name/title of person executing on behalf of M/WBE Subcontractor) Date: MIA-t1zin I [i 1 I [l I I 11 1 SCHEDULE #3 STATEMENT OF GOOD FAITH EFFORTS BIDDER: PROJECT NO. U9 q ` DATE: PROJECT NAME:- AvIVy/IG COZ l This form is to be completed if bidder fails to achieve the MNVBE goals established for this project. The bidder is allowed to use an alternate method that demonstrates the good faith efforts made to meet the goals established as long as all of the requested information is included. Failure to include all requested information shall result in the bid being determined as non -responsive to the MNVBE requirements. The following list is not intended to be exclusive or exhaustive and the County will look not only at the different kinds of efforts the bidder has made, but also the quality, quantity, intensity and timeliness of those efforts. It is the responsibility of the bidder to exercise good faith efforts. Any act or omission by the County shall not relieve the bidder of this responsibility. Criteria listed below are excerpted from Palm Beac Section X, as amended. A response is required to Additional pages may be added as necessary. Attendance at Pre -bid conference, if held: V.-L yes no not held h County Ordinance No. 93-28, address each cited paragraph. 1 2. Whether and when the bidder provided written notice to all certified M/WBEs listed in the Palm Beach County MNVBE Directory that perform the type of work to be subcontracted and advising the M/WBEs of the specific work the bidder intend to subcontract; that their interest in the contract is being solicited; and how to obtain information for the review and inspection of contract plans and specifications. All letters from bidders to prospective MNVBE subcontractors must be most marked or fax recorded a minimu m of 12 calendar days prior to the bid opening- - Provide complete list of all MNVBEs solicited. MWBE-5 I - Provide DATE letters were transmitted (MNVBEs will be canvassed as to who sent them letters and what date they were received.) Provide a copy of solicitation and all other letters sent to MNVBEs. Recommended information in your solicitation letter 1 can include, but not be limited to, the following: • Project specific information. • Your willingness to assist with supply purchases. • Bonding requirements of your firm. • Any assistance your firm will be giving regarding bonding requirements, lines of credit and insurance requirements. • Availability of specifications and plans through your office. Best time to reach you by phone (MNVBE .firms will be canvassed regarding your responsiveness to their calls and project information they received from your firm.) • Bid opening date and all addendum information. • Your requirements/time frames/payment schedules. Attachment 3.A may be used to record the information required to show compliance with this section. 3. Whether the bidder selected feasible portions of work to be performed by M/WBEs, including, where appropriate, breaking contracts or combining elements of work into feasible units. The ability of the bidder to perform work with its own work force will not in itself excuse a bidder from making positive efforts to meet the established goals. IIf appropriate, detail any subcontracting category that you have broken down to assist MNVBE firms and list firms that have been made aware of this reduced scope. ISubcontracting Catego MNVBE Firm n Ir � L t I I MWBE-6 4. Whether the bidder considered all quotations received from M/WBEs and for those quotations not accepted, the bidder shall provide an explanation of why the M/WBE will not be used during the course of the contract. Receipt of lower quotation from non-M/WBE will not in itself excuse a bidders failure to meet project goals. List all MNVBE firms who quoted this project; the amount quoted and the successful subcontractor (if not the MNVBE firm) and their quote. Name of MNVBE's Name of non-MNVBE Subcontractors MNVBE Quote vs. Subcontractor Quote Chosen 5. Whether the bidder provided interested M/WBEs assistance in reviewing the contract plans and specifications. Name the MNVBE firms provided assistance and describe how your firm provided such assistance. MWBE-7 I I 1 I 6. Whether the bidder assisted interested M/WBE firms in obtaining required bonding, lines of credit or insurance if such assistance was necessary. If the project was above $200,000 or exempt from the County's Bond Waiver Program, name the M/WBEs assisted and describe the assistance provided. 7. Whether the bidder advertised in general circulation, trade association, and/or minority/women - focused media concerning the subcontracting opportunities. The minority focused papers include- Black Florida Photo News Palm Beach Gazette Hispanic El Latino Semanal Alma Latina La Voz Hispana Pennysaver List which papers carried your ad and attach a copy of the ad. 8. Whether the bidders followed up initial solicitations of interest by contacting M/WBEs to determine with certainty whether the M/WBE was interested. MWBE-8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name the M/WBEs you followed up with and describe your follow up efforts. Whether the bidder negotiated in good faith with interested M/WBEs, not rejecting M/WBEs as unqualified without sound reasons and based on a thorough investigation of their capabilities. a) Provide a detailed statement of the reasons why subcontracts were not entered into with a sufficient number of M/WBEs to meet the established goals. b) Provide a list of M/WBE subcontractors you deemed unqualified and provide an explanation for the conclusion you reached. MWBE-9 I 11 L c) For those MA BE subcontractors contacted but determined to be unavailable, provide either: i) a signed letter to the bidder from the M/WBE stating they are unavailable; LOA ii) a statement from the bidder that the M/WBE subcontractor refused to submit a letter after a reasonable requests; and a detailed statement from the Bidder of the reasons for the bidder's conclusion. 1 10. Whether the bidder effectively used the services of available minority/women community organizations; minority/women contractors` groups; local, state and federal minority/women business assistance offices; and other organizations that provide assistance in the recruitment and placement of minority/women business 1 enterprises. T I i list f The following is a partial st o M/WBE organizations that may be helpful in locating eligible M/WBEs. Organization Contact Phone Palm Beach Co. Office of M/WBE Pamela Hart/ 561-233-1560 Allen Gray Department of Airport, DBE Program Notye Brewington 561-471-7456 Florida Dept. of Management Svcs. Samatha Meek 904-487-0915 Palm Tran, DBE Program Rudy Umans 561-233-1166 Minority Contractors' Assn. John Elliot 561-793-0476 N.A.W.I.C. Debbie Rhoads 561-833-0333 Florida Dept. of Transportation Howard Jemison 904-488-3145 Broward County Office of M/WBE 954-357-7800 Hispanic Human Resources Lou Martinez 661-641-7400 1 MWBE-10 1.1 Metropolitan Dade County Milton Vickers Minority Business Development Ctr. Rosalind Murray PBC School Bd. Office of Equity Al Jones Broward Cty. School Board West Palm Beach, Office of MWWBE Linda Gordon South FL. Water Mgmt. District Carolyn Williams List minority/women organizations contacted. (A minimum of three organizations must be contacted.) Organization Person Contacted 305-236-7317 561-863-0895 561-624-2374 306-765-6000 561-659-8029 561-686-8800 Date Contacted 11. Whether the bidder has utilized M/WBE subcontractors on other County contracts within the past six months. List any Palm Beach County projects your firm has performed in the last six (6) months, the M/WBE subcontractors utilized and the dollar value of the MNVBE's subcontractor. Project Name M/WBE Firms Used Dollar Value MWBE-11 LI 12. Describe any additional efforts or circumstances which may assist the County in determining Good Faith Efforts. Cl 1 1 I 1 I [l 1 C �'I C MWBE-12 1 1 I I C9 z CI z W x 0 2 It O LL W F z U Z 4 � a a d } O O a E U � MW y rCCCy U C CL N T so 0] N m � c d ,o a V O1 c �v Z w O 25 m aQ❑ O : o LL 9D11 ? ¢ 0. G z `o H w c W o ; H Vi Z Qro� O m � (n _ W 8 ` 0 LU m 2 U) 3 0 N a H o WE zu') N h z y Q O N N D N a, m � (D N cn cn � LD W O rn 05 rn 0 C A E 0 N w d N .Q '� C W O c h � C N U) Li .�. Lu U 2�% CO 2 E g a EE vj c M e- W m SCHEDULES MNVBE PAYMENT CERTIFICATION This to certify that MMIBE Subcontractor received (Monthly) or (Final) payment of $ on from for labor and/or materials used on (Prime Contractor) PROJECT NO. , PROJECT NAME PRIME CONTRACTOR: (Company Name) M (Signature) (Print Name & Title of Person Executing on behalf of Contractor) STATE OF FLORIDA COUNTY OF Sworn to and subscribed before me this -B1361G1ff 7'I�O-YO (Company Name) BY: (Signature) (Print Name & Title of Person Executing on behalf of Subcontractor) day of 19 by Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Personally Know OR Produced Identification Type of Identification Produced STATE OF FLORIDA COUNTY OF Sworn to and subscribed before me this day of , 19 by Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Personally Know OR Produced Identification Type of Identification Produced DUE: To be submitted with Pay Request, immediately following any payment to the M/WBE from the Prime Contractor. End of Section MWBE-14 1 1 I fa PJ L 1 I �I 1 I� LJ PROCEDURE FOR FRONT-END LOADING AND UNBALANCED BIDS PURPOSE This procedure applies to all County -wide construction contracts and provides for the following: 1. Specific standard language to be included in all construction bids which allows for rejection of bids which are found to be front-end loaded or containing unbalanced line items; 2. A standard list of definitions for terms used in construction bidding; 3. Detailed payment provisions pertaining to specific items in which the possibility of front-end loading or unbalanced bidding may most frequently occur; and 4. A specific process and procedure by which all County Departments shall review bid submittals to identify, as part of the bid evaluation, possible front-end loading and unbalanced bids; and a methodology for determining under which conditions County staff may wish to recommend rejection of a front-end loaded or unbalanced bid. 5. As a minimum, the following process shall apply to the bidding and awarding of all County construction contracts: All bids for construction shall comply with the following clause: "Bids which are determined by the County to be unbalanced bids or which contain unbalanced line item pricing when compared to competitor's bids for the same item and standard industry prices, and which significantly deviate from the County's determination of acceptable line item pricing, may be rejected by the County". DEFINITIONS For the purposes of this procedure, the following terms shall be defined as indicated. Bid verification: The County may ask a bidder to verify in writing the accuracy of its bid. Once a bid has been verified, the County shall not accept further verification from the contractor after contract award. FEL-1 1 �7 I Bid clarification: If anything more than a simple verification of bid is required, it becomes a bid clarification. I Examples would be an explanation of how a bidder arrived at its bid price or how it intended to perform the work. I Clearing and Grubbing: This item may include, but not limited to: <> removal and disposal of trees, stumps and roots c> removal of existing pavement, buildings and structures <> removal of debris, and other items necessary to prepare the site for construction, including leveling of the terrain. Front-end loading of bids: This occurs when a bidder submits a relatively high price on items which are normally completed, or substantially completed, in the early phases of construction. These items may include: mobilization, clearing and grubbing, traffic control, insurance and bonds, and/or stored materials. In this context, these items , would be billed at the beginning of the project and, if paid as billed, result in excess County money expended at the beginning of the project. In essence, the County would then be floating the debt or financing much of the construction project for the contractor. Lump Sum, Fixed -Price bid: A bid wherein the bidder submits a total dollar amount offer, and line items and unit prices are not indicated. Maintenance of Traffic: This item may include, but is not limited to: <> construction of detour facilities <> providing access to local residents <> providing