Loading...
R09-094 ff 1 2 RESOLUTION NO. R09-0qi 3 4 A RESOLUTION OF THE CITY COMMISSION OF 5 THE CITY OF BOYNTON BEACH, FLORIDA, 6 APPROVING THE "PIGGY-BACK" OF A TOWN OF 7 PALM BEACH CONTRACT RFP 2008-23 WITH AUI, 8 LLC., OF JACKSONVILLE, FLORIDA, FOR 9 CLEANING AND EVALUATING STORM AND 10 SANITARY LINES AND STRUCTURES IN THE 11 AMOUNT OF $1,248,938.13, PLUS A 10% 12 CONTINGENCY OF $124,893.82 FOR A TOTAL 13 BUDGET APPROPRIATION OF $1,373,831.94; 14 AUTHORIZING THE MAYOR AND CITY CLERK 15 TO EXECUTE AN AGREEMENT; AND PROVIDING 16 AN EFFECTIVE DATE. 17 18 WHEREAS, City staff has confirmed that the Town of Palm Beach has complied 19 with Public Contract Bid requirements which equal or exceed the City of Boynton Beach's 20 requirements; and 21 WHEREAS, upon recommendation of staff, it is the City's desire to "piggy-back" 22 a Town of Palm Beach Contract RFP 2008-23 and enter into an Agreement with AUI, 23 LLC., of Jacksonville, Florida for cleaning and evaluating storm and sanitary lines and 24 structures in the amount of 1,248,938.13, plus a 10% contingency of $124,893.82 for a 25 total budget appropriation of $1 ,373,831.94. 26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 27 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 28 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed 29 as being true and correct and are hereby made a specific part of this Resolution upon 30 adoption. 31 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby S:ICAIRESO\AgreementsIBid Awards\Piggy-Back Palm Beach - AUI.doc II 1 approves the "piggy-back" of a Town of Palm Beach Contract RFP 2008-23 and 2 authorizes the Mayor and City Clerk to enter into an Agreement with AUI, LLC., of 3 Jacksonville, Florida for cleaning and evaluating storm and sanitary lines and structures in 4 the amount of 1,248,938.13, plus a 10% contingency of $124,893.82 for a total budget I 51 appropriation of $1,373,831.94, a copy of the Agreement is attached hereto as Exhibit I 6 "A", 7 Section 3. That this Resolution shall become effective immediately. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ATTEST: 28 29 30 31 32 33 34 35 36 37 ( 38 PASSED AND ADOPTED this 6U day of July, 2009. CITY OF BOYNTON BEACH, FLORIDA , "Y' / I. . ../ ..-,/"'./ '.'. . . -, "1 ,I . .(z.~ 7 ,of jL ... Ir' -- . 'l. /. ... MaY~2r ~Je.J Taylq( .' / ~ r \ -/'/" ?{ ~~<j/A ~~ ~~kJ Commissioner - Ronald Weiland ,/ / ~_..- Commissioner - 7/~ Commissioner - Marlene Ross Yn,p~ S:ICAIRESO\AgreementsIBid AwardsIPiggy-Back Palm Beach - AUI.doc ffo,-Of/Jf AGREEMENT FOR CLEANING AND EV ALUA TING STORM AND SANITARY LINES AND STRUCTURES This Agreement is made as of this _ day of , 2009 by and between AUI, LLC of Jacksonville, Florida, a Foreign Limited Liability Company, authorized to do business in Florida, with offices at 7540 103rd Street, Suite 116, Jacksonville, Florida 33069 ("Vendor"), and The City of Boynton Beach, a Florida municipal corporation, with an address at 100 East Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "City"). RECITALS WHEREAS, the City is utilizing a program to identify and rehabilitate portions of the gravity wastewater conveyance system to reduce infiltration and inflow ("1&1"), which is to reduce the 1&1, restore the structural integrity of the pipe and manholes to insure their proper operation and to reduce treatment costs by excess water entering the conveyance system; and WHEREAS, the first, second, third and forth phases were of the 1&1 were approved by the City Commission with AUI, LLC of Jacksonville, Florida as the approved contractor to begin the cleaning, televising and reporting stage of the program; WHEREAS, the City desires to continue this program and begin Phase V of the line cleaning and televising work; and WHEREAS, Exhibit "A" outlines the area in which the services will be performed under this Agreement; and WHEREAS, the Town of Palm Beach publicly requested proposals for similar services under RFP 2008-23; and WHEREAS, Vendor submitted a proposal in response to the Town of Palm Beach's Request for Proposals; and WHEREAS, after receipt of said proposal from Vendor, the Town of Palm Beach entered into a contract with Vendor to provide cleaning and evaluating storm and sanitary lines and structures services, a copy of which is attached hereto and made a part hereof as Exhibit "B" ("Palm Beach Contract"); and WHEREAS, the City has reviewed the scope of services and prices of the competitively bid Palm Beach Contract and has determined that it is in an agreement that can be utilized by the City to provide said services to the City of Boynton Beach; and WHEREAS, the Vendor has acknowledged that it will extend the prices from the contract with the Town of Palm Beach to the City of Boynton Beach; and WHEREAS, City desires to retain the Vendor based on the Palm Beach Contract; and Page 1 S:\CA\AGMTSIPiggyback (AUI-Utilities),doc WHEREAS, at its meeting of , the City Commission of the City of Boynton Beach authorized the proper City officials to enter into an Agreement with Vendor; and WHEREAS, the City Commission finds that the Town of Palm Beach complied with Public Contract Bid requirements which are equal to or exceed Boynton Beach's requirements, that it is in the best interest of the City to utilize the competitive bidding process employed by the Town of Palm Beach, and to award an Agreement to Vendor along the same terms and conditions as set forth within the Agreement between the Town of Palm Beach and Vendor, except as amended herein. NOW THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT Section 1. this Agreement. The foregoing recitals are true and correct and are hereby incorporated in Section 2. Attached hereto and incorporated herein by reference as Exhibit "B" is the Palm Beach Contract referred to above. The terms and conditions of the Palm Beach Contract shall govern the relationship between the City and the Vendor, except as amended below: A. All references to the Town of Palm Beach shall be deemed as references to the City of Boynton Beach. B. All Notices to the City shall be sent to: City: Kurt Bressner, City Manager City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, Florida 33435 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Copy: James A. Cherof, City Attorney Goren, Cherof, Doody & Ezrol, PA. 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, FL 33308 Telephone: (954) 771-4500 / Facsimile: (954) 771-4923 C. The location of the services to be performed by Vendor under this Agreement is outlined in the map attached hereto as Exhibit "A". D. The price list for the services to be performed by Vendor under this Agreement, totaling $1,248,938.13, is attached hereto Exhibit "C". Page 2 S:\CA\AGMTSIPiggyback (AUI-Utilities),doc EXHIBIT" A" MAP Page 5 S:\CA\AGMTSIPiggyback (AUI-Utilities).doc Section 3. In the event that the Palm Beach Agreement is amended, or terminated, Vendor shall notify the City within ten (10) days. In the event the Palm Beach Agreement is amended or terminated prior to its expiration, this Agreement shall remain in full force and effect, and not be deemed amended or terminated, until specifically amended or terminated by the parties hereto. Section 4. The Vendor agrees that in the event it enters into an Agreement for the same (or substantially similar) scope of services with another local government in Florida which contains a term or condition, including fees, charges or costs, which the City determines to be more favorable than the terms in this Agreement, the parties shall enter into an Addendum to provide those terms to the City. Section 5. The insurance required shall require that the Certificate of Insurance name the City of Boynton Beach as an additional insured. Section 6. In all other aspects, the terms and conditions of the Palm Beach Contract are hereby ratified and shall remain in full force and effect under this Agreement, as provided by their terms. N WITNESS OF THE FOREGOING, the parties have set their hands and seals the first written above. CITY OF BOYNTON BEACH, FLORIDA ... By: ~ --..... ~~i- I ,;-tf,~ / . ayo~ '\,.. l-' __ AUI, LLC OF JACKSONVILLE, FLORIDA WITNESSES: Q 17 17 ~~6~~ Cc"y . ';2- i'? ~_ /)jl/Yl1il~J/ Print Name: 60f2.,')o0 ~?. ~I~ Title: vP ~1,J ~ss 1)€"~~61J1 BY: ATTEST: SECRETARY Page 3 S:\CA\AGMTS\Piggyback (AUI-Utilities).doc STATE OF F/;u ., /0-'-> /) ,... : ss: ;,. ,-1. .1 ,{ 11"'-" ..tJ:. f.cI......:. COUNTY OF ON THIS ~ day of ,>>:.i tf . ' 2009, before me, the undersigned notary public, personally appeared .J)/- i.-'-~ /1...",...,I...L.I:::._ , personally known to me, or who has produced f L. .a Wt: .;~:> ""~o.J IYtJY'.},'j' 1;'ll4 as identification, and is the person who subscribed to the foregoing instrument and who acknowledged that he executed the same on behalf of said Corporation and that he was duly authorized to do so. IN WITNESS WHEREOF, I hereunto set my hand and official seal. ; C.. ); "'" LL_I. .f~--- NO'If.:J'y Pl!BLIC '\ ' . f A Ii/} ,,: .iJ, ,/ -I/;J Print or pe Name My Commission Expires: NOTARY PUBUC-STATE OF FLORIDA :'i"~ Stephanie D. Kahn ~, ,} Co~missjon # ~D873790 .,........ Expll'es: lvl'i Y 22 20 I j BONDED THRU ATLA.\'T1C gO;'; I)!::';" '~n );.;(' Page 4 S \CA\AGMTS\Piggyback (AUI-Utilities).doc EXHIBIT B AGREEMENT BETWEEN TOWN OF PALM BEACH AND AUI, LLC OF JACKSONVILLE, FLORIDA Page 6 S:\CA\AGMTS\Piggyback (AUI-Utilities),doc TOWN OF PALM BEACH RFP NO 2008-23 Cleaning and Evaluation of Storm and Sanitary Lines and Structures Purchasing Division * * * * * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * Finance Department * * * * * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * TOWN OF PALM BEACH * 951 OLD OKEECHOBEE ROAD * WEST PALM BEACH * * FLORIDA * 33401 TOWN OF PALM BEACH RFP NO 2008-23 Cleaning and Evaluation of Storm and Sanitary Lines and Structures TABLE OF CONTENTS Subiect Paae Number Cover .'..."........" ....,..,..,...., .......,'.... .....,....,...."........",..,... ......",... ......,.............." ...........,.. ...... 1 Table of Contents.........."...... ..................' .........,..........,..........................,........,.." ...... ..........,...2 Advertisement....,... ........"...... .......,.. .......,'.,.....',............,..... .....". .......".. .......".....,...., ....... ,......3 General Conditions....."