signals, barricades and flag persons Milestone: A significant point in the completion of a project, generally distinguished within a project schedule. Mobilization:This item may include, but is not limited to: I <> movement of personnel, equipment & supplies to the job site, <> establishment of temporary offices, buildings, and sanitary facilities <> bonds <> insurance <> other related preconstruction expenses FEL-2 1 11 I I [1 1 [1 1 11 1 Progress payments: Refers to the County's contractual obligation to make incremental payments to the contractor based on the amount of work completed to date. In the absence of a progress payment clause in the contract, the County would not be obligated to make any payment until the entire project has been completed and accepted. Progress schedule: This includes planning and scheduling the work in a manner which will result in timely completion. In the absence of a contract requirement to the contrary, the establishment and maintenance of a progress schedule is left to the discretion of the contractor. Project manager: An individual of the County or a consultant retained by the County on a contracted basis who provides the administration, review and coordination services on any construction project. Retainage: A portion of the contractor's earned progress payment which is retained by the County until the work is complete. Retainage protects the County against defective workmanship and the claims by unpaid suppliers and subcontractors as well as providing an incentive for the contractor to complete the work. Schedule of values: A schedule of values is derived from an intended progress schedule and the estimated cost of the various components of the work. It is used by the County as an administrative tool for facilitating computation of progress payments. Total Offer, line item basis bid: A bid wherein unit prices are submitted for individual items as well as an over-all total bid price. Unbalanced bid items: Bid items in which the unit prices are not in line with industry standards or averages for the items. For a bid to be balanced, each item must carry its proportionate share of direct cost, overhead and profit. Unbalanced items which are installed and billed at the beginning of a project also result in "front-end loading". PAYMENT PROCEDURES The following payment terms shall be part of the construction contract if any of the specified items are expected to be completed at the beginning of the project: I A. I Mnhili7atinn When the proposal includes a separate line item for mobilization, progress payments will be made in accordance with the following schedule: FEL-3 1 Percentage of Allowable Percentage Original Contract of the Lump Sum Price Contract Amount for Completed Mobilization* 5 25 1 10 50 25 75 50 100 * Progress payments for this line item shall be limited to ten (10%) percent of the , original contract amount for the entire project. Any remaining amount shall be paid upon completion of all the work on the project B. Clearing and Grubbing This item shall be paid as a percentage of actual clearing and grubbing work completed. C. Maintenance of Traffic This item shall be paid as a percentage of actual contract completed. D. Stored Materials Payment for stored materials will be made only for such stored materials which will not be used on the project within a subsequent sixty (60) day time period or for materials which are specially fabricated for the project. Stored materials must be on site or verified to be stockpiled in an approved location. Payment may be made at the invoice amount, unless otherwise indicated in the contract documents, for stored materials purchased by the contractor. The contractor must submit to the County a paid, original invoice and proof that the materials are insured prior to payment by the County. E. Retainage , Road construction contracts shall be paid on a percentage of completion basis, less standard retainage of 5% until 90% completion, and 2-1/2% thereafter. FEL-4 1 1 Building and other construction contracts shall be paid on a percentage of completion basis, less standard retainage of 1 Q% until substantial completion; ' thereafter a reasonable reduction to the percentage of retainage may be considered by the County upon request from the contractor. CONSTRUCTION CONTRACTS 1. Lump Sum, Fixed -Price Construction Contracts: All construction bids which are requested on a fixed -price, lump sum basis wherein ' no line item -unit prices are requested, shall include line item estimating of the project budget prior to bidding. The project manager shall estimate quantities and unit prices for each line item to derive a total project estimate. Upon receipt and subsequent award of bid, a pre -construction meeting(s) shall occur to negotiate a schedule of values for each line item, based upon the quantity and unit price estimates referenced above. One of the primary purposes of these negotiations shall be to preclude front-end loading and unbalanced item pricing. The unit prices negotiated as the schedule of values shall be the basis for comparing the amount of any succeeding change orders in which identical line items are used. The contractor must submit a detailed schedule and milestones for completion of the project which must be approved by the County. This schedule and milestone dates shall be compared to actual completion prior to approval of progress payments. 2. Total Offer, Line Item Basis Construction Contracts: ' All construction bids which include, as part of the bid proposal, line -item pricing as well as a total offer, shall also include line -item estimating of the project by the project manager prior to bidding. Upon receipt of bids, the project manager shall compare the lowest over-all bid against ' the estimate for each line item; and shall further compare the lowest bid against the average for each line item of all bids received. Should any of the line items appear to be "front-end loaded" or "unbalanced", the project manager shall follow the following procedures: A. Review the pre -bid estimates for accuracy. Should a determination be made that the estimates are substantially inaccurate as to cause a possible windfall profit for the low bidder or that the inaccuracies may affect the I FEL-5 competitiveness of the bid prices amongst the bidders, all bids shall be rejected and the project re -bid with revised estimated quantities. B. If the bid estimates are determined to be substantially accurate, the project manager shall obtain bid verification and/or bid clarification from the low bidder such that the contractor's pricing is sufficiently justified to the project manager. Should pricing not be sufficiently justified, the project manager may recommend, through his/her department head, that the Board of County Commissioners reject the bid in accordance with the bid terms and , conditions. 3. Should any construction project result budgeted (or estimated amount where there i s a. rejection of all bids and re -bid with revised specifications and/or scope of work; b. abandonment of the project; or C. award of the bid to the lowest responsive and responsible bidder. Should the latter alternative be selected, the award recommendation to the Board of County Commissioners shall include a justification by the project manager for acceptance of the bid pricing by the contractor recommended for award. END OF SECTION FEL-6 1 [l L C L 1 1 E PROPOSAL ' (Bid Form) To the BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA, as party of the first part. This Proposal is made by as party of the second part, whose business address is �f1/ 7 1,L-i 9 (State whether Bidder is an individual, a partnership, a joint venture or a corporation) 'o ? c 4A/ , to construct and to do and to perform all the Work in accordance with the Contract Documents for the project entitled ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES, Project No. WUD 99-48. Accompanying this Proposal is a Bid Security equal to five thousand dollars $5,000. 1 1 1 i� fl u 1-i 1 Accompanying this Proposal is a Bid Security for F V &&&ZLla /4/,,p Dollars, Jr 0 (words) °v ). ( umbers) From vi= Name of Surety 1. The undersigned party of the second part, does hereby declare that we have satisfactorily familiarized ourselves with the nature and extent of the Contract Documents, Work, site, locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations), and the conditions affecting cost, progress or performance of the Work and have made such independent investigations as the parry of the second part deems necessary. 2. The undersigned does hereby declare and agree, if this Bid is accepted and Bidder is notified of Award of the Contract, to enter into a written Agreement with the Owner on the form of Agreement included in the Contract Documents (as defined in Article 9 of the Agreement), to perform the Work as Specked or indicated in the said Contract Documents entitled ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES, Project No. WUD 99-48, and to complete the project for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents. BP-1 ii 1 n 11 1 J C� J 1 1 f] L� 3. The undersigned does hereby accept all of the terms and conditions of the Contract Documents, including without exception or limitation those in the Advertisement for Sealed Bids and the Instructions to Bidders, with respect to the disposition of the Bid Security. 4. The undersigned does hereby declare that it is the only person or persons interested in the said Bid; that it is a genuine Bid not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; that it is made without any connection with any person submitting another Bid for the same Contract; that this bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; that the Bid is in all respects fair and without collusion, fraud, or mental reservations; that no official of the Owner or any person in the employ of the Owner is directly or indirectly interested in said Bid or in the supplies of Work to which it relates, or in any portion of the profits thereof; and that Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the Owner. 6. The undersigned does hereby offer and agree to furnish all labor, equipment, materials, tools, supplies, manufactured articles and services, and to furnish all transportation and temporary services, including fuel, power, water, sewerage, drainage, communications, and others not expressly shown or called for in the Contract Documents, required to fully, faithfully and properly construct, perform and execute all Work in the above entitled matter in accordance with the Contract Documents relating thereto, and to furnish all labor, tools, implements, machinery, forms, materials, equipment, supplies, manufactured articles, permanent services, temporary services and transportation, necessary and proper for the said purpose at the prices named below for the various items of the Work. 6. The undersigned does hereby declare that this Bid will remain good for the period stated in the "Advertisement for Sealed Bids" unless otherwise required by law. 7. The undersigned does hereby agree that it will execute and deliver to the Owner an Agreement therefor, containing all the terms, conditions, provisions, and covenants necessary to complete the Work, according to the Contract Documents therefor, within seven (7) calendar days of receipt of Notification of Intent to Award of the Contract from the party of the first part, and if it fails to execute said Agreement and deliver same to the Owner within said period of time, that the party of the first part shall have the power to rescind said award and also retain for the Owner the Bid Security accompanying his Proposal which shall become forfeited as liquidated damages. BP-2 1 1 1 1 1 8. The undersigned does hereby declare and agree that it will commence the Work within ten (10) calendar days after receipt of written Notification to Proceed, and will complete the Work within the time frame stated in the Agreement (Article 3), and shall complete the Work fully and in every respect the � Work within the time pecfied time frame ed in said Agreement, and, in case of failure to complete stated in the Agreement (Article 3) and/or in case of failure to complete the Work fully and in every respect on or before the time specified in said Agreement, so authorize the party of the first part to employ such men, equipment, and materials as may be necessary for the proper completion of said Work and to deduct the cost therefor from the amount due under the Agreement. 9. The undersigned does hereby agree to execute the Agreement, performance Bond and Payment Bond for the amount of the total of this Bid, and furnish bonds, schedule of payment values, insurance certificates, swom statements and all other items as may be required by the Contract Documents to the Owner within seven (7) calendar days from the date when written Notification of Intent to Award of the Contract is received at the address given on this proposal. 10. The undersigned does hereby declare and agree that we will, at our own expense, insure all persons employed by us in prosecuting the Work hereunder against accident as provided by the Contract Documents and by the Workmen's Compensation Laws of the State of Florida. 11. The undersigned does hereby declare that the Bid covers all expenses of every kind incidental to the completion of said Work and the Agreement therefor, including all claims that may arise through damages or other causes whatsoever. 12. The undersigned does hereby declare that we shall make no claim on account of any variation from any estimate in the quantities of Work to be done, nor on account of ' any misunderstanding or misconception of the nature of the Work to be done or the grounds, subsurface conditions or place where the Work is to be done. 1 13. The undersigned does hereby agree that the intent of these Contract Documents is to obtain a Contract based on unit and lump sum prices applied to the various respective portions of the Work, and declares that each Rem's price bid is stated in both words and figures in the appropriate place in the Schedule of Prices Bid. BP-3 14. The undersigned does hereby agree that in the event of a discrepancy between the price written in words and the price written in figures, the former shall govern, and in the event of an error or errors in the addition or multiplication of the prices bid in arriving at a total or extension, the lump sum prices and extended unit prices of the individual items bid shall govem, and the Award of the Contract shall be based on the recalculated total price. 16. - Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work in the time and in the manner prescribed by the Contract Documents. 16. The undersigned does hereby acknowledge receipt of Addenda as listed below ' and agrees that it will be bound by all Addenda whether or not listed herein. ' t of Addendum No.l/ Date Receipt 3 p ' 92 -X- No. Date No. Date No. Date No. Date No. Date 17. Accompanying this Proposal is a certified check, or a cashier's check, or a Bid Bond in an amount equal to five thousand dollars ($5,000) payable to the BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA, which is to be forfeited if, in the event that this Proposal is accepted, the undersigned shall fail to execute the Contract and furnish insurance certificates and satisfactory Contract Security under the conditions and within the time specified in the Instructions to Bidders; otherwise, said cashier's check or bid bond is to be returned as provided herein. 1 SP-4 I 1 1 18. Communications concerning this Proposal shall be addressed to the address of the Owner indicated in the Advertisement for Sealed Bids. 19. The terms used in this Proposal which are defined in the General Conditions of the Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. 20. The Bidder hereby agrees to comply with the excavation safety standards promulgated under ' the Florida Trench Safety Act Safety Act, F.S. §553.60 (1993), including adherence to any special shoring requirements, if any, of the -State of Florida and the County of Palm Beach, which may be applicable to this project. To all the foregoing, and including the Schedule of Prices Bid required of the Bidder herein contained in this Proposal, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said ' Contract Documents, and to accept in full payment therefor the Contract Price based on the Total Bid Price per authorization named in the aforementioned Schedule of Prices 1 Bid. SUBMITTED on Bidder (type name): Corporate Officer:_ rJOfl'Ai 14 (if applicable) 1 - Title: Address: H l 7 NW / Taig Phone: %5 ` 0 2 Fax:��I�`i� ' Contractor's License No. a(/- CCU; GS6 7 Federal Tax I.D. No. 7G 04; 3 1 BP-5 11 ' Authorized SIGNATURE: (as typed above) A00- — I ATTESTED BY (Secretary of Corporati 22: Corporation Seal and State of Incorporation: (if Corporation) ' The Bidder shall attach ah executed certificate authorizing the Contractor's representative to sign the Bid on behalf of the Corporation, Partnership or Joint Venture, on the appropriate form bound herein. BP-6 PALM BEACH COUNTY ANNUAL CONTRACT FOR RECONSTRUCTION ' OF SANITARY SEWER LINES WUD PROJECT No. 99-48 R BID SCHEDULE ITEM # ITEM DEPTH UNIT PRICE UNIT PRICE DESCRIPTION (feet) UNIT ($/LF) (in words) Al 8" PIPE INSERTION <4 LF — did A2 8" PIPE INSERTION 4 TO 8 LF A3 8" PIPE INSERTION �8 LF A4 10"PIPE INSERTION <4 LF A5 10" PIPE INSERTION 4 TO 8 LF A6 10" PIPE INSERTION >8 LF ' A7 12" PIPE INSERTION <4 LF A8 12" PIPE INSERTION 4 TO 8 LF A9 12" PIPE INSERTION >8 LF A10 15" PIPE INSERTION <4 LF ' Al 15" PIPE INSERTION 4 TO 8 LF Al2 15" PIPE INSERTION >8 LF A13 18" PIPE INSERTION 4 LF A14 18" PIPE INSERTION 4 TO 8 LF ' A15 18" PIPE INSERTION >8 LF A16 21" PIPE INSERTION <4 LF ' 8 LF A17 21" PIPE INSERTION 4 TO AA 21" PIPE INSERTION >8 LF A19 24" PIPE INSERTION <4 LF A20 24" PIPE INSERTION 4 TO 8 LF A21 24" PIPE INSERTION >8 LF J t 1 BP-7 PALM BEACH COUNTY ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES WUD PROJECT No. 9948 R BID SCHEDULE ITEM # ITEM DESCRIPTION DEPTH (feet) UNIT UNIT PRICE ($/LF) B1 8" CURED -IN -PLACE <4 LF �.3 �'- 82 8" CURED -IN -PLACE 4 TO 8 133 8" CURED -IN -PLACE >8 LF f.3 134 10" CURED -IN -PLACE <4 LF B5 10" CURED -IN -PLACE 4 TO 8 LF 136 10" CURED -IN -PLACE >8 LF 7 137 12" CURED -IN -PLACE <4 LF� B8 12" CURED -IN -PLACE 4 TO 8 LF 139 12" CURED -IN -PLACE >8 LF Ord B10 15" CURED -IN -PLACE <4 LF 3 �� 1311 15" CURED -IN -PLACE 4 TO 8 LF G 3 0'0 B12 15" CURED -IN -PLACE >8 LF o� B13 18" CURED -IN -PLACE <4 LF 3' B14 18" CURED -IN -PLACE 4 TO 8 LF 7g v B15 18" CURED -IN -PLACE >8 LF 7� d;aq B16 21" CURED -IN -PLACE <4 LF B17 21" CURED -IN -PLACE 4 TO 8 LF 3 ev B18 21" CURED -IN -PLACE >8 LF celw B19 24" CURED -IN -PLACE <4 LF (Z-7 B20 24" CURED -IN -PLACE 4 TO 8 LF B21 24" CURED -IN -PLACE >8 LF BP-8 UNIT PRICE (in words) P7 6 PALM BEACH COUNTY ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES WUD PROJECT No. 99-48 R BID SCHEDULE ITEM # ITEM utN I h DESCRIPTION (feet) Cl 8" FOLD & FORM <4 C2 8" FOLD & FORM 4 TO 8 C3 8" FOLD & FORM >8 C4 10" FOLD & FORM <4 C5 10" FOLD & FORM 4 TO 8 C6 10" FOLD & FORM >8 C7 12" FOLD & FORM <4 C8 12" FOLD & FORM 4 TO 8 C9 12" FOLD & FORM >8 C10 15" FOLD & FORM <4 C11 15" FOLD & FORM 4 TO 8 C12 16" FOLD & FORM >8 UNIT PRICE UNIT PRICE UNIT ($/LF) (in words) LF cv-' LF .. THi�i Y SiX �" a'ldo LF LF T LF LF ¢ ,' 7l�ifF�-' OOL- LF o T 4 LF i • �/oo LF LF 6 _ LF /yo ` LF SP-9 1 PALM BEACH COUNTY ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES WUD PROJECT No. 99-48 R BID SCHEDULE 1 ' ITEM DESCRIPTION Reconnect Service Lateral (Pipe Insertion) Reconnect Service Lateral (Pipe Insertion) Reconnect Service Lateral (Pipe Insertion) Reconnect Service Lateral (Cured -in -Place) Reconnect Service Lateral (Fold and Form) Install Clean Out On Service Lateral Pipe Insertion Lateral Reconstruction up to 20 LF Pipe Insertion Lateral Reconstruction in excess of 20 LF DEPTH (feet) <4 4 td 8 >8 1 N/A N/A N/A N/A N/A UNIT EACH EACH EACH EACH EACH EACH EACH LF PRICE (ffi/UNIT) A% -Ap 30002 oJo / �• �5 o No AO UNIT PRICE (in words) '0 /yo - iv ���� A N0 a %� ITEM # D1 D2 ff 64 D5 E1 F1 F2 G1 Cured -In -Place Lateral Reconstruction up to 20 LF N/A EACH 1% , W47 1Y1Z9 62 Cured -In -Place Lateral Reconstruction in excess of 20 LF N/A LF 4/10 Arlo %dip H1 H2 Fold & Form Lateral Reconstruction up to 20 LF Fold & Form Lateral Reconstruction in excess of 20 LF N/A N/A EACH LF /00 /.SAD N0 /,qv yo „��� BP-10 1 1 1 A PALM BEACH COUNTY ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES WUD PROJECT No. 9948 R BID SCHEDULE ITEM # ITEM DEPTH UNIT PRICE UNIT PRICE DESCRIPTION (feet) UNIT ($/UNIT) (in words) 11 POINT REPAIR <4 EACH 40 Sit 7,Y-aa r/p= 8", 10" OR 12" PIPE ,no 12 POINT REPAIR 4 TO 8 EACH CIO B", 10" OR 12" PIPE 13 POINT REPAIR >8 EACH �� 8", 10" OR 12" PIPE 14 POINT REPAIR <4 EACH 15",18",21" OR 24" PIPE 15 POINT REPAIR 4 TO 8 EACH �D -�'Od 15„,18 ,21 OR 24 PIPE 16 POINT REPAIR >8 EACH 15",18",21" OR 24" PIPE Ave w�rp J1 INDEMNIFICATION N/A $20.00 Twenty Dollars NOTE: Any Associated Reconnection of Service Laterals, Cleanout Installations on Service Laterals, Pie Insertion Service Lateral Lining, Cured -In -Place Service Lateral Linin , Fold -and -Form Service Lateral Lining and Point Repairs will be erformed on an as needed basis by the lowest responsive, responsible bidder for each item of Pipe Reconstruction. The preceding bid for construction of ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES is based on the Contractor's furnishing of materials from the manufacturers or suppliers listed below. If more than one manufacturer is listed for any item, the Owner reserves the right to select one of those manufacturers for that item. TE.vSicf- Sri�r� a - 638 7r F r� O - 790 tZ k 4 A ✓ NE Item Type ASTM Classification Manufacturer i Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Item Type ASTM Classification Manufacturer Contractor shall submit manufacturer's data sheets with the Bid Proposal for their products including material, ASTM Classification, and ASTM Testing and Installation Specifications. Contractor shall submit descriptive data on equipment with his Bid Proposal including size, type, model, operating characteristics and efficiencies. BP-13 CONTRACTOR QUALIFICATION FORM I PROJECT NAME: ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY I SEWER LINES I PROJECT NO.:WUD 99-48 Please fill this questionnaire out completely. This form is used to qualify all contractors interested in bidding on Palm Beach County construction contracts. Additional information may be required. Failure to respond to this questionnaire may result in a bid being considered as non -responsive. In order for this office to properly qualify your firm and its bid proposal for the referenced project, please provide the following information: 4. Contractor's Legal Name and Address: Name: Address: City: State: Check One: Corporation: Individual: If a Corporation, state: Date of Incorporation: k4 % 1-T State in which Incorporated: 09--A- FA FZ Partnership: Joint Venture: Zip: If an out-of-state corporation which is currently authorized to Po business in the State of Florida, give the date of such authorization: Z 3/ BP44 10 g, Names and Titles of Principal Officers: Date Elected z IzI TORNSic 12 B. If a Partnership, state: Date of Partnership: Type of Partnership (General or Limited): Names and Addresses of Partners: 7. If Joint Venture, state: Date of Joint Ventureship: Names and Addresses of Joint Venturers: SP-16 IB. If Sole Proprietorship, state: 1 Name and Address of Sole Proprietor: 11 ' 9. List State, County or other Public agencies in which your organization is qualified to perform work by some means of pre -qualification: n P Trade iwhich Expiration Amount Agency Qualified Date Approved v Ly &TE lZ V c& i t Z / i Ell, 4 LJ 10. Has your organization or any member been involved in any litigation or arbitration within the last ten (10) years as a result of construction contracts, including but not limited to liens, defective performance or workmanship? If yes, provide the following information for each case (attach additional sheets as necessary): (A) Style or caption of litigation or arbitration: (B) All parties to such proceedings: u BP-16 (C) Names, Addresses, and Telephone Numbers of Attorneys for each party: yo c (D) Date Litigation Started: _ ^' fVG.AI,C (E) Status of Case: (F) Provide an explanation of each claim by and against each party (Attach additional sheets as necessary). 11. Have you or any principal of your company ever declared bankruptcy? Yes No If yes, provide dates and particulars: Date Reason BP-17 12 W List three (3) construction related credit references: Name Address List all subsidiaries or holding companies: Phone No. 407 14. List corporate names or business names under which each of the principals in the present corporation have done business for the last ten (10) years: BP-18 I I I 1-1 11 15. List major subcontractors and suppliers from your three (3) largest projects over the last two (2) years: Project Nam_ a Subcontru . Contract Phone No. Ca,FAt S�yAA,4 3 16. State construction experience of principal members of your organization: Years Type Cost In What Name Title rimer_ Work Range Ca aci V12 ��� ZU OOD 060. ~' MI.