......".....".,....".",.,..,.,...,..,.....,..,....."......."....."".".".,..,....4 Part I - Proposal Guidelines '...................".,...,............,.......,...."..................."....,".........,..',.... 6 Part II - Nature of Services Required .......................................................................................11 Part III - Proposal Requirements.............................................................................................. 35 Part IV - Evaluation of Proposals ............................................................................................. 38 Price Proposal Submittal....,................., .................... ....., ... ................, .......... ..............,.,..,........40 Proposers Qualifications..........,.................."....,.."...,....".. ........,....."........."" ...............,...,......45 List of Professional References.,.........".......,.....,."".......,...........,......."..,....""".............,........ 46 Drug-Free Certification.",..........."......".........,......."... ......".. ................".......,....., ...........,..,......47 Cooperative Purchasing..,... .......",.......',.,.....,'....,..."........'".....,..".......".......,...., .......,.",........,48 Subcontractor List",.........",.".....",.,....",..........,..,.........,.,...................".....................,.......,..... 49 Evaluation Criteria...........""..,....,...........,.,......"......."."..,.".................".,....."......"....".......,.". 51 RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 2 TOWN OF PALM BEACH Advertisement for Reauest for Proposals RFP NO 2008-23 Cleaning and Evaluation of Storm and Sanitary Lines and Structures Sealed proposals for an Annual Contract for Cleaning and Evaluation of Storm and Sanitary Lines and Structures, will be received by the Town of Palm Beach at the Office of the Purchasing Agent, 951 Old Okeechobee Road, Suite D, West Palm Beach, Florida 334501, until Julv 16. 2008 at 2:00 P.M. Any proposal received after the designated closing time will be returned unopened, A pre-proposal conference will be held at 10:00 a.m. on June 25, 2008 at the Public Works Office, located at Suite A, 951 Old Okeechobee Road, West Palm Beach, Florida. Attendance is not mandatory. After the RFP has been awarded, no extra charge or compensation will be allowed as a result of failure to attend the conference. An original and five (5) copies of the proposal shall be submitted in sealed envelopes/packages addressed to Lynda S. Venne, Purchasing Agent, Town of Palm Beach, Florida, and marked "RFP NO . 2008- 23 - Cleanina and Evaluation of Storm and Sanitary Lines and Structures. Proposers desiring information for use in preparing proposals may obtain a set of such documents from the Purchasing Office, 951 Old Okeechobee Road, Suite D, West Palm Beach, Florida 33401, Telephone (561) 838-5406 or copies of the RFP requirements may also be obtained by visiting the Town's website at www.townofpalmbeach.com. (click "Doing Business, /I click "Sealed Bids / Request for Proposals" and follow the instructions). The Town reserves the right to accept or reject any and all RFPs and to waive any technicalities or irregularities therein. The Town further reserves the right to award the contract to that proposer whose proposal best complies with the RFP specification. No proposer may withdraw their RFP for a period of sixty (60) days from the date set for the opening thereof. Lynda S. Venne, CPPB Purchasing Agent Dated: June 15, 2008 June 22, 2008 Published: Palm Beach Post RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 3 Town of Palm Beach RFP No. 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures RFP MUST BE RECEIVED PRIOR TO JULY 16. 2008 AT 2:00 PM AT WHICH TIME RFP WILL BE OPENED General Conditions, Instructions and Information for Proposers This RFP, General Conditions, Instructions to Proposers, Special Conditions, Specifications, Addenda and/or any other pertinent document form a part of this proposal and by reference are made a part thereof, 1, GENERAL INFORMATION The TOWN shall make the determination as to whether any alternate product or saNiee is or is not equel, end such determinetion sheil be final and binding upon all bidders, These documents constitute the complete set of specification requirements and bid forms. Bid Proposal. response is to be fliled in, signed, sealed and meiled or presented to the Purchasing DIVISion on or before the specified dale and time. It. is sole responsibility of the bidder to ensure that his/her bid reeches the Purchasing Olv,slon on or before the clOSing date and time, The TOWN shail in no wey be responsible for delays caused by any other occurrence, Offers by telephone, telegram or facsimile wiil not be accepted, The bid time must be and shail be scrupulously observed, Under no circumstances wiil bids delivered after the time specified be considered, Such bids sheil be returned to the vendor unopened, All bids must be typewritten or written in ink, and must be signed in ink by an officer or employee having authority to bind the company or firm, Bidders shail not be eilowed to modify their bids after the opening date and time, Bid files may be examined during normal working hours, after bid opening, by appointment only, For information concerning this bid, please contact: Town of Palm Beach Purchasing Depertment 951 Old Okeechobee Road, Suite "0" West Pelm Beach, FL 33401 (561) 838-5406 2. PRICElOELIVERY Price quoted must be the price for new merchandise and free from defects, Any bids containing modifying or, "escalator" clauses will not be considered unless specifically requested in the bid specifications. "Acceptance" as herein used means the acceptance by Town of Palm Beach, herein referred to as TOWN, after the Purchesing Agent or his authorized agent has, by inspection or test of such items, determined that they fuily comply with specifications, Deliveries of all items shall be made as soon as possible. In the appropriate blank on the bid form, the vendor must indicate the best delivery date after receipt of order (ARO), Deliveries resulling from this bid are to be made during the normal working hours of the TOWN, Time is of the essence and the bidder's delivery date must be specified end edhered to, Should the bidder, to whom the order or contract is awarded, fail to deliver on or before his/her stated date, the TOWN reserves the right to CANCEL the order or contract and make the purchase elsewhere, The successful bidder(s) shail be responsible for making any end ell claims against carriers for missing or damaged items. 3. FEDERAL AND STATE TAX TOWN Is exempt from Federal end State Taxes for tangible personal property, The PurchaSing Agent wlil sign an exemption certificate submitted by the successful bidder. Vendors or contractors doing business with the TOWN shall not be exempted from paying seles tax to their suppliers for materials to fulfiil contractual obligations with the TOWN, nor shall any said vendor or contractor be authorized to use the Town's tax exemption number in securing such materials. 4. ACCEPTANCE I REJECTION TOWN reserves the right to accept or to reject eny or ail bids and meke the award to that bidder, who in the opinion of the TOWN wiil be in the best interest of end/or the most advantageous 10 the TOWN, TOWN aiso reserves the right to reject the bid of eny vendor who has previously failed in the proper performance of an award or to deliver on time contracts of a similar nature or who is not in a position to perform properly under this award. TOWN reserves the right to waive eny irregularities and technicalities and may. at its discretion, request are-bid. 5. ALTERNATIVES I APPROVEO EQUAL I DEVIATIONS Unless otherwise specified, the mention of the particuler menufacturers brand name or number in the specifications does not imply that this particuler product is the only one that will be consIdered for purchase. This reference is intended solely to designate the type or quality of merchandise that will be acceptable. Alternate offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with alternate offers may be cause for disqualification of the bid. The bidder shall be responsible for reading cerefully, and understanding completely, the requirements and specifications of the items bid upon. Any deviation from specifications listed herein must be clearly indiceted, otherwise it will be considered that ilems offered are in strict compliance with these specifications, and the successful bidder will be heid responsible, Therefore deviations must be explained in detail on en attached sheet(s) and itemized by number. Any item(s) thet do not meet the TOWN specificetions upon delivery will not be accepted and If the item cannot be brought up to specifications in a reasonable time (reesonable time as determined by TOWN), the bidder will be required to compensate the TOWN for difference in price Incurred from going to the next low bidder, 6. NO BID Where more then one item is listed, eny items not bid upon shall be indicated -NO BID: If no items are bid on, the 'Statement of NO BID" should be returned, with the envelope plainly merked "NO BIO" end with the bid number. Failure to do so wili be an indication that the bidder does not wish to be considered for future bids. 7. NON-COLLUSION Bidder certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same materials, services, supplies or equipment, and is in all respects fair and without collusion or fraud. No premiums, rebetes or gratuities permitted: either with. prior to or efter any delivery of material or provision of services. Any such violation may result in contract cancellation, return of materials or discontinuation of services and the possible removal from the vendor bid Iist(s). 8, CONFLICT OF INTEREST The award is subject to provisions of State Statutes and Town Ordinances, All bidders must disclose with their bid the name of any officer, director or agent who is also an employee of the TOWN, Further, all bidders must disclose the name of any Town employee who owns, directly or indirectly, an interest of ten (10) percent or more in the bidder's finn or any of its branches. 9, LEGAL REQUIREMENTS Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shell in no way be a cause for relieffrom responsibility, (a) Vendors doing business with the TOWN are prohibited from discriminating against any employee, applicant or client because of race, creed, color, national origin, sex, age or non-disqualifying physical or mental disebility, with regard to but not limited to the following: empioyment practices, rates of payor other compensation methods. end training selection, (b) Identical Tie Bids/Proposals shall be awerded in accordance with the preference established in Section 287,087, Florida Statutes, to a vendor submitting the attached Drug-Free Workplace Certification form properly completed end certified. in the event that tie bids are received either from vendors who have ell submitted e Orug-Free Workplace Certification or none of whom who have submitted such certification, the award will be mede in accordance with TOWN purchasing procedures pertaining to tie bids. (c) A person or effiliate who has been pieced on the convicted vendor list follo,.;ng a conviction for a public entity, crime may not submit a bid on a contract to provide any goods or services to a public entity may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of reel property to a public entity, may not be ewerded or perform work as e contractor, supplier, subcontractor or consultant under a contract with any public entity, and may no' transact business with any public entity in excess of the threshold emount provided in Section 287,017. for CATEGORY TWO(Currenlly $25,000) for e period of 36 months from the date of being placed on the convicted vendor list. 10. UNIFORM COMMERCIAL COOE The Uniform Commercial Code (Florida Statules, Chapter 672) shall prevail as the basis for contractual obligations between the awarded contractor/vendor and 'he TOWN for any terms and conditions not specifically stated in the Invitation to Bid. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 4 11. MISTAKES 24. CERTIFICATIONS In the event of extension error(s) the unit price will prevail and the bidde~s total offer will be corrected accordingly. In the event of addition errors. the extended totals will prevail and tha bidder's total will be corrected accordingly, If there is a difference between the writtan price and the numericel price, the written price shall preveil. Bidders must check their bid proposal where appliceble, Failure to do so wili be at the bidder's risk, Bids having erasuras or corrections must be initialed in Ink by the bidder. 12. AVAILABILITY OF FUNDS The obligations of the TOWN under this award are subject to the availability of funds lawfuliy appropriated for its purpose by the Town Council. 13. EEO STATEMENT TOWN is committed to assuring equal opportunity in the award of contracts and, therefora, complies with all laws prohibiting discrimination on the basis of race, color, religion, national origin. sex, age and non-disqualifying physical or mantal disability, 14. 810 TABULATION Bidders desiring a copy of the bid tabulation of the Invitation to Bid may request same by enclosing a seft.addressed stamped envelope with their bid, 15. BIO FORMS AIi bid proposels must ba submitted on our standard Invitation to Bid form, Bid proposals on vendor quotation forms wili not be accepted, 16. POSTING OF BID TABULATIONS Bid tabulations with recommended awards will be posted for review by interested parties at the Purchasing Division prior to submission through the appropriate approval process and will remain posted for a period of three (3) celendar days, Failure to file a protest to the Purchasing Agent within the time prescribed shall constitute a waiver of proceedings, 17. CONTRACTUAL AGREEMENT This Invitation to Bid shall be included and incorporated in the final award, The order of contractual precedence will be the purchase order or price agreement bid document (original Terms and Conditions) and response, Any and all legal action necessary to enforce the award will be held in Palm Beach County and the contractual obligations wili be interpreted according to the iaws of Florida, Any additional contract or agreement requested for consideration by vendor must be enclosed as part of the bid response. 18, SUBCONTRACTING If a vendor subcontracts any portion of a contract for any reason, he/she must state the name and address of the subcontractor and the name of the contact person on the attached "Schedule of Subcontractors Form," TOWN also reserves the right to reject a bid of any bidder If the bid names a subcontractor who hes previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not In a position to perform properly under this award. TOWN reserves the right to make a determination as to the foregoing, 19. INFORMATION Any questions by prospective vendors should be directed to the Purchasing Division contact. noted on page no. 1, who is authorized only to direct inquiries to various portions of the bid so bidders may read and interpret such for themselves, No authorization is allowed by Purchasing personnel to interpret, or give information as to bid requirements in addition to that, which is contained in the original bid document. Interpretation of the bid or additional information as to its requirements, where necessary, shall be communicated to bidders only by written addendum. 20. AWARDS As the best interest of the Town Council may require, the right is reserved to make award(s) by individual commodities/services, all or none or any combination thereof, A bidder desiring to bid "No Charge' must so indicate, otherwise the bid will be construed as incomplete and may be rejected, 21. PRICES QUOTED Bidder warrants by virtue of bidding that prices shall remain firm for a period of sixty (60) days from the date of bid opening or time stated in Special Conditions. 22. PAYMENT Payment will be made by the TOWN after commodities/services have been received, accepted and properly invoiced as indicated in contract andlor order. Invoices must bear the order number Payment shall be made within 30 days of suell acceptance. 23, DISCOUNT Bidders may offer a discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for bid evaluation purposes unless otherwise specified in Special Conditions. Bidders should reflect any discounts to be considered in the bid evaluation in the unit prices bid. When applicable, vendor must hold Certificete of Competency issued by the State of Florid a or the Palm Beach County Construction Industry Licensing Board and a current Occupational License for Paim Beach County, Copy of certificate and license must be submitted with bid and must be In the name of the vendor shown on the Bid Proposal page, 25, LICENSES AND PERMITS When applicable, it shall be the responsibility of the successful bidder to obtain at no additional cost to the TOWN, any and all licenses and permit required to complete contractual service, A copy of thesa licenses and permits shall be submitted prior to commencement of work, Permit fees shall be waived for this work, however, the successful vendor must pay any applicable TOWN Occupational License fees, 26, COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH Bidder certifies that all material, equipment, etc., contained in his/her bid meets all O,S,H.A, requirements, Bidder further certifies that, if he/she Is the successful bidder, and the material, equipment. etc" delivered is subsequently found to be deficient in any O.S,H,A requirement in effect on date of delivery, all costs necessary to bring the material, equipment, etc" into compliance with the aforementioned requirements shall be borne by the bidder. 27, MATERIAL SAFETY DATA SHEET In compliance with Chapter 442, Florida Statutes, a Material Safety Data Sheet (MSDS) must accompany any toxic substance resulting from this bid, The MSDS must include the following information: (a) The identity used on the chemical product's label, (b) The chemical and the common name(s) of all ingredients, which have been determined to be a health hazard. (c) Physical and chemical characteristics of the hazardous chemicais (i.e. vapor pressure, flashpoint), (d) The physicel hazards of the hazardous chemical, including the potential for fire, explosion and reactivity. (e) The health hazards of the hazardous chemicel, Including signs and symptoms of exposure. (f) The primary route(s) of entry, (g) The Occupational Safety and Health Administration (OSHA) permissible exposure limit, American Conference of Governmental Industrial Hygienists (ACGIH) Threshold limit Value, and any other exposure timit used or recommended. (h) Whether the hazardous chemicel is listed on the National Toxicoiogy Program (NTP) Annual Report on Carcinogens (latest edition) or has been found to be a potential carcinogen. (i) Any general appllceble precautions for safe handling and use that are known. 0> Any general applicable control measures, which are known. (k) Emergency and first aid procedures, (I) The date of MSDS preparation or last change to it. (m) The name, address and telephone number of the chemical Manufacturer or importer. 28, SAFETY REGULATIONS Equipment must meet all State and Federal safely reguiations for grounding of electrical equipment. 29, CODES AND REGULATIONS The vendor must strictly comply with all Federal, State and local building and safety codes, 30, INDEMNIFICATION Contractor agrees to protect, defend, reimburse, indemnify and hoid the TOWN, its agents, employees and elected officers and each of them free and harmless at all times from and against any and all claims, liability, expenses, losses, suits, costs, fines and damages (including attorney fees) and causes of action of every kind and character against or from TOWN by reason of any damage to property or the environment, or bodily injury (including death) incurred or sustained by any party hereto. or any party acquiring any intarest hereunder. and any third or other party whomsoever, or any governmental agency, arising out of or incidant to or in connection with Contractor's performance under this Agreement, Contractor's acts, omissions or operations hereunder, or the performance, nonperfonnance or purported performances of the Contractor or any breach of the items of this Agreement; provided, however, the Contractor shall not be responsible to TOWN for damages resulting out of bodily injury or to property which Contractor can establish as being attributable to the sole negligence of TOWN, its respective agents, servants, employees or officers. This indemnification shall include, but not be limited to. suits, actions or claims brought because of any injuries or damage sustained by any person or property on account of the Contractor's operations in connection with the Contract; or on account of or in consequence of any neglect in constructing the work; or because of any act or omission by the Contractor; or because of any claims or amounts recovered for any infringement of patent, trademark or copyright; or from any claims or amounts arising or recovered under the Contractor under his contract; as is considered necessary by the TOWN, or in the case no monies ara due, his surety shall be held until such suits. actions or claims for injuries or damages, as aforesaid. shall have been steeled and suitable evidence to the effect furnished to the TOWN. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 5 TOWN OF PALM BEACH RFP NO. 2008-23 Cleaning and Evaluation of Storm and Sanitary Lines and Structures PART I PROPOSAL GUIDELINES 1-1 Introduction: The Town of Palm Beach, Florida is soliciting Requests for Proposals (RFP) for Cleaning and Evaluation of Storm and Sanitary Lines and Structures. 1-2 Proposal Submission and Withdrawal: The Town must receive all proposals by 2:00 P.M. on July 16, 2008. The proposals shall be submitted at the following address: TOWN OF PALM BEACH Purchasing Office 951 Old Okeechobee Road Suite "0" West Palm Beach, Florida 33401 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO 2008-23 Cleaning and Evaluation of Storm and Sanitary Lines and Structures. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the Town in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of six (6) months. Once opened, proposals become a record of the TOWN and will not be returned to the Proposer, The Town cautions Proposers to assure actual delivery of mailed or hand-delivered proposals directly to the Town's Purchasing Division at 951 Old Okeechobee Road, Suite "0", West Palm Beach, Florida prior to the deadline set for receiving proposals, Telephone confirmation of timely receipt of the proposal may be made by calling (561) 838-5406, before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3 Number of Copies: Proposers shall submit an original and five (5) copies of the proposal in a sealed, opaque package marked as noted above, The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4 Development Costs: Neither the Town nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP, 1-5 Inquiries: Interested Proposers may contact the Town's Purchasing Agent, Lynda S, Venne, CPPB, regarding questions about the proposal by telephone at (561) 227-7001 or by facsimile at (561) 835-4688, The Purchasing Division is located at 951 Old Okeechobee Road, Suite "0", West Palm Beach, FL 33401, RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 6 The Purchasing Agent will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. Town personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves, No employee of the Town is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6 Pre-Proposal Conference: All interested Proposers are invited to attend a Pre- Proposal Conference on June 25, 2008 commencing at 10:00 A.M at the Public Works Facility, 951 Old Okeechobee Rd, West Palm Beach, Florida 33401, At this time, the Town's representatives will be available to answer questions relative to this Request for Proposal. Any modifications may be presented in writing to, or discussed with the Town's representative(s) as possible amendments to the Request for Proposal. 1-7 Addendum: The Town may record its response to inquiries and any supplemental instructions in the form of written addenda, The TOWN may provide written addenda up to seven (7) calendar days before the date fixed for receiving the proposals. Proposers shall contact the Town to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the Town Purchasing Agent through written communication prior to the opening of the proposals. 1-8 Contract Awards: The Town anticipates entering into an Agreement with the Proposer who submits the proposal judged by the Town to be most advantageous. The Town reserves the right to accept or reject any or all proposals, with or without cause, to waive technicalities or to accept the proposal which, in its sole judgment, best serves the interest of the Town, or to award a contract to the next most qualified proposal if the successful proposal does not execute a contract within sixty (60) days after the award of the proposal. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the Town and executed by all parties. The TOWN reserves the right to reject all proposals, to abandon the project and/or to solicit and re-advertise for other proposals, 1-9 Contractual Agreement: This RFP shall be included and incorporated in the final award, The order of contractual precedence will be the Contract or Price Agreement document, original Terms and Conditions, and contractor response. Any and all/egal action necessary to enforce the award will be held in Palm Beach County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 7 This RFP shall be awarded for an initial term of three (3) years continuous annual service, commencing at signing and renewable for up to two (2) additional years. The three (3) year annual contract amount to be fifty thousand dollars ($50,000,00) per year, with higher amounts anticipated, Option to renew will only be exercised upon written mutual agreement and with all original terms, conditions and pricing (adjustments may be made to pricing based on the Consumer Price Index at the time of renewal) with no deviations. Price adjustments upon renewal, if any, shall be based on the percent change in the Consumer Price Index, All Urban Consumers, for the Miami-Fort Lauderdale Region from August to August of each prior and renewal year respectively, as published by the United States Department of Labor. Any renewal will be subject to appropriation of funds by the Town Council. 1-10 Selection Process: The proposals will be evaluated and assigned points; the firm with the highest number of points will be ranked first. However, nothing herein will prevent the Town from assigning work to any firm deemed responsive and responsible, The Town reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the Town reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-11 Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-12 News Releases: The Proposer shall obtain the prior approval of the Town Manager's Office of all news releases or other publicity pertaining to this RFP, the service, or project to which it relates. 1-13 Insurance: The awarded service provider shall obtain and maintain in force at all times during the term of the contract derived from this RFP, insurance coverage in the following types and amounts: General Liability coverage with limits not less than $1,000,000 Each Occurrence/$2,OOO,OOO Aggregate. Certificate of Insurance shall indicate an "Occurrence Basis" only. "Claims made" policies will not be accepted. The Town shall be endorsed as an additional insured under the General Liability coverage with respects to the job(s) being performed. Auto Liability coverage with limits not less than $1,000,000 Each Occurrence Combined Single Limit each accident. The Certificate of Insurance shall indicate coverage for Any Auto or Owned Autos/ Hired Autos/Non-Owned Autos, Workers' Compensation coverage with statutory limits, Employer's Liability coverage with limits not less than $100,000 for each accident, $100,000 disease (each employee) and $500,000 disease (policy limit). RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 8 A 30 day written notice of cancellation, non-renewal or modification of any stipulated insurance shall be mailed to the hiring department via registered, return receipt requested mail. Note: 10 day Notice of Non-Payment is acceptable if Certificate of Insurance indicates 30 day notice for cancellation, non-renewal, or modifications. Umbrella or Excess Liability is required up to the minimum limit of liability if the limits of liability shown on the Certificate of Insurance under General Liability do not meet the minimum limit of liability as required. 1-14 Licenses: Proposers, both corporate and individual must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer that is not fully licensed and certified shall be rejected. 1-15 Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List", 1-16 Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the Town of Palm Beach or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the TOWN of PALM BEACH. 1-17 Drug-Free Workplace: Preference shall be given to businesses with Drug-Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the TOWN for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-18 Rights and Privileges: Rights and privileges granted by the Town shall not be assigned or transferred in any manner whatsoever without written approval of the Town Council. At all times during the term of the contract the Contractor shall act as an independent contractor and at no time shall the Contractor be considered an agent or partner of the Town. The Contractor shall obtain and pay for all permits, licenses, Federal, State and Local taxes chargeable to its operation. 1-19 Lobbying Prohibited: Proposers are not to contact or lobby any Town personnel related or involved with this Request for Proposals, All oral or written inquiries are to be directed to the Purchasing Division as instructed herein, Any violation of this condition may result in rejection and/or disqualification of the Proposer. 1-20 Disclosure and Disclaimer: Any action taken by the Town in response to proposals made pursuant to this RFP or in making any award or failure or refusal to make any award pursuant to such proposals, or in any cancellation of award, or in any withdrawal or cancellation of this RFP, either before or after issuance of an award, shall be without any liability or obligation on the part of the Town or their advisors. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 9 In its sole discretion, the Town may withdraw this RFP either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the RFP. In its sole discretion, the Town may determine the qualifications and acceptability of any party or parties submitting proposals in response to this RFP (each such party being hereinafter a "Proposer"). Following submission of a proposal, the Proposer agrees to promptly deliver such further details, information and assurances, including, but not limited to, financial and disclosure data, relating to the proposal and/or the Proposer, including the Proposer's affiliates, officers, directors, shareholders, partners and employees, as requested by the Town. The information contained herein is provided solely for the convenience of proposers. It is the responsibility of a Proposer to assure itself that information contained herein is accurate and complete. Neither the Town, nor their advisors provide any assurances as to the accuracy of any information in this RFP. Any reliance on the contents of this RFP, or on any communications with Town representatives or advisors, shall be at each Proposer's own risk. Proposers should rely exclusively on their own investigations, interpretations and analyses in connection with this matter, The RFP is being provided by the Town without any warranty or representation, express or implied, as to its content; accuracy or completeness and no proposer or other party shall have recourse to the Town if any information herein contained shall be inaccurate or incomplete. No warranty or representation is made by the Town that any proposal conforming to these requirements will be selected for consideration, negotiation or approval. The Town, and its representatives shall have no obligation or liability with respect to this RFP, or the selection and award process contemplated hereunder. Neither the Town nor its representatives warrant or represent that any award or recommendation will be made as a result of the issuance of this RFP. All costs incurred by a Proposer in preparing and responding to this RFP are the sole responsibility of the Proposer. Any recipient of this RFP who responds hereto fully acknowledges all the provisions of this Discloser and Disclaimer and agrees to be bound by the terms hereof. Any proposal submitted pursuant to this RFP is at the sole risk and responsibility of the party submitting such proposal. This RFP is made subject to correction of errors, omissions, or withdrawal without notice. Information contained in the RFP is for guidance only and each recipient hereof is cautioned and advised to independently verify all of such information. In the event of any differences between this Disclosure and Disclaimer and the balance of the RFP, the provisions of this Disclosure and Disclaimer shall govern. 1-21 Proposal Contents: All material submitted becomes the property of the Town of Palm Beach. The Town has the right to use any or all ideas presented in any reply to this RFP. Selection or rejection of the proposal does not affect this right. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 10 TOWN OF PALM BEACH RFP NO 2008-23 Cleaning and Evaluation of the Storm and Sanitary Lines and Structures PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The Town of Palm Beach, incorporated in 1911, is located on a barrier island. Its area is approximately 12 1/3 miles long by % miles at its widest, on the eastern coast of Palm Beach County, Florida. Palm Beach has a full time population of almost 10,000 and an estimated 15,000 additional seasonal residents, The Town serves a full-time resident population of approximately 9,700 plus an estimated 15,000 additional seasonal residents. The Town Palm Beach owns, operates and maintains the sanitary collections systems and storm water systems within its jurisdiction. The Town of Palm Beach (hereinafter known as "Town") seeks proposals from qualified contractors specializing in cleaning, televising, and evaluating storm and sanitary underground pipes, lines and structures, (wet wells, manholes, catch basins, etc.) and associated additional items that may include inflow and infiltration identification, root and tuberculation removal, structure mapping and technical evaluations, and use of sonar inspection for large and full conveyances. The construction season in the Town is from May 1st until the end of November. Hours and days of operation will be specified to the successful bidder, but generally are 8am to 6pm. No work will be performed on holidays and Sundays, Saturdays will be approved on a case by case basis. Contractors with a minimum of five years and 500,000 ft with PACP experience at cleaning and televising sanitary and storm systems in the State of Florida, and are the primary contractor to this type of work are invited to submit a proposal. Line cleaning, televising, smoke testing will be charged per linear foot, structure cleaning and inspection will be charged per hour, debris disposal will be charged per cubic yard. All other charges and units will be identified on the Price Proposal Submittal. 2-2 DOCUMENT REQUIREMENTS This document is intended to be used as the instrument to transmit proposals and to define the terms, conditions and specifications desired by the Town to receive proposals for Cleaning and Evaluating Storm / Sanitary Lines and Structures, It is the intent of the Town to select a single proposer to supply the services necessary for successful completion of the proposal as defined herein. Nothing in this RFP is intended to restrict the Town of Palm Beach in any way in the selection of the proposal that best meets the needs of the Town. The Town reserves the right to reject any or all offers and to negotiate changes in proposals or best and final offers, RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 11 2-3 TOWN CONTRACT COORDINATOR The Town Contract Coordinator for this project will be Lawrence C. Plympton, Water Resources Manager at (561) 227-7019 or Iplympton@townofpalmbeach.com, After Notice to Proceed/Purchase Order is issued, all communications and correspondence shall be directed to Mr. Plympton, with copies of the correspondence to the Purchasing Division at 951 Old Okeechobee Road, Suite "0", West Palm Beach, FL 33401. 2-4 SPECIFICATIONS A. Definitions 1. AreaNelocity Method - a method of determining flow rate by measuring and recording both the mean flow depth and flow velocity. 2. Basin - a series of interconnected pipes and lines that collect and convey storm water from roadways and streets by way of catch basins, and inlets and grated structures to a storm water pumping station, outfall or retention area. 3. Combined Sewer System - a collection of sewer conveyances, manholes, lift stations, pump stations, and other appurtenances designed for the collection and transportation or both wastewater and storm water runoff. 4. Database Management Application - a relational database in which flow monitoring, CCTV, manhole and smoke data are stored in tables or forms. The information in different tables can be related through links established by common data columns or fields, 5, Exfiltration - wastewater that exits a sanitary sewer system to the ground through defective sanitary sewer system components including, but not limited to, sewer conveyances, manholes, service connections, or other system appurtenances. 6, Flow Monitor - an electronic instrument used to measure, record, and store flow parameters at a specified location within a sanitary sewer system. 7. Infiltration - water that enters a sanitary sewer system from the ground through defective sanitary sewer system components including, but not limited to, sewer conveyances, manholes, service connections, or other system appurtenances, 8. Inflow - storm water that enters a sanitary sewer system from direct connections including, but not limited to, roof leaders; clean-outs; foundation drains; sump pumps; cellar, yard, and area drains; and cross connections with storm sewer systems. 9. Rain Gauge - an electronic instrument used to measure, record, and store the depth of rainfall received at a specified location. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 12 10. Sanitary Sewer System - a collection of sewer conveyances, manholes, lift stations, pump stations, and other appurtenances designed for the collection and transportation of wastewater. 11. Sewer System Evaluation Survey - a detailed investigation of a sanitary sewer system to determine the quantity, type, and location of exfiltration, infiltration, and inflow, 12, Service Area - a collection of sanitary sewer conveyances, gravity sewer lines, manholes, pumping stations, and other appurtenances designed for the collection and transportation of sanitary sewage in a defined area. 13. Storm Sewer System - a collection of storm water conveyances, manholes, pump stations, and other appurtenances designed for the collection and transportation storm runoff. 14. Sub-Basin - a series of interconnected gravity storm water conveyances that collect and convey storm water from roadways and streets to a larger basin, part of the storm sewer system. 15. Private Defect - a defect identified on private property which occurs within a service connection and/or associated plumbing connecting a residence, business, or institution to a sanitary sewer system. 16. Public Defect - a defect identified on public property or a utility easement. 17. Sensitive Receptor - any residence, business, or institution which is known or suspected to contain persons suffering from heart and/or lung diseases, such as emphysema, whose exposure to any type of smoke should be minimized. 18. Set-Up - an individual smoke test of a given portion of a sanitary sewer system as performed from a specific manhole location, 19. Light Cleaning - the cleaning of debris from a sewer conveyance that requires three or less passes of a hydraulic jet nozzle to achieve desired conditions for CCTV inspection. 20, Heavy Cleaning - the cleaning of debris from a sewer conveyance that requires four or more passes of a hydraulic jet nozzle to achieve desired conditions for CCTV inspection. 