�A1iOGL1�� �1Cs� Nt3twL � � Ga.�rntr crs�+ac. O� r.r2� BP-19 18. Have you ever failed to complete work awarded to you? If so, where and why? 19. List not less than six (6) projects of similar size, type and cost that your organization has completed in the last four (4) years. (List similar Florida public works projects first. Attach additional sheets as desired.) A. Name of Project: _ �4L','_ Address: Owner: (: 1 i' BP-20 I I 11 f] Owner's Address: 7 C� SAS Owner's Phone No.: ll Engineer: FKA Engineers Address: Engineers Phone No.:L 5-4�- ! q,6 - Contract Amount: Date of Completion: Name of Liner Manufacturer/Supplier. Amount of Liner Installed (Linear Feet): ZOO om /-F Was project completed within the allowed contract time? Yes •-' No Percentage of the cost of the work done by your own forces % B. Name of Project:6--)�`' i Address: a141 I8'1+Ae 1 ' Owner: All,A0 z Owners Address: ¢ S /331y� Owners Phone No.: L34�.— Engineer: Engineers Address: Engineers Phone N Contract Amount: g /,� Date of Completion: /4 Name of Liner Manufacturer/Supplier: BP-21 Amount of Liner Installed (Linear Feet): /C� L Was project completed within the allowed contract time? Yes ,/ No 1 Percentage of the cost of the work done by your own forces C. Name of Project: 1 Address: V /Dos - Owner: Owner's Address: G ' Owners Phone No.: , Lq Engineer: Engineer's Address: (,'��AAz,,1 Vkkavi�v A'e :?30,21 Engineer's Phone No.. ���J c7r - G� Contract Amount: 6. Date of Completion: &62A?g 1 Name of Liner Manufacturer/Supplier: Amount of Liner Installed (Linear Feet): Z4 i= Was project completed within the allowed contract time? Yes No �� Percentage of the cost of the work done by your own forces d 0 % D. Name of Project:.A UT�Ti Address: 1 ' Owner: ii F r✓ Owners Address: 3K�� 2,�/333�s Owner's Phone No.: q BP-22 Engineer: ,) Engineer's Address: oZOf AA i T�9vD.�4Gi // ' Engineer's Phone No.:_� — Contract Amount: 3 Date of Completion: ? S� SiQ Name of Liner Manufacturer/Supplier:_ Amount of Liner Installed (Linear Feet): �/00 Was project completed within the allowed contract time? Yes No Percentage of the cost of the work done by your own forces Q 0 % E. Name of Project: Address: Owner: C/ri' i 1 Owners Address: 3,900 f� J Owner's Phone No.: r Engineer: Engineer's Address: Engineer's Phone No.: Contract Amount: 4�Date of Completion: /� / elo Name of Liner Manufacturer/Supplier: C FZE Amount of Liner Installed (Linear Feet): D 1 000 �- Was project completed within the allowed contract time? BP-23 Yes Percentage of the cost of the work done by your own forces F. Name of Project: Owner: Owner's Address: Owner's • - • /7�/� 00 Engineer: 4-61ae"21�-2av f� i� C C I 1 u Ll Engineer's Address: I ze Engineer's Phone No.:��.5�%� q49;;, D2YZ Contract Amount: Date of Completion:r'/ q - Name of Liner Manufacturer/Supplier_ G d�oLL Amount of Liner Installed (Linear Feet):_ !g 06V Was project completed within the allowed contract time? Yes No Percentage of the cost of the work done by your own forces 20. Name of the person who inspected the site of the proposed work for your firm: G14N le,�xowr 3/?o1gq Name: Date of Inspection: BP-24 L� 1 1 1 21. ATTACH TO THIS BID an executed Non -Collusive Affidavit on the form bound herein. 22. ATTACH TO THIS BID authorization for the Contractor's representative to sign the Bid on behalf of the Corporation, Partnership or Joint Venture on the appropriate form bound herein. 23. ATTACHED TO THIS BID Executed M/WBE Schedules per the requirements in the Instruction to bidders and the NVWBE Section. LIST OF SUBCONTRACTORS: The Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of five percent (5%) of the Contractor's Total Bid Price, per authorization and shall also list the portion of the Work which will be done by each such subcontractor. Bidders shall also identity whether a subcontractor listed is an MBE/WBE subcontractor and the portion of the Work which will be done by such subcontractors. After opening of the Bids, no changes or substitutions of subcontractors will be allowed except as otherwise provided by law and approved by the Owner. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. The subcontractors are subject to approval by the Owner in accordance with Article 27 of the General Conditions. Failure to comply with this requirement may render the Bid non -responsive and may cause its rejection. BP-26 Subcon- tractor Percent Work to be License of Total Subcontractor's M ESMO� Performed Number Contract Name & Address (Y 6 e 4 5 R 7 BP-26 1 NON -COLLUSIVE AFFIDAVIT IState of L olfllolq ) SS: County of 11 1 0 � being first duly swum, deposes and says that: 1 He is the (Owner, Partner, Officer, Representative or Agent) Sof M .0 — k i��7 �S _6 �T G the Bidder that has submitted the attached Bid; (2) He is fully informed respecting the preparation and contents of the attached Bid and all of the pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affidavit, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrain from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communications, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid Price or the Bid Price of any other Bidder, or to secure through any collusion, ' conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees, or parties in interest, including this affidavit. 1 BP-27 1 [I 11 1 Lj it 1 it I Dated on Mwee0 , 19 Contractor ignature) Title VcE-- Corporate Seal (if Corporation) State of I County of The foregoing instrument was acknowledged before me this a day of , IC by 7 _ , who is person known to me or has produced (type of identification) as idid n i ication and who did (did not) take the oath. BP-28 ■r1E UT IL I MAP N- ARR ' MADSEN-BARR/ PHILIP UTILITIES MANAGEMENT CORPORATION, INC. The undersigned, being all the directors of MADSEN-BARR/PHILIP UTILITIES MANAGEMENT CORPORATION, INC. (hereinafter referred to as the "Corporation"), by their signatures below hereby enact and resolve as follows: BID AND PROPOSAL SIGNING AUTHORITIES NOW THEREFORE BE IT RESOLVED THAT: 1. any one (1) of Mark Hams, John J. Ban-, John Rinehart, Mike Cannon, Nick Erro, Bruce Noble, Jim Lawrence, Peter Lane or Colin Soule be and he is hereby authorized to submit unbonded bids, proposals, or contracts for and on behalf of the Corporation where the ' aggregate cost of the services to be provided by the Corporation pursuant to such bid or proposal is less than or equal to but does not exceed two million dollars ($2,000,000); 2. any one (1) of Mark Harris, John J. Ban-, Bruce Noble, Jim Lawrence, Peter Lane or Colin Soule be and he is hereby authorized to submit bonded bids, proposals, bonds, or contracts for and on behalf of the Corporation where the aggregate cost of the services to be provided by the Corporation pursuant to such bid or proposal is less than or equal to but does not exceed two million dollars ($2,000,000); and 3. any one (1) of Mark Hams or John J. Ban', together with any one (1) of Bruce Noble, Jim Lawrence, Peter Lane or Colin Soule be and they are hereby authorized to submit bids or proposals and execute agreements in connection with the services of the Corporation to be provided pursuant to such bids or proposal for and on behalf of the Corporation, where the aggregate cost of the services to be provided by the Corporation exceeds two million dollars ($2,000,000). ' DATED this 21 st day of April, 1998. CERTIFICATE The undersigned, John Barr, the Assistant Secretary of the Corporation, does hereby certify that the ' foregoing is a true and complete copy of certain resolutions passed by the Board of Directors of the Corporation dated as of the 21st day of April, 1998 and that the same have not been rescinded, amended or modified and are in full force and effect as of the date hereof. DATED this �?J 'day of l i John.:Barr = Assistant Secretary ' MADSEN-BARR/PHILIP UTILITIES MANAGEMENT CORPORATION, INC. 109 APPLEWOOD DRIVE - LONGWOOD. FL 32750 - TEL! (407) 260.9668 - FAX: (407) 260-9318 - FL# CLI CO23665 7 1 CERTIFICATE (if Corporation) 1 STATE OF FLORIDA ) ) SS: COUNTY OF ) 1 I HEREBY CERTIFY that a meeting of the Board of Directors of the M -A9.4w1w ang1r11---3-r, a corporation existing under the laws of the State of De<Awg.�� , 19, the held on mAwad following resolution was duly passed and adopted: that ,o , as "RESOLVED, t t cT President of the Corporation, be and is hereby authorized to execute the Proposal dated .2_1 19_U, between the PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS and this corporation and that his execution thereof, attested by the Secretary of the Corporation and with theCorporate Seal affixed, shall be the official act and deed of this Corporation." ' effect. I further certify that said resolution is now in full force and e IN WITNESS WHEREOF I have hereunto set my hand and affixed the official seal of the corporation this day of ,&-ew --Secretary) (CORPORATE SEAL) 1 BP-29 1 CERTIFICATE (if Partnership) STATE OF FLORIDA ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Partners of a Partnership existing under the laws of the State of . held on , 19 , the following resolution was duly passed and adopted: "RESOLVED, that as of the Partnership, be and is hereby authorized to execute the Proposal dated , 19 , between the PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS and this Partnership, and that his execution thereof, attested by the of the Partnership, shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 19 . (Signature) (Title) BP-30 CERTIFICATE (if Joint Venture) STATE OF FLORIDA ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Principals of a Joint Venture existing under the laws of the State of held on , 19_, the following resolution was duly passed and adopted: "RESOLVED, that S . as W....- _ _..__._. -- and is hereby authorized to execute the Proposal dated fig-, between the PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS and this Joint Venture, and that his execution thereof, attested by the of the Joint Venture, shall be the official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this ,19 BP-31 day of (Signature) (Title) 7 1 [l Ll .J BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, MADSEN-BARR / PUMC a Corporation, as Principal, whose address is 1117 NW 55 STREET; FORT LAUDERDALE, �MERICAN CASUALTY COMPANY OF a PENNSYLVANIA FL 33309 an READIN,. PENNRYLVANIA Corporation, as Surety, whose address is TWO WORLD TRADE CENTER, NEW YORK, NY 10048 are held and firmly bound unto the BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA, hereinafter called "Owner', in the penal sum of FIVE THOUSAND & 00/100----------------------------------------- dollars, (five thousand dollars) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, personal representatives and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas said Principal has submitted the accompanying Bid, dated MARCgxIIx 10, 19 99to said Owner to perform the Work required under the Schedule of Prices Bid of the Owner's Contract Documents entitled, ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES, Project No. WUD 99-48. - R NOW THEREFORE, if said Principal is awarded a contract by said Owner and, within the time and in the manner required in the "Advertisement for Sealed Bids" and the "Instructions to Bidders," the Principal enters into a written Contract with the Owner on the form of Agreement bound with said Contract Documents, furnishes the required certificates of insurance and sworn statements and furnishes the required Performance Bond and Payment Bond to ensure the faithful performance and proper fulfillment of all obligations and conditions of the Contract, then this Obligation shall be null and void and of no further force and effect; otherwise it shall remain in full force and effect and the sum herein stated shall be due and payable to said Owner. The Surety herein agrees to pay rsaid sum immediately upon demand of said Owner in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. In the event suit is brought upon this Bond by said Owner and Owner prevails, said Surety shall pay all costs incurred by said Owner in such suit, including a reasonable