21. NASSCO - National Association of Sewer Service Companies has created nationwide Standards and terms for underground contractors, 22. PACP - Pipeline Assessment and Certification Program RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 13 B. Preliminary GPS Mapping 1. PURPOSE The purpose of this technical specification is to define acceptable methods for the performance of sewer system evaluation survey (SSES) preliminary mapping activities and deliverables to be provided by the Contractor to the Owner upon completion of preliminary mapping activities, 2. SCOPE This technical specification is primarily intended for the preliminary mapping of manhole locations within a sanitary sewer system, in conjunction with SSES activities, when adequate existing sewer system maps are unavailable or inaccurate. This technical specification may also be used for the preliminary mapping of storm and combined sewer systems. Preliminary mapping is not intended to provide detailed, scale drawings, but rather, is intended to depict the general arrangement of a specified portion of a sewer system to facilitate the timely completion of subsequent SSES activities - including, but not limited to, flow monitoring, manhole inspection, smoke testing, and closed-circuit television (CCTV) inspection activities. 3. CONTRACTOR REQUIREMENTS 3.1 General The Contractor shall be responsible for conducting a physical reconnaissance of the system area in which SSES activities are to be performed. The purpose of this reconnaissance is to visually identify the number of manholes, as well as their general location and orientation, within the system area in which SSES activities are to be performed, 3.2 Public Relations All mapping personnel shall wear some form of identification (Le., identifiable clothing with Contractor logo, identification badge, etc.) which allows the public to ascertain that mapping personnel are conducting official business. Mapping personnel shall make a reasonable attempt to notify property owners and/or occupants when access to a utility easement on private property is required to locate a manhole. Mapping personnel shall not, under any circumstance, enter any portion of a private property that is fenced or clearly marked with "No Trespassing," "Keep Out," or other similar signage without prior written or verbal authorization from the property owner, occupant, or other authorized representative, 3.3 Notification of Public Safety Agencies The Contractor shall be responsible for the daily notification of appropriate public safety agencies (Le. Florida Department of Transportation, Police and Fire/Rescue Departments, and Public Works etc,) regarding any mapping activities that will be performed in roadways, The Contractor shall obtain all necessary permits as required by federal, state, or local laws and regulations prior to affecting a partial or full closure of any roadway. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 14 3.4 Collection of Preliminary Mapping Data The Contractor shall use a standardized preliminary mapping field data form for the collection of preliminary mapping data, Mapping personnel shall remove the cover from each observed manhole and visually review the interior to identify the orientations of all inlet and outlet conveyances with respect to magnetic north. Mapping personnel shall denote the location of each observed manhole with respect to nearby roadways, property addresses, and/or other significant landmarks. For each observed manhole, mapping personnel shall measure the distance to each adjoining manhole, lift station, or pump station. Distance measurements shall be obtained using standard taping procedures. Mapping personnel shall place a small mark (using semi- permanent paint) on the cover of each observed manhole to provide verification that preliminary mapping data have been collected. In addition, if the manhole is located in such a manner as to not be readily identifiable from the roadway, mapping personnel may paint a small arrow along with the notation "MH" on the roadway indicating the approximate direction of the manhole. Under no circumstance shall mapping personnel paint such directional markings on private driveways, sidewalks, curbs, or parking areas. The paint color shall be white or orange, unless otherwise directed by the Owner. All sewer system structures shall be completely mapped and survey grade GPS coordinates shall be recorded for each service area or sub-basin area listed on the Drawings. Delivered in a format compatible with the owners GIS software. Updated map features shall be delivered and imported to the original system by the Contractor and/or his consultant. 3.5 Safety The Contractor shall maintain a written health and safety plan in accordance with applicable federal Occupational Safety and Health Administration (OSHA) and State safety laws and regulations. A copy of this plan shall be provided to the Owner upon request. The Contractor shall ensure that necessary safety equipment for proper traffic routing and control are available and that inspection personnel are trained in their proper use. The Contractor shall be responsible for taking all necessary precautions to minimize the potential ignition of flammable vapors that may be present in the system area. 4. STORAGE OF DATA Due to the nature of data collected during preliminary mapping activities, computer support is required for efficient map development and presentation. The Contractor shall be responsible for developing preliminary maps within a preliminary mapping application, At a minimum, the preliminary mapping application shall be developed using a graphical software package compatible with the owner's software environment. Moreover, the preliminary mapping application shall be user-friendly, and provide flexibility in the development, editing, and printing of stored maps, RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 15 5. PROJECT DELlVERABLES 5.1 Computer System Requirements The Contractor shall provide the Owner a list of minimum requirements necessary for a computer system to efficiently operate the preliminary mapping application, 5.2 Preliminary Mapping Application Installation and Testing Upon completion of preliminary mapping and data storage activities, the Contractor shall install and test the preliminary mapping application on the Owner's computer. The preliminary mapping application shall include all preliminary system area maps prepared by the Contractor. 5.3 Training of Owner Personnel The Contractor shall provide training in the operation of the preliminary mapping application to a maximum of three Owner personnel. At a minimum, this training shall include procedures for editing and printing maps. 5.4 Preliminary System Area Maps Contractor shall provide the Owner with preliminary system area maps presenting the output of the preliminary mapping application, along with a brief summary of preliminary mapping activities. c. Structure/Manhole-Inspection 1. PURPOSE The purpose of this technical specification is to define acceptable methods for the performance of storm sewer system evaluation survey structure/manhole inspection activities and deliverables to be provided by the Contractor to the Owner upon completion of manhole inspection activities. 2. SCOPE This technical specification is primarily intended for the inspection of storm sewer and sanitary sewer structures/manholes within the system, in conjunction with SSES activities. However, this specification may also be adapted and utilized for the acceptance inspection of newly constructed structures/manholes. 3. CONTRACTOR REQUIREMENTS 3.1 Location of Manholes The Owner shall provide the Contractor with sewer system maps and as-built data, as available, of the system area to be inspected. Sewer system maps provided by the Owner should define major Basins and Sub-Basins as well as Service Areas within the system area to be inspected, Otherwise, the Contractor shall divide the system area to be inspected into convenient, project-specific Basins and Sub-Basins and/or Service RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 16 Areas to facilitate effective project data management. If adequate sewer system maps are unavailable, the Contractor shall prepare working maps, in accordance with the Technical Specification for Preliminary Mapping, depicting the general arrangement of the system area to be inspected. The prepared manhole mapping shall include a GPS location of each manhole located, The Contractor shall be responsible for conducting a physical reconnaissance of the system area to be inspected. The purpose of this reconnaissance is to verify the location of known and/or suspected manholes, The Contractor shall, at a minimum, utilize a magnetic locator to attempt to identify the location of buried manhole covers. The suspected location of buried manhole covers shall be clearly marked for excavation by the Owner. Under no circumstances shall the Contractor excavate buried manholes without appropriate contractual authorization from the Owner. The Contractor shall be responsible for providing the Owner with documentation, on a periodic basis, of all manholes that are buried, surcharged, cannot be located, or cannot be accessed for inspection. 3.2 Conduct of Structures/Manhole Inspections 3,2.1 Public Relations All inspection personnel shall wear some form of identification (Le" identifiable clothing with Contractor logo, identification badge, etc.) which allows the public to ascertain that inspection personnel are conducting official business. Inspection personnel shall make a reasonable attempt to notify property owners and/or occupants when access to a utility easement on private property is required to locate, excavate, and/or inspect a manhole. Inspection personnel shall not, under any circumstance, enter any portion of a private property that is fenced or clearly marked with "No Trespassing," "Keep Out," or other similar signage without prior written or verbal authorization from the property owner, occupant, or other authorized representative. 3.2.2 Notification of Public Safetv Aaencies The Contractor shall be responsible for the daily notification of appropriate public safety agencies (Le. Florida Department of Transportation, Police Department and Fire/ Rescue, Public Works, etc.) regarding any manhole inspection activities that will be performed in roadways. The Contractor shall obtain all necessary permits as required by federal, state, or local laws and regulations prior to affecting a partial or full closure of any roadway. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 17 3.2.3 Collection of Manhole Inspection Data The Contractor shall use a standardized manhole inspection field data form for the collection of inspection data. 3.2.3.1 Manhole Inspection Elements Inspection personnel shall clearly mark (using semi-permanent paint) the respective manhole number on each manhole cover within the system area to be inspected. In addition, if the manhole is located in such a manner as to not be readily identifiable from the roadway, inspection personnel may paint an arrow along with the notation "MH" on the roadway indicating the approximate direction of the manhole. Under no circumstance shall inspection personnel paint such directional markings on private driveways, sidewalks, curbs, or parking areas. The paint color shall be white or orange, unless otherwise directed by the Owner. Inspection personnel shall ascertain the visual correctness of the sewer system maps, as provided by the Owner, with regard to general manhole location and orientations of inlet and outlet sewer conveyances, Inspection personnel shall note any corrections which may be required to the sewer system maps provided by the Owner. Inspection personnel shall determine whether each manhole cover is located at, below, or above grade, In addition, inspection personnel shall observe the topography of the area surrounding each manhole cover to determine if storm water runoff is likely to drain onto the manhole cover, thereby increasing inflow potential. Inspection personnel shall investigate the interior condition of each manhole and identify all observed root intrusions, structural defects, accumulated debris, exfiltration, infiltration, and inflow, as well as the general condition of the manhole at the time of inspection. 3.2.3.2. Defect Imaging Inspection personnel shall produce color digital image of each manhole inspection. Digital image shall contain the following printed information at the beginning of each manhole inspection: · Project Name and Project Number · Service area or pumping station · Basin, Sub-Basin, and Manhole Number · Manhole Location . Date · Surface view · Pipe view for each inlet or outlet pipe RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 18 Inspection personnel shall provide digital image of interior of each manhole as part of each inspection - providing clear and accurate images of all observed defects, as well as the general condition of each manhole at the time of inspection. Also a digital image of each inlet and outlet shall be provided for a complete view of each manhole. An inspection report of each manhole inspection shall include narration regarding inspection observations and draw attention to identified defects and potential problems. 3.2.3,3 Overall Manhole Classification The Contractor shall use the NASSCO standardized system to rate the overall severity of observed manhole conditions and to prioritize each manhole for subsequent maintenance and/or rehabilitation activities. 3,2.4 Safetv The Contractor shall maintain a written health and safety plan in accordance with applicable federal Occupational Safety and Health Administration (OSHA) and State safety laws and regulations. A copy of this plan shall be provided to the Owner upon request. The Contractor shall ensure that necessary safety equipment for confined space entry, rescue, and retrieval (if internal inspection is required) are available and that inspection personnel are trained in their proper use. The Contractor shall ensure that necessary safety equipment for proper traffic routing and control are available and that inspection personnel are trained in their proper use. The Contractor shall be responsible for taking all necessary precautions to minimize the potential ignition of flammable vapors that may be present in the system area to be inspected. 4. STORAGE OF DATA Due to the large quantity of data collected during manhole inspection activities, computer support is required for efficient data management. The Contractor shall be responsible for maintaining all data collected from each manhole inspection within a database management application, 5. PROJECT DELlVERABLES 5.1 Computer System Requirements The Contractor shall provide the Owner a list of minimum requirements necessary for a computer system to efficiently operate the database management application. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 19 5.2 Database Management Application Installation and Testing Upon completion of manhole inspection and data storage activities, the Contractor shall install and test the database management application on the Owner's computer. The database management application shall include all manhole inspection data collected and entered by the Contractor. 5.3 Training of Owner Personnel The Contractor shall provide training in the operation of the database management application to a maximum of three Owner personnel. At a minimum, this training shall include procedures for entering/editing records, constructing data queries, and generating reports. 5.1 Manhole Inspection Report The Contractor shall provide the Owner with a manhole inspection report presenting the output of the database management application, along with a brief summary of manhole inspection activities, findings, and recommendations. 5.2 Manhole Inspection Images The Contractor shall provide the Owner one copy of each manhole inspection digital image in jpeg format. Manhole inspection digital image shall be grouped onto individual images for each component of the manhole according to respective pumping station or service area. D. Pump StationlWet Well Cleaning 1. PURPOSE The purpose of this technical specification is to define acceptable methods for wet well and/or pump station cleaning and determine project deliverables to the Owner by the Contractor, 2. SCOPE The scope of the work consists of plugging the incoming line, if possible, and using the existing pumps in the pump station to remove as much liquid as possible in order to expose the amount of solids left in the station. If plugging is not feasible, then the station must be by-passed, At this point, the solid debris will be removed by vacuum truck or other means available and disposed of in a pre-designated approved facility, A visual inspection of the station's lower plumbing and pumps will be made at this time either by the Owner's technicians and/or the Contractor's personnel. The station will then be completely rinsed down, including any wall debris, and the wall structure will be inspected for any structural defects before it is put back on line or unplugged, 3. REQUIREMENTS The Contractor will adhere to all OSHA and Florida state safety requirements for confined space entry, Tivec suits, respirators, etc, for the duration of the procedure, Contractor will also be responsible for Maintenance of Traffic plans and coordination with the Owner. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 20 4. DELlVERABLES The Contractor will submit to the Owner a written report including digital photographs of every stage of the cleaning and debris removal, as well as, a written description of any defects to the pumps or inside structure, including the walls, E. Closed Circuit Television Inspection 1. PURPOSE The purpose of this technical specification is to define acceptable methods for the performance of sewer system evaluation survey (SSES) closed-circuit television (CCTV) inspection activities and deliverables to be provided by the Contractor to the Owner upon the completion of CCTV inspection activities, 2. SCOPE This technical specification addresses CCTV inspection of the Owners sanitary and or storm sewer systems, primarily for the identification of structural deficiencies and potential infiltration and inflow sources in conjunction with SSES activities, 3. CONTRACTOR REQUIREMENTS 3.1 General The Contractor shall maintain the necessary capabilities to CCTV inspect sewer conveyances ranging from 6-inches to 72-inches in diameter, with conveyance lengths not exceeding 1,000 feet. All CCTV inspections shall be performed using a pan-and-tilt camera, with a maximum range of 210 degrees. The camera shall also be capable of recording color images of individual defects. 3.2 Location of Manholes The Owner shall provide the Contractor with sewer system maps and as-built data, as available, of the system area to be inspected, System maps provided by the Owner should define major Service Areas, Pumping Stations, Basins and Sub-Basins within the system area to be inspected. Otherwise, the Contractor shall divide the system area to be inspected into convenient, project-specific Service Areas, Basins and Sub-Basins to facilitate effective project data management. If adequate sewer system maps are unavailable, the Contractor shall prepare working maps, in accordance with the Technical Specification for Preliminary Mapping, depicting the general arrangement of the system area to be inspected, The Contractor shall be responsible for conducting a physical reconnaissance of the system area to be inspected. The purpose of this reconnaissance is to verify the location of known and/or suspected manholes and to coordinate access for cleaning and CCTV inspection equipment, as appropriate. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 21 The suspected location of buried manholes identified during CCTV inspection activities shall be clearly marked for excavation by the Owner. Under no circumstances shall the Contractor excavate buried manholes without appropriate contractual authorization from the Owner. The Contractor shall be responsible for providing the Owner with documentation, on a periodic basis, of all manholes that are buried, cannot be located, or cannot be accessed for CCTV inspection. 3.3 Conduct of CCTV Inspections 3.3.1 Public Relations All inspection personnel shall wear some form of identification (Le., identifiable clothing with Contractor logo, identification badge, etc,), which allows the public to ascertain that inspection personnel are conducting official business. Inspection personnel shall make a reasonable attempt to notify property owners and/or occupants when access to a utility easement on private property is required to locate and/or access a manhole for CCTV inspection. Inspection personnel shall not, under any circumstance, enter any portion of a private property that is fenced or clearly marked with "No Trespassing," "Keep Out," or other similar signage without prior written or verbal authorization from the property owner, occupant, or other authorized representative. 