attorney's fee to -be fixed py the Court. IN WITNESS WHEREOF, both the Principal and the Surety have executed this instrument with the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to the authority of its governing body. PBCWUDENGWW 1313-1 WUD 99-48 1 24TH FEBRUARY 99 SIGNED, SEALED and ATTESTED this _ day of PRINCIPAL: ATTEST: MADSEN-BARR / PUMC (Principal) 1 (Signature) (Title) Address 1117 NW 55 STREET FORT LAUDERDALE, FL 33309 (SEAL) SURETY: AMLRICAN CASUALTY COMPANY OF READING. PENNSYLVANIA (Surety) ATTEST: ACIJ� 1 i ff1brida Resident Agent) JA ES W. DUNN (Signature) (Title) TWO WORLD TRADE CENTER Address NEW YORK, NY 10048 PAMELA K. RIFE (Attorney -in -Fact) END OF SECTION PBCWUDENGWW BB-2 WUD 99-4$ POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE 'COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CNA Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Rosalie A. Maresca, Pamela K Rife, Mark Fit erald, Elizabeth Marrero,..lndMdually 'of New York, New York their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and. on their behalf bonds, undertakings and other obligatory Instruments of similar nature In Unlimited Amounts - and to bind them thereby as fully and to the same extent as •rf such Instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereat, the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 13th day of December 1996 CONTINENTAL CASUALTY COMPANY ��Pyc�CrY k`� tNSUR�,�� �i`q�nrrrvr� NATIONAL FIRE INSURANCE COMPANY OF HARTFORD ooauYe o �t�ORrp��E AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Y 7 y a JULY 114 O SEAL ' 7tiB7 NAq11 t • M.C. Vonnahme Group Vice President ' State of Illinois, County of Cook, ss: On this 13th day of December 1996 , before the personally came M. C. Vonnahme , to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Darien , State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Np7ARY r PUBIIC My Commission Expires June 5, 2000 Eileen T. Pachuta Notary Public CERTIFICATE I, John M. Littler , Assistant Secretary of CONTINENTAL CASUALTY COMPANY. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the s gals of the said corporations this 24TH day of F'EBRUAFtY 1999 CONTINENTAL CASUALTY COMPANY 'NSUR,tACfi �� WQp NATIONAL FIRE INSURANCE COMPANY OF HARTFORD Uorworur n ,gyffoz% AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA s JULY It, 0 5EAI. 1pB7PMF John M. Littler Assistant Secretary (Rev.7/1 A195) CNA INSURANCE COMPANIES AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA STATEMENT OF ASSETS AND LIABILITIES December 31, 1997 ►•X34-4-1 Cash $ 667,306 Short-term investments (principally U.S. Government Obligations) 40,393,574 United States Government obligations 714,216,832 Other public bonds 187,383,428 Industrial and miscellaneous bonds 41,469,233 Preferred stocks Common stocks of affiliated companies 289,109,872 Other common stocks 1,611,732 Real Estate 408,229 Premiums and agents' balances in course of collection 63,658,272 Premiums, agents balances and installments booked but deferred and not yet due 21,287,575 Accrued retrospective premiums 33,373,309 Accrued interest dividends and rents 10,416,307 Other Assets 71,152,473 Admitted Assets $ 1,475,148,142 LIABILITIES: Unearned premium reserve $ 129,705,862 Reserve for loss and loss adjustment expense 822,040,713 Reserve for taxes, licenses and fees (including federal income taxes) 5,347,154 Other Liabilities 31,973,069 Total Liabilities $ 989,066,798 SURPLUS: Capital paid up ($5.00 par value) SURETY ACKNOWLEDGET MN ST_? TE OF NEW YORK COUNTY OF NEW YORK ALLY C ME PA?vM-A K. RIlE , TO N E ONzX24Z99 ,BEFORE IViE PERSON ND SAY TI KNOWN WHO BEING BY ME DUi--v SWORN DID ISTr IS A ATTORI�iEY ' IE;'Ski RESIDES ]N 1E1 YORi, 11+ F ,AMID TN THE IN -FACT OF AMERICAN CASUALTY COMPANY OF _ THE N ! I,=1 CORPORATION DESCRIBED IN, AND OWSTHE� OF SAID CORPORATION; 7TtSTRUNTE-NT> THAT HE/SHE KNOWS A��y-D THAT HE; SHE SIGNED HIS/HER NAME THERETO BYM THF � ,EE�I'T OF' THAT'TIM SAID COIVIPANYKE ORDER: AND 4R� , iED OAND SUCH CERTIFICATE IjLAS 1NSL'R.�'�iCE OF THE STATE OF NEW NOT BEEN REVOKED. - F IC�HARO VASC UEZ ti- ' Natary Funiic, Stale of Naw Yon< N10- 0 t VA,=08 :21 Guz,dJ ,:'ad in New York County NOTARY PUBLIC C".mv.�icn =_xpir65 Sept. 2, 199S CORPORATE ACF24OWLEDGEMENT STATE OF-� COUNT' OF PC M 19� Cl BEFORE ME PERSONALLY ON THIS .5?d DAY OF C vC`L TO ME KNOWN, WHO,,BEING DULY CAME 1 •4 . SWORN; DEPOSE AND SAY; THAT HE RESID IN OF ' ,AND nl AT HE/SHE IS THE THE , /h C , TIE CORPORATION_DESCRIBE . IN AND ' V TECH EXECUTED THE ABOVE INSTRt�IvIENT� SEAL kT /�D KNOWS- � SEAL OF TIM I SAID CORPORATION; THAT WAS TEE IS SUCH CORPORATE SEAL; THAT C OSo AFFIXED F RAND THAT ORDER OF -THE BOARD OF DIRECTORS OF SAID HE/SHE SIGNED HIS NAME THERETO BY LIKE 0 N A;4" R OFFICIAL NOTARY SEAL P Y Pv49i JENNIFER ROTHENBERG z ? S7 n COMMISSION NUMBER CC662834 �f z�O MY COMMISSION EXPIRES ' FOF F"O OCT. 23,1299 POST BID INFORMATION Project WUD 99-48 R 1. POST BID INFORMATION REQUIREMENTS To reduce paperwork after the bid opening the items within this Section must be completed within fourteen (14) calendar days of the bid opening date by the low three (3) bidders. Each bidder is responsible for checking the bid results to determine if they are among the low three (3) bidders. Failure to provide the information within fourteen (14) calendar days may be considered as sufficient grounds for rejection of the bid by Palm Beach County. 2. SCHEDULE OF VALUES FOR RECONSTRUCTION OF SANITARY SEWER LINES TO BE PROVIDED BY CONTRACTOR 3. STATUS OF CURRENT CONTRACTS Project Name Location & Description Owner Contact S Phone No. OVER $100,000 Projected Contract % Completion Amount Complete Date PBI-1 4. What is the maximum bonding capacity of your company? (A) Capacity (Dollar Amount): (B) Include the company name, phone number, address and name of the Florida Resident Agent of your current bonding company and any others which you have used in the past five (5) years: 5. Attach a compiled Financial Statement prepared by an independent Certified Public Accountant (CPA). The compiled Financial Statement must be less than ninety (90) days old. Financial Statements are exempt from the Florida State Sunshine Law and will not be available for public inspection. 6. What equipment do you own that is available for the work. (Attach additional sheets as necessary)? 7. What equipment will you purchase for the proposed Work. (Attach additional sheets if necessary)? 127-I&A 8. What equipment will you rent for the proposed Work. (Attach additional sheets, if necessary)? 9. How many current full-time employees does the company have on its payroll? Number of full-time employees: I hereby certify that all of the above information is true and accurate to the best of my knowledge. Authorized Representative: (Signature) END OF SECTION PBI-3 (Date) NOTICE OF INTENT TO AWARD DATED: , 19 1 TO: (BIDDER) PROJECT NAME: "ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES$@ tPROJECT No. WUD 99-48 R BID NO. WUD 99-48 R The Selection Committee for the above -referenced Project has concluded its review and made a recommendation of award of the bid items to . The Contract Price for the annual Contract is based on each bid item. Within fifteen(15) days of receipt of this Notice on Intent to Award, no later than , you must perform the following: 1. Deliver to the OWNER six (6) fully executed Contracts which are attached hereto and are pertinent to this Notice of Intent to Award. Each Contract must bear your original signature where indicated in the Contract Documents. I 2. Provide a Contract Performance Bond and a Payment Bond for $100,000 each as specified in the Instructions to Bidders (paragraph 22) and General Conditions (Article 17) together with a power of Attorney for use by the Board of County Commissioners of Palm Beach county, Florida, to insert the date of execution of the Performance Bond, Payment Bond and Contact. 3. Provide a Certificate of Insurance evidencing insurance coverage with limits not less than those indicated in the General Conditions (Article 18) and covering the insured operations in the State of Florida. 4. Provide a detailed schedule of payment values. IZkC115! I I Failure to comply with these conditions within the time specified will entitle the OWNER to consider your Bid abandoned, to annul this Notice of Intent to Award and to declare your Bid Security forfeited. This Notice of Intent to Award creates no obligation or liability on the part of County to award of contract and shall not be the basis of any reliance or contractual claim. Palm Beach County, Florida By: (Authorized Signature) C. Lawton McCall, Director Engineering Division PBC Water Utilities Department ACCEPTANCE OF NOTICE Receipt of the above Notice of Intent to Award is hereby acknowledged. LM ,19 By: Title: Copy to: (Use Certified Mail, Return Receipt Requested) , this the END OF SECTION NTA-2 day of I I L AGREEMENT R99 12 84D THIS AGREEMENT, made and entered into this day of JUL Y 1 1999 , by and between the BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA (hereinafter called Owner) and.(qAo-V--,v -baart %P(APIC- N� . (hereinafter called Contractor). WHEREAS, Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE I. WORD The Contractor shall complete all Work as specified or indicated under the Bid of the Owner's Contract Documents for the project entitled: ANNUAL CONTRACT FOR RECONSTRUCTION OF SANITARY SEWER LINES, PROJECT No. WUD 99-48 R. The Work is generally described as follows: The Work to be performed under this annual Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, materials, and services not expressly shown or called for in the Contract Documents which may be necessary for the complete and proper reconstruction of sanitary sewer lines. Any Work necessary for completion of the Contract shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the Owner. The Contractor - shall perform all work required in accordance with the Contract Documents and subject to the terms and conditions of the Contract, complete and ready to use. The intent of sewer pipe lining is to rehabilitate the existing sewer line in a manner which will correct the following deficiencies: 1. Cracked/broken/collapsed pipe caused by poor construction, unstable soil, earth movement, infiltration, root damage, destructive loading, cleaning tool damage, etc. 2. Corrosion of pipe caused by acid attack above flow level. 3. Erosion of pipe caused by abrasion below the flow level. 4. Degradation/deformation of pipe caused by loss of masonry. A-1 5. Infiltration of groundwater and soil through leaking pipe joints and ' g g 9 Pp 1 structural defects. 6. Exfiltration of sewage through leaking i joints and structural ' g 9 pipe 1 defects. 7. Inflow of surface water and infiltration of groundwater g through abandoned or illegal connections. The scope of work is described as follows: I Pipe Insertion, Cured -in -Place and Fold -and -Form Pipe Lining. Also common to each of these packages are point repair of sanitary sewers and service laterals on an as -needed basis. The Work shall also include all transportation and all temporary services, utilities, systems and construction, including those not expressly shown or called for in the Contract Documents, necessary to properly accomplish and complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 2. ENGINEER I The Project has been designed by P.B.C. WATER UTILITIES DEPARTMENT, who is hereinafter called Engineer and who will assume all duties and responsibilities and will have the rights and authority assigned to the Engineer in the Contract Documents in connection with the completion of the Work in accordance with said Contract Documents. ARTICLE 3. CONTRACT TIME The Work shall be substantially completed within 60 successive calendar days from the commencement date stated in each Authorization, and completed and ready for payment within 75 successive calendar days from the date when the Authorization commences to run. , ARTICLE 4(a). LIQUIDATED DAMAGES (Prior to Substantial Completion) , The Owner and the Contractor recognize that time is of the essence of this Agreement and that the Owner will suffer financial loss if the Work is not completed within the time ' specified in Article 3 herein, plus any extensions thereof allowed in accordance with Articles 48 and 49 of the General Conditions. They also recognize the delays, A-2 1 1 11 j� I n U expense and difficulty involved in calculating and proving in a legal or arbitration proceeding the actual damages the Owner will suffer by reason of the Contractor's failure to achieve substantial completion of the Work within the specified time. Therefore, instead of requiring any such calculations or proof, the Owner and the Contractor agree that as fixed agreed and liquidated damages for delay (but not as a penalty) the Contractor shall pay the Owner $ 500.00 for each calendar day that expires after the time specified in Article 3 herein until Substantial Completion of the entire project is achieved as determined by the Engineer. ARTICLE 4(b). LIQUIDATED DAMAGES (After Substantial Completion) The Owner and the Contractor further recognize that the Owner will suffer financial loss after Substantial Completion of the entire project up to and including Final Acceptance of the entire project if the Contractor fails to complete the entire project within the time specified in Article 3 herein, plus any extensions thereof allowed in accordance with Articles 48 and 49 of the General Conditions. Yet, while the Owner and the Contractor recognize the delays, expense and difficulties involved in calculating and proving in a legal or arbitration proceeding the actual damages the Owner will sustain after Substantial Completion, up to and including Final Acceptance, both the Owner and the Contractor recognize and acknowledge that the Owner will suffer less damages between Substantial Completion of the entire project and Final Acceptance of the entire project, should the Contractor neglect, refuse or fail to complete the entire project within the time specified in Article 3 herein. Accordingly, instead of requiring any such calculations or proof, the Owner and the Contractor agree that as fixed agreed and liquidated damages for delay (but not as a penalty) the Contractor shall pay the Owner $ 500.00 for each calendar day that expires after the time specified in Article 3 herein which occurs between the time of Substantial Completion of the entire project and the time of Final Acceptance of the entire project, as determined by the Engineer. ARTICLE 5. CONTRACT PRICE The Owner shall pay the Contractor for completion of the Work in accordance with the Contract Documents in current funds, subject to adjustments as provided therein, the Contract Price as noted for each bid item as stated in the schedule of Prices Bid as submitted in the Bid Proposal. ARTICLE 6. EXTENSION The successful bidder shall be awarded a contract for twelve (12) months unless otherwise terminated as provided herein. At the option of the County, the contract may be renewed for two (2) additional twelve (12) month periods. Any exercised option period shall be for the terms, conditions and prices, with no deviations, as this original contract. Any renewal will be subject to appropriation of the funds by the Owner. A-3 11 ARTICLE 7. SUBCONTRACTS The Contractor shall perform on the site and with his own organization, labor equivalent to ' at least 60 percent of the total amount of the Work to be performed under this Contract. If, during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the client's benefit and advantage, the percentage of the labor required to be performed by the Contractor's own organization may be reduced; provided prior written approval of such reduction is obtained by the Contractor from the Engineer. ARTICLE 8. CONTRACTOR'S REPRESENTATIONS I In order to induce the Owner to enter into this Agreement, the Contractor hereby makes the following representations: 1 7.1 Contractor has thoroughly familiarized himself with the nature and extent of the Contract Documents, Work, site, locality and all local conditions, Laws, Ordinances and Regulations that in any manner may affect the cost, progress, performance or furnishing of the Work. 7.2 Contractor has carefully studied all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Technical Specifications and in Articles 11 and 12 of the General Conditions, and accepts , the determinations set forth in Articles 11 and 12 of the General Conditions on the extent of the technical data contained in such reports and drawings upon which the Contractor is entitled to rely. , 7.3 Contractor has obtained and carefully studied (or assumes responsibility for , obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site ' or that otherwise may affect the cost, progress, performance or furnishing of the Work as the Contractor considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and , conditions of the Contract Documents, including specifically the provisions contained in Article 11 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by I the Contractor for such purposes. 7.4 Contractor. has thoroughly reviewed and checked all information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate 1 A-4 L� I identification and verification of the location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect to said Underground Facilities are or will be required by the Contractor in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Article 12 of the General Conditions. 7.5 Contractor has correlated the results of all such observations, examinations, 1 investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 Contractor hereby warrants that it has given the Engineer written notice of all conflicts, errors or discrepancies of any type or nature that it has discovered in the Contract Documents and the written resolution thereof by the Engineer is acceptable to Ithe Contractor. ARTICLE 9. PAYMENT PROCEDURES The Contractor shall submit Applications for Progress Payment in accordance with Article 53 of the General Conditions and the section on "Measurement and Payment" of Technical Specifications of the Contract Documents. Applications for Progress Payment will be processed by the Engineer as provided in the General Conditions. ' The Owner shall make progress payments on account of each Authorization Price on the basis of the Contractor's Applications for Progress Payment as recommended by the Engineer, on or about the 30th day of each month during construction as provided below. All progress payments will be made on the basis of the amount of Work completed. In the event no unit values are provided, progress payments will be made in accordance with ' the provisions of the General Conditions. Prior to Substantial Completion, progress payments will be made in an amount equal to 90% of the Work completed, but, in each case, less the aggregate amounts as the Engineer shall determine, or the Owner may withhold, in accordance with Article 53 of the General Conditions. ' Upon Final Completion and acceptance of the Work in accordance with Article 56 of the General Conditions, the Owner shall pay the remainder of the Contract Price as recommended by the Engineer and as provided in said Article 56 of the General Conditions. 1 ARTICLE 10 CONTRACT DOCUMENTS The Contract Documents which comprise the entire Contract between the Owner and the 1 1 A-5 1 Contractor concerning the Work, consist of this Agreement (pages A-1 to A-14, inclusive) and the following attachments to this Agreement: • Advertisement for Sealed Bids (page AFB-1 only). • Information for Bidders (pages IB-1 to IB-12, inclusive). • Minority/ Woman Business Enterprise (pages W/MBE-1 to W/MBE-14, inclusive). • Procedure for Front -End Loading and unbalanced Bids (pages FEL-1 to FEL-6, inclusive). • Proposal, including the Schedule of Prices Bid, Information Required of Bidder, Bid Bond, and all required certificates, affidavits, sworn statements and attachments thereto (pages BP-1 to BP-31, inclusive). • Bid Bond (pages BB-1 and BB-2). • Post Bid Information (pages PBI-1 to PBI-3, inclusive). • Florida Payment Bond (pages PMT-1 to PMT-3, inclusive). • Florida Performance Bond (pages PRB-1 to PRB-3, inclusive). • Warranty of Title (pages WT-1 to WT-3, inclusive). • Final Warranty of Title (pages FWT-1 and FWT-2). • Notice of Intent to Award (pages NTA-1 and NTA-2). • Notice to Proceed (page NTP-1 and NTP-2). • Certificate of Substantial Completion (pages CSCA and CSC-2). • General Conditions (pages GC-1 to GC-52, inclusive). • Supplemental General Conditions (pages SGC-1 to SGC-6, inclusive). • Technical Specifications consisting of Divisions 1 through 2, inclusive. Addenda numbers. N/A A-6 • Written Amendments and Change Orders which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ' Documentation submitted by the Contractor prior to Notice of Intent to Award. There are no Contract Documents other than those listed in this Article 10 The Contract Documents may only be amended, modified or supplemented by Written Amendment or Change Order as provided in the General Conditions and the Technical Specifications. ARTICLE 11. INDEMNIFICATION In consideration of the sum of Twenty Dollars ($20.00), and other good and valuable consideration, the receipt of which is hereby acknowledged, Contractor agrees to indemnify and hold harmless the Owner and the Engineer, their agents and employees in ' accordance with Article 37 of the General Conditions. It is the specific intent of the parties hereto that the foregoing indemnification complies with Florida Statutes 725.06 (2). It is further the specific intent and agreement of said parties that all of the Contract r Documents on this Project are hereby amended to include the foregoing indemnification and the "Specific Consideration" therefor. tARTICLE 12. MISCELLANEOUS Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. No assignment by a party hereto of any rights hereunder or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The Owner and the Contractor each binds itself, its partners, heirs, executors, administrators, successors, personal representatives, assigns and legal representatives to the other party hereto, its partners, heirs, executors, administrators, successors, personal representatives, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. The Contractor shall furnish with the executed Agreement, authorization of the Contractor's representative to sign the Agreement on behalf of the Corporation, Partnership or Joint Venture. A-7 The Contractor shall furnish with the executed Agreement, an executed Sworn Statement on Public Entity Crimes on the form bound herein. The Contractor shall furnish with the executed Agreement a current Certificate of Insurance from each insurance carrier, evidencing required insurance coverage of the types and in not less than the amounts specified in Article 18 the General Conditions. Six (6) copies of this Agreement and all attachments herein shall be executed; any one of which shall constitute an original. A-8 1 i] IN WITNESS WHEREOF, the Owner and the Contractor have caused this Agreement to be executed on the date first above written. OWNER: ATTEST: Dorothy H. Wilken, Clerk of the Circuit Court: (Deputy Cler ) p\yN Y C0 Oi COUNTY Cr: CURIDA APPROVED AS TO 09" LEGAL SUFFICIENCY: (County Attorney) CONTRACTOR: ATTEST: (SEAL) 1 1 1 1 BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA I_�7 (Chair) p 9 9 i? JUL 2 7 1999 1l Address for Giving Notices: 2065 Prairie Rd. West Palm Beach, FL 33406 M %a � • ft4 LzL? 1 +mil -.-I M <�, (Contractor Name) ignature) (Title) Address for Giving Notices: 11 t Nu 55-M bT . � PHILIP 1 � MADSEN-BARB/ PHILIP UTILITIES MANAGEMENT CORPORATION, INC. The undersigned, being all the directors of MADSEN-BARR/PHILIP UTILITIES MANAGEMENT CORPORATION, INC. (hereinafter referred to as the "Corporation"), by their signatures below hereby enact and resolve as follows: BID AND PROPOSAL SIGNING AUTHORITIES NOW THEREFORE BE IT RESOLVED THAT: 1. any one (1) of Mark Harris, John J. Barr, John Rinehart, Mike Cannon, Nick Erro, Bruce Noble, Jim Lawrence, Peter Lane or Colin Soule be and he is hereby authorized to submit unbonded bids, proposals, or contracts for and on behalf of the Corporation where the Iaggregate cost of the services to be provided by the Corporation pursuant to such bid or proposal is less than or equal to but does not exceed two million dollars ($2,000,000); ' 2. any one (1) of Mark Harris, John J. Barr, Bruce Noble, Jim Lawrence, Peter Lane or Colin Soule be and he is hereby authorized to submit bonded bids, proposals, bonds, or contracts for and on behalf of the Corporation where the aggregate cost of the services to be provided by the Corporation pursuant to such bid or proposal is less than or equal to but does not exceed two million dollars ($2,000,000); and 3. any one (1) of Mark Harris or John J. Barr, together with any one (1) of Bruce Noble, Jim Lawrence, Peter Lane or Colin Soule be and they are hereby authorized to submit bids or proposals and execute agreements in connection with the services of the Corporation to be provided pursuant to such bids or proposal for and on behalf of the Corporation, where the aggregate cost of the services to be provided by the Corporation exceeds two million dollars ($2,000,000). DATED this 21 st day of April, 1998. ICERTIFICATE II The undersigned, John Barr, the Assistant Secretary of the Corporation, does hereby certify that the foregoing is a true and complete copy of certain resolutions passed by the Board of Directors of the Corporation dated as of the 21st day of April, 1998 and that the same have not been rescinded, amended or modified and are in full force and effect as of the date hereof. DATED this`I 'day of ,/J>;? ► L _ John Barr - Assistant Secretary MADSEN-BARR/PHILIP UTILITIES MANAGEMENT CORPORATION, INC. 109 APPLEWOOD DRIVE - LONGWOOD, FL 32750 9 TEL: (407) 260.9668 - FAX: (407) 260-9318 1 FL# C1 CO23665 i7 i] I I C 1 1-1 Ll fl i] I C 1 P-, CERTIFICATE (if Corporation) STATE OF FLORIDA ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of the IVIi,D�J • I �Z 1`�U N U , a corporation existing under the laws of the State of _=a:E2� �-vA held on .4��� �� , 19�Pa the following resolution was duly passed and adopted: "RESOLVED, that ewaQQ_ , as _ i/ I President of the Corporation, be and is hereby authorized to execute the Agreement dated NW!� `7 , 19 6)1�), between the PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS and this corporation and that his execution thereof, attested by the Secretary of the Corporation and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this '7" A day of M�[1 I , 19 0)1�). (SEAL) A-10 retary) 1 CERTIFICATE (if Partnership) STATE OF FLORIDA ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Partners of a Partnership existing under the laws of the State of , held on , 19 , the following resolution was duly passed and adopted: "RESOLVED, that as of the Partnership, be and is hereby authorized to execute the Agreement dated , 19 , between the PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS and this Partnership, and that his execution thereof, attested by the of the Partnership, shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this of , 19 (Signature) (Title) A-11 day CERTIFICATE (if Joint Venture) STATE OF FLORIDA ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Principals of a Joint Venture existing under the laws of the State of , held on , 19_, the following resolution was duly passed and adopted: "RESOLVED, that , as of the Joint Venture, be and is hereby authorized to execute the Agreement dated , 19 , between the PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS and this Joint Venture, and that his execution thereof, attested by the of the Joint Venture, shall be the official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this of , 19 (Signature) (Title) A-12 day 7-01-1999 1:46AM "— 'Jul. 1. 1999- 1: 42PM FROM 954 491 542 / f-. 4 ENRON .CORP RISK MGMT "" No. 3687 P. 1/2 "' _ "U pw"m" I I I I Amim ITM/ r "IMCATE 0 000 " A MATM OF Ma T"IC011 JOHN L WORTHAM k SON, L.L.P. way AM CONitl71/ no p"N" UPWI THE cer"MA'1'e P.O. BOX 1�B � �, Tma WIN TE Dolor NOTTM Yip. lfx7 004 HOUSTON, TEXAS 77261-13N �► • � AF1FaaM cav Aqfi,�. CO MANY t600) U3.0191 176220-0001E-2PMI►-000007 Nlr/, AJ6 -1 1 A TRAVBfts IW M11TT OWtiq OF ILLIWl>< no GWAWA er tR110) tA.7•vlirT Eno cw, A21M131 CORP., mesa-0400/ * TIIAVFUnft 11oF MITT L9WAMT Of mmasaff /N[LIP urtLITl!f MV1A MNW CORE, IWO COUP&" IBM 80-01" . P, 0. sm 11M B TAAYELm laam 1 a cmay Ma rm. TEW TWI-11" ATTAtTNIO F jjjjIORAL 1 T OM+r Tlir!! IA To CVMFY TWIT THE POLIWE>f OF WWPA Ct LWW WOW HAVI DEW 11RM TO THE WRrMW NAh" AWn FOR TIN POL1CT rwrm WXATW. NOTYRIUVANONa ANY II KA)P eA NT, TW M OR WkDrnm OF ANY ['oWMAI-T Cm arra I10C~ MATH Peop 1.r TO VA401 "a tHTI1F16ATf MAY K WWW ON MAY PEIITAK THE WWRAMCE AFFORDM IV IN FOUCft L1E*C1IRM I1lRttfi M su&*CT TD ALL THE Twom. waus"m AM COFIOiam OF SKU POLIGNA. LRAM 09OWN MAY I1AV* 9Eta~11EDlJCED RY PAID=Tm W wwwwom ow wa� R sianNsalwrnl son Umm 0 Warun TC2J-RLlA-260T9W-TIL-9P "mi/1999 "I/20W OINVAL MArOG01 i 2 O00-oRI Mamove L QDMK HAfMTY currvruee � oecar - Cr>wlfoF AM _ 2.000 pamw A� aAm ~ aMMWO a cAIn1MCror1Y nwr ;Tm occwpxm f I oDs i OOa AA(Samoa# L%W r» am* Ilan a1r Aw a* s S mmom [uArru.T A1N Awm Tc89,C P•2AOT]3R4•TCT-99 (TERAf) 01/01/1I99 MJo1/Zg00 •rm+�wniurn .. ZL Ail Who Awm mcmabum Surma TQA-tl►r-900T3�:'A•TIITM 06111/19P9 os/01/wq w Mrrw e wOM4MrN17A aur00 1 MOM P, Dulme s rAe 11�uiT A1R0 arn� , v A[pOGrT i AMT AUTO dT1rN Twr AYTe f>.rfrr :�'"'���-�aic MCH0ctrORYL. i M11Mwfli s•cw aCc1Mi1C�10( i IMi11al,A FaM• .AaMRMT[ i ^�•.•• A il/1.i'OMINi♦AAIIAIM TaRJ-IIR-ZdOT"i7fr-!1 cAX,MA.irO 0 1/Ime MAI/ amo R11FW vem, twN1" OK,OR,s*, IIA,Nr,n,1IT,YR,Y1) E vmpaw unw x wtt TC.TF-w-96&r=-M (W71 06/ W"r O6✓01/20W p0aftc OOPW-W Awr: PcL TA-VI-73013O 6.94_WRL ! 06/91/1999 Os T 2000 alirr ' 14Wvvqftgv� Imsuf SEM WN"IL1TATta1 1INTALLATIOM CDNUAL AM AM L1A11L1TY PaICI[s IYCSLNt{ MA *SPAM pr' As AN A11AIT1mAl loop Wn REsulaft In WITT9r CMrTMC►. cm. EMW Is 9-111170 TO TIC 9 MNT AEWIM BY 1 11TEN EMMLWT AS TnW OF THE FOLICT. Mgrmse 01RmeaTIpu AAb &n LIAAIUTT FmII1313 TIrt1LDE VAIMS 01 30hM911011 IV FAVM OF PAN KA01 �!V Y11Et amllaCo cr WrtTM ernsarT 0 MAMA AMr a TM AMyrt � WWAM sN 8001I M N/w■ M asomm myll 710titrr•'. 1111 Ia� CAM oral Snow" M ON& FALA KaN Carry 31— 6M WNVfW MUe« T• To 00"MMTR wlnrA %MAW ro � tW. M6 PRAIRIE AM am pasma To MM OWN M.7l- ANY► NIrr+N ft 49UNTIMI am mmur4r Um FALl1 Rt-Acm, FLORIDA 11416 or MY wum To m boom • - na"Northam &Son L.L.P. Received Time Jul. 1.11:32AM Ptiot Tiae Jul. 1. 11:48AM ' x�rllul. 1. 1999' I:42PM ENRON CORP RISK MGMT''"""" No. 3687 *P. 2/2 ATTALWUT To WTIeIUTf OF INCMARCE elo. a�eei:o•000ee,•i010A-Oo00o0 iur/1�c f/1 CnTIFICATE N=EXl IMMI D- •HAiTER• am" cm. &MIX Oar., bEFEIIOF DW M AND My &ELATM S"UDIIXTART HAT011T C1rT1 AN A MT 01 AM LVT IN AWITIOr TO TMI NnICAKE LIMfT1 OF 'LIAWLITT SO= 10 TIE POLICT FC1 O" E1CIAL GO MRAl LIMILITY, RAIM11 AL►fOWILI LIABILITY AM 1MRITIIE MR M-11 LIANILITV. uouoeUI CO PUSATION FOLICIls APPLY IN ALL RAM F[AIIITTIkG 1*2400 rY PRIVATE OMIEI FXM" WWI tacMUDD, 1 Rectirea Time Jul. 1.11:32AM Print Time Jul. 1. 11:48A1I May-06-00 O2:51Pm From-WILLIS CORROON 4163680100 T-505 P.01/03 F-703 WMLIS CORROUN RISK SOLUTIONS Fax Transmission **RUSH** To John Rinehart F=N1+r Madscdsarr - PUMC Fa.. 954-491-5427 From Judy Huleoop Date May 6. 1999 willas Curroon Telephone (416) 368-9641 Ext. 210 145 King Sum West, Suite 1200 TOrO w. Chtrarw, MSH 118 Fat. (416) 368-9189 Sw)ecuRckrrace: Certificate of Insurance Taal numbzr of pages (sicludmg uus oat) 3 If you have any proolem with uu, ttaosnhssron please W1. Mn,mCe As per our telephone conversation, please find attached Certificate of Insurance issued on your behalf for Palm Brach County. I trust everything to be in order. Should you have any questions or comments, please don't hesitate to call_ Thanks, Idu Judy Hulcoop Administrative Assistant ih 13 13 Il 11 t i 1-1 May-06-00 02:51pm From-WILLIS CORROON 416359/119 CERTIFICATE OF INSURANCE T-505 P.02/03 F-'t03 A) Commerce d Industry Insurance Co. THIS IS TO CERTIFY THAT THE B) Reliance National C) Phencorp Reinsurance Co. located at VARIOUS Of has issued policies of insurance, as described below and identified by a policy number, to the insured named below; and to certify that such polies are in M force and effect at this tine. it is agreed that none of these policies will be canceled or changed so as to affect the interest(s) of the PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS (hereinafter sometimes" called the Owner) without thirty (30) days prior written notice to the Owner of such cancellation or change derivered to the Owner. Insured Madsen/Barr - Philip Urilirie Address 1 7 1 7 A7f.T 5 5 s j Tyr_ Status of Insured: Corporation Partnership_ Individual Location of Operations Insured: ~"� Description of Work: _=u,l gontracr far econs rucrion of Sanita-Ey Sewer Lines Contract 8 WUD-99-48R INSURANCE POLICIES IN FORCE Forms of Coyeraae Policy Number E32iration Dow Worker's Compensation B) NWA011266505 12/31/99 Comprehensive Vehicle Liability -A) CA7666205 3 nj�1.L9.9.,..�. Comprehensive General Liability cZ L1525551 10/31 /99 Excess Lieblltty 34a 31 99 Others (Please specify type) , C) Property,, - uC4006 „1.1 /30/99.._ POLICY INCLUDES, BUT IS NOT LIMITED TO COVERAGE FOR: I. Additional Insured YES NO x 2. Comprehensive vehicle liability for all owned, hired and non -owned vehicles x 3. Comprehensive general liability including,but not limited to: YES NO Premises - Operations X_ Explosions and Collapse Hazard x A-13 1 CERTIFICATE OF INSURANCE THIS IS TO CERTIFY THAT THE located at of has issued policies of insurance, as described below and identified by a policy number, to the insured named below; and to certify that such policies are in full force and effect at this time. It is agreed that none of these policies will be canceled or changed so as to affect the interest(s) of the PALM BEACH COUNTY BOARD OF COUNTY ' COMMISSIONERS (hereinafter sometimes' called the Owner) without thirty (30) days prior written notice to the Owner of such cancellation or change delivered to the Owner. ' Insured Address Status of Insured: Corporation Partnership Individual Location of Operations Insured: Description of Work: 1 1 1 1 1 INSURANCE POLICIES IN FORCE Forms of Coverage Policy Number Expiration Date Worker's Compensation Comprehensive Vehicle Liability Comprehensive General Liability Excess Liability Others (Please specify type) POLICY INCLUDES, BUT IS NOT LIMITED TO COVERAGE FOR: 1. Additional Insured 2. Comprehensive vehicle liability for all owned, hired and non -owned vehicles Comprehensive general liability including,but not limited to: Premises — Operations Explosions and Collapse Hazard A-13 YES NO YES NO Illiy-06-oo OY:51am From...... CORR00N 416368o1B0 T-505 P.03/03 F-703 Underground Hazard iProducts/Completed Operations Hazard X Broad Form Property Damage -..� x Independent Contractors Pe --- Contractual Liability x Personal Injury x Crow Liability and Severabil ty of x Interest Clause 4. Property Damage including, but not limited to: Fire x Extended Coverage , x x Vandalism Malicious Mischief x ATTACH COVERAGE PAGER: ATTACH EXECUTED COPY OF POLICY(IES): NOTE: Entries on this certificate and attachments are limited to the Authorized ' Agent or Insurance Company Representative. Date Issued - WILLIS CORROON �roker/ insurance Agent of Company END OF SECTION "4 WILLS C;;:1PCk"ON SEAL) Insure /Broker *10" — Authofized Representative Underground Hazard Products/Completed Operations Hazard Broad Form Property Damage Independent Contractors Contractual Liability Personal Injury Cross Liability and Severability of Interest Clause 4. Property Damage including, but not limited to: Fire Extended Coverage Vandalism Malicious Mischief ATTACH COVERAGE PAGE(S): ATTACH EXECUTED COPY OF POLICY(IES): NOTE: Entries on this certificate and attachments are limited to the Authorized Agent or Insurance Company Representative. Date Issued at Insurance Agent of Company END OF SECTION A-14 SEAL) Insurance Company Authorized Representative r. 1 L] E FLORIDA PERFORMANCE BOND BOND NO. 190768569 AMOUNT: $100.000 KNOW ALL MEN BY THESE PRESENTS: that we, Madsen-Barr/PUMC a Delaware Corporation, as Principal (hereinafter called Contractor), whose address is 1117 NW 55 Street, Port Lauderdale, FL 33309 and American Casualty Company of Reading, Pennsylvania a Corporation duly organized and existing under and by virtue of the laws of the State of Pennsylvania, as Surety (hereinafter called Surety), and authorized to transact business within the State of Florida, whose address is Two World Trade Center, NY, NY 10048 are held and firmly bound unto the BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA, as OBLIGEE (hereinafter called Owner), in the sum of One Hundred Thousand & 00/100 Dollars ($100,000.00--- ------ ), lawful money of the United States of America, for the payment of which, well and truly be made to the OWNER, the CONTRACTOR and the SURETY bind themselves and each of their heirs, executors, administrators, personal representatives, successors, and assigns, jointly and severally, firmly by these presents as follows: THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT: Whereas, the CONTRACTOR has executed and entered into a certain written Contract hereto attached, with the OWNER dated , to furnish at his own cost, charges and expense all the necessary materials, equipment, supplies and/or labor in strict and express accordance with said Contract and the Specifications prepared by the Owner's Engineers, Palm Beach County Water Utilities Department, all of which is made a part of said Contract by certain terms and conditions in said Contract more particularly mentioned, which Contract, consisting of the various Contract Documents specifically mentioned herein and relative thereto, is made a part of this Bond as fully and completely as if said Contract Documents were set forth herein; NOW THEREFORE, the conditions of this obligation are such that if the above bounden CONTRACTOR shall in all respects fully, promptly and faithfully comply with the terms and conditions of said Contract Documents (which include the Specifications and conditions as prepared by said Consulting Engineer's Advertisement for Sealed Bids, Instructions to Bidders, the CONTRACTOR'S Bid as accepted by the above Owner, the Bid Bond and Contract Performance and Payment Bonds, all Addenda and Written Amendments, if any, issued prior to the opening of bids and Change Orders), and shall indemnify and save harmless the above OWNER against and from all costs, expenses, damages, attorney's fees, including appellate proceedings, injury, or loss to which said OWNER may be subject by reason of any wrong doing, misconduct, want of care or PBCWUDENGWW PRB-1 WUD 99-48 ' skills, negligence, failure to petition within the prescribed time, or default, including patent infringements, on the part of said CONTRACTOR, his agents or employees, in the execution or performance of said Contract; then this obligation shall be void; otherwise to remain in full force and effect for the term of said Contract, including any and all guarantee periods as specifically mentioned in said Contract Documents; 1 11 I I AND, the said Surety for value received hereby stipulates and agrees that no change involving any extension of time, or alteration or addition to the terms of the Contract or to the Work to be performed, or materials, equipment or supplies to be furnished thereunder, or in the Specifications accompanying the said Contract shall affect the said Surety's obligation under this Bond and the said Surety does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to the Work, or to the Plans, Drawings and Specifications or any other changes, compliance or noncompliance to the terms of the Contract or to the Work or to the Specifications. Any suit under this Bond must be instituted within four (4) years from the date the cause of action accrued. IN WITNESS WHEREOF, the above parties bounden together have executed this instrument this 29tL day of April 1999 , with the name and corporate seal of each corporate party being hereto affixed and those presents duly signed by its undersigned representative, pursuant to the authority of its governing body. CONTRACTOR: ATTEST: i (SEALY PBCWUDPNGWW PRB-2 (Principal) Madsen-Barr/PUMC (Signattt-re) (Title) Address 1117 NW 55 Street Fort Lauderdale, FL 33309 WUD 99-48 SURETY: h ,� ATTEST: (SEAL) (F �da Resident Agent) es W. Dunn American Casualty Company of Reading, Pennsylvania (Surety) (Signature) Attorney -In -Fact (Title) Address Two World Trade Center New York, NY 10048 Pamela K. Rife (Attorney -in -Fact) IMPORTANT: Surety companies executing this Bond must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. j:161TITPl 119 END OF SECTION PRB-3 WUD 99-48 WILLIS C:ORROON Uu n�1,Url l I :.ni�rNv„ ~Hilt 9'331 Tu��,yn, I� 1. aab11� I del,hnur 81:1` 2H1-21107, u.� 1,111:31, 2h1- 23-4 To Whom It May Concern: This letter serves to confirm that I, James William Dunn, am a Florida Licensed Resident Agent with American Casualty Company of Reading Pennsylvania. Sincerely, AMERICAN CASUALTY COMPANY OF READING PENNSYLVAN'IA James William Dunn Florida Licensed Resident Agent /kaw FLORIDA PAYMENT BOND I I 1 I BOND NO. 190768569 AMOUNT: $100.000 KNOW ALL MEN BY THESE PRESENTS: That we, Madsen-Barr/PUMC , a Delaware Corporation, as Principal (hereinafter called CONTRACTOR), whose address is 1117 nw 55 Street, Fort Lauderdale, FL 33309 and 06h1fiP ;t-fflJ-$afiyWpany of a Pennsylvania Corporation, as Surety (hereinafter called Surety), duly organized and existing under and by virtue of the laws of the State of PA , and authorized to transact business within the State of Florida, whose address is,Two World Trade Center, NY, NY 10048 are held and firmly bound unto the BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA as OWNER (hereinafter called Obligee), in the sum of: One Hundred Thousand 00/100 Dollars ($1oo,000.00--------- a, lawful money of the United States of America, for the payment of which, well and truly be made to the Obligee, the Contractor and the Surety bind themselves and each of their heirs, executors, administrators, personal representatives, successors and assigns, jointly and severally, firmly by these presents as follows: THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT: Whereas, the CONTRACTOR has executed and entered into a certain written Contract hereto attached, with the OWNER dated , to furnish at his own cost, charges and expense all the necessary materials, equipment, supplies and/or labor in strict and express accordance with said Contract and the Specifications prepared by the Owner's Engineers, Palm Beach County Water Utilities Department, all of which is made a part of said Contract by certain terms and conditions in said Contract more particularly mentioned, which Contract, consisting of the various Contract Documents specifically mentioned herein and relative thereto, is made a part of this Bond as fully and completely as if said Contract Documents were set forth herein; NOW, THEREFORE, the conditions of this obligation are such that if the above bounden CONTRACTOR shall promptly make payments to all persons furnishing materials, equipment, supplies and/or labor used directly or indirectly by said Contractor or any subcontractors in the prosecution of the Work provided for in said Contract in accordance with Florida Statutes, Section 255,05 or Section 713.23; then this obligation shall be null and void and of no further force and effect; otherwise to remain in full force and effect; AND, the said Surety for value received hereby stipulates and agrees that no change involving any extension of time, or alteration or addition to the terms of the Contract or to the Work to be performed, or materials, equipment or supplies to be furnished thereunder, or in the Specifications accompanying the said Contract shall affect the said PBCWUDENGWW PMT-1 WUD 99-48 r7 LI Surety's obligation under this Bond and the said Surety does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to the Work, or to the Plans, Drawings and Specifications or any other changes, compliance or noncompliance to the terms of the Contract or to the Work or to the Specifications. Claimant shall give written notice to the Contractor and to the Surety as required by Florida Statutes, Section 255.05 or Section 713.23. Any actions against the Contractor or the Surety shall be brought within the time specified by Section 255.05 or Section 713.23. This Bond is issued to comply with Section 255.05 of the Florida Statutes re, a9 rding payment of all persons defined in Section 713.01 of the Florida Statutes (Mechanics Lien Law). All such persons must file a claim under this bond within the specified time limitations contained in Section 255.02(2) of the Florida Statutes. IN WITNESS WHEREOF, the above parties bounded together have executed this instrument this day of April 29, 1999 with the name and corporate seal of each corporate party being hereto affixed and those presents duly signed by its undersigned representative, pursuant to authority of its governing body. CONTRACTOR: ATTEST: t 1 (SEAL) SURETY: Madsen-Barr/PUMC (Principal) (Signature -'- (Title) Address 1117 NW 55 street Fort Lauderdale, FL 33309 American Casualty Company of Reading, Pennsylvania (Surety) PBCWUDENGWW PMT-2 WUD 99-48 1 POWER OF ATTORNEY APPOrgrINO INDIVIDUAL ATTORNEY —Pr —FAO i Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois ocrnoration, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERiCAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CNA Surety Companies"), are duiy organized and existing corporations having their princioai offices ir, the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Rosalie A. Moresco, Fameia K Rife, Mark Fl=herald, Elizabeth Marrero..Individualiv of New York, New York their true and lawful Attomey(s)-in-Fact wth full power and authority hereby conferred to sign, seal and execcrte for and. on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Uniimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duiy authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. IThis Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed an the reverse herecf, duiv adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 13th day of December , 1996 %NSUCONTINENTAL CASUALTY COMPANY �� � �ytc ' +}� NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA O + 2! r Jt1LY 7i. c: SEAL 't• a. �� •";r I9g2 ,r t 897 � kAA�� � • M.C. Vonrhme Group Vice President ' State of Illinois, County of Cack, ss: On this 13th clay of December 199E , before me personally came M. C. Vonnanme , to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Darien , State of Illinois; 'that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FiRE INSURANCE COMPANY OF HARTFORC, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that -they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges ' same to be the act and deed of said corporations. a� i. Par W NOTARY r ' PUBLIC •l�L�lJ1�. 1 • 1 `�•�4�, . 1 My Commission Expires June 5, 2000 Eileen T. Pachuta Notary Public CERTIFICATE 1 I, John M. Littler , Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each carporation.printed on the reverse herecf are still in force. In testimony whereof I have hereunto sumcribeo my name and affixed the s,.)21s of the said corporations this 29th day of April 1999 i �orwaMr� F y Qc7 SEAL 78ti7 (Rev,7/1 d/95) NiSUR, HAt CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPA NY OF READING, PENNSYLVANIA � W- John M. Littler Assistant Secretary CNA INSURANCE COMPANIES AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA STATEMENT OF ASSETS AND LIABILITIES December 31, 1997 ASSETS: Cash 3 667,306 Short-term investments (principally U.S. Government Obiigations) 40,393,574 United States Government obligations 714,216,832 Other public bonds 187,383,428 Industrial and miscellaneous bonds 41,469,233 Preferred stocks Common stocks of affiliated companies 289,109,872 Other common stocks 1,611,732 Real Estate 408,229 Premiums and agents' balances in course of collection 63,558,272 Premiums, agents balances and installments booked but deferred and not yet due 21,287,575 Accrued retrospective premiums 33,373,309 Accrued interest dividends and rents 10,416,307 Cther Assets 71,152,473 Admitted Assets $ 1,475,148,142 LIABILITIES: Unearned premium reserve $ 129,705,862 Reserve for loss and loss adjustment expense 822,040,713 Reserve for taxes, licenses and fees Gncluding federal income taxes) 5,347,154 Other liabilities 31,973,069 1� TotallUabilities 5 989,066,798 SURPLUS: Capital paid up 455.00 par value) Shares authorized: 2,000,000 issued_ 840,000` $ 4,200,000 Surplus 481, 881,343 Surplus as Regards Policyholders 486,081,343 Total 1,475,148,141 f] ii 1 Failure of items to add to Wtals shown is due to rounding. State of Illinois ) ) ss County of Cook) On this 20th day of April, 1997, before me came Patricia L. Kubera and Mary A. Ribikawskis, known to me personally to be the Group Vice President and the Assistant Secretary, respectively, of the American Casualty Company of Reading, Pennsylvania being fully swum, certify and attest that the foregoing statement is a true and correct statement of the assets and liabilid of the said company as of the date sho in th LL "_e/ -- 221� � — Mary kJbikawslds, Assistant5ecretary Patricica L Kubera, Group Vice -President Notary Public "OFFICIAL SEAL" i 40 MARY JO ABEL NOTARY PUBLIC, STATE OF ILLINOIS ; i my Commission Expires liar. 6. 2000 r�oo11 N000��Ho*♦�NI Iti�i� aW"NAAMLaW 9?-*1 7 ACCO 4M744 8:19 AM No Text