3.3.2 Notification of Public Safety Aaencies The Contractor shall be responsible for the daily notification of the appropriate public safety agencies (Le. Florida Department of Transportation, Police Department and Fire/Rescue, Public Works etc.) regarding any CCTV inspection activities that will be performed in roadways. The Contractor shall obtain all necessary permits as required by federal, state, or local laws and regulations prior to affecting a partial or full closure of any roadway. 3.3,3 Pre-Inspection Cleanina The Contractor shall be responsible for the light cleaning of sewer conveyances to facilitate CCTV inspection. The Contractor shall not provide heavy cleaning of sewer conveyances to facilitate CCTV inspection without appropriate contractual authorization from the Owner. 3.3.4 Pluggina If the sewer conveyance to be inspected is flowing such that the CCTV camera will become submerged, the Contractor shall elect to inspect the conveyance during periods of reduced flow or take necessary measures to reduce the flow rate by temporarily plugging the sewer conveyance. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 22 Prior to plugging any sewer conveyance, the Contractor shall be responsible for carefully evaluating the observed flow situation to ensure that property damage will not occur as a result of temporary plugging. The Contractor shall utilize bypass pumping as necessary to ensure that temporary plugging does not result in the release of untreated wastewater to the surrounding environment. The Contractor shall not provide plugging and/or bypass pumping without appropriate contractual authorization from the Owner. 3.3.5 Collection of CCTV Inspection Data The Contractor shall utilize a computerized data logger that meets the approval of the Owner for the collection of CCTV inspection data, 3.3.5.1 CCTV Inspection Elements Inspection personnel shall conduct CCTV inspections concurrent to the direction of flow at camera speeds no greater than 30 feet per minute, Countercurrent CCTV inspections shall be conducted only when concurrent CCTV inspections are prohibited or suspended by observed sewer conveyance structural deficiencies, sewer conveyance blockages, and/or manhole accessibility limitations. Inspection personnel shall investigate the interior condition of each sewer conveyance and identify all observed services connections, root intrusions, structural defects, accumulated debris, exfiltration, infiltration, and inflow, as well as the general condition of the sewer conveyance at the time of inspection. Each defect and service connection should be documented initially from a perspective view of the pipe in order to notate the condition of the surrounding pipe, and then the pan and tilt feature can be used accordingly for a closer view of the defect. Inspection personnel shall record the measured distance of each CCTV inspection. Distance measurements shall be obtained using a footage meter attached to the CCTV camera cable and shall be recorded to the nearest foot. In situations where the CCTV camera is unable to navigate from manhole to manhole, distance measurements shall be obtained at ground level using normal taping methods and recorded to the nearest foot. All distance measurements shall begin at the center of the starting manhole and end at the center of the ending manhole, The Contractor shall invoice the Owner for the distance measurement obtained for each CCTV inspection. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 23 3.3.5.2 Defect Imaging Inspection personnel shall produce color video footage of each CCTV inspection. Video footage shall contain the following printed information at the beginning of each CCTV inspection: · Project Name and Project Number · Service Area and Pumping Station or · Basin and Sub-Basin . Starting Manhole and Ending Manhole Numbers · Starting Manhole Location . Date and Time · Sewer Conveyance Material . Sewer Conveyance Diameter · Project-Specific Videotape Serial Number · Videotape Index Counter Number . CCTV Camera Operator's Initials and PACP certification number Inspection personnel shall provide video footage of the interior of each sewer conveyance as part of each inspection providing clear and accurate images of all observed service connections, root intrusions, structural defects, accumulated debris, exfiltration, infiltration, and inflow, as well as the general condition of each sewer conveyance at the time of inspection. Video footage of each CCTV inspection shall draw attention to identified defects and potential problems. 3.3.5.3 Overall Sewer Conveyance Classification Data collection should be in compliance with the NASSCO PACP standard coding system and television operators must be PACP certified. The Contractor shall use this standardized system to rate the overall severity of observed sewer conveyance conditions and to prioritize each sewer conveyance for subsequent maintenance andlor rehabilitation activities. 3.3.6 Safety The Contractor shall maintain a written health and safety plan in accordance with applicable federal Occupational Safety and HealthAdministration (OSHA) and State safety laws and regulations. A copy of this plan shall be provided to the Owner upon request. The Contractor shall ensure that necessary safety equipment for confined space entry, rescue, and retrieval are available and that inspection personnel are trained in their proper use, The Contractor shall ensure that necessary safety equipment for proper RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 24 traffic routing and control are available and that inspection personnel are trained in their proper use. The Contractor shall be responsible for taking all necessary precautions to minimize the potential ignition of flammable vapors that may be present in the system area to be inspected, 4. STORAGE OF DATA Due to the large quantity of data collected during CCTV inspection activities, computer support is required for efficient data management. The Contractor shall be responsible for maintaining all data collected from each CCTV inspection within a database management application, At a minimum, the database management application shall be developed using a relational database software package compatible with the Owners software environment. The database management application shall be user-friendly and provide flexibility in the retrieval, sorting, querying, and reporting of stored records. Original data must be collected in a digital format and backed up to VCR tape simultaneously during collection. 5. PROJECT DELlVERABLES 5.1 Computer System Requirements The Contractor shall provide the Owner a list of minimum requirements necessary for a computer system to efficiently operate the database management application. 5.2 Database Management Application Installation and Testing Upon completion of CCTV inspection and data storage activities, the Contractor shall install and test the database management application on the Owner's computer. The database management application shall include all CCTV inspection data collected and entered by the Contractor. 5.3 Training of Owner Personnel The Contractor shall provide training in the operation of the database management application to a maximum of three Owner personnel. At a minimum, this training shall include procedures for entering/editing records, constructing data queries, and generating reports. 5.4 CCTV Inspection Report The Contractor shall provide the Owner with a CCTV inspection report presenting the output of the database management application. The output of the database application shall include a summary report sheet, cross-sectional view, and plan view of all identified defects, connections, and other relevant observations from each sewer conveyance inspected. Additionally, the deliverable shall include a summary of the PACP rating index of each pipe for both structural defects and operational and maintenance defects, along with a summary of the overall pipe rating index for each line segment. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 25 5.5 CCTV Inspection Videotape The Contractor shall provide the Owner one copy of the CCTV inspection video footage in MPEG1 or MPEG2 format on a Hard-Drive, CD or DVD. CCTV inspection video footage shall be grouped onto individual drive or disc according to respective Service Areas, Pumping Station, Basins and Sub-Basins, The video inspections shall be linked to the data so the Owner has the ability to view the data and video simultaneously. The database application must also have the capability to interface with the Owner's GIS system F. Smoke Testing 1. PURPOSE The purpose of this technical specification is to define acceptable methods for the performance of sewer system evaluation survey (SSES) smoke testing activities and deliverables to be provided by the Contractor to the Owner upon the completion of smoke testing activities. 2. SCOPE This technical specification addresses smoke testing of sanitary sewer systems, primarily for the identification of potential inflow sources within a sanitary sewer system, in conjunction with SSES activities. 3. CONTRACTOR REQUIREMENTS 3.1 General The Contractor shall conduct smoke testing activities using a portable smoke blower with a minimum rated air flow of 1,500 cubic feet per minute (CFM). The Contractor shall utilize non-toxic, non-explosive smoke-generating items specifically designated for use in sanitary sewer systems. The smoke-generating items shall generate a white to gray smoke and leave no visible residue or stains. 3.2 Location of Manholes The Owner shall provide the Contractor with sewer system maps and as-built data, as available, of the system area to be smoke tested. Sewer system maps provided by the Owner should define major Service Areas and Pumping Stations within the system area to be smoke tested. Otherwise, the Contractor shall divide the system area to be smoke tested into convenient, project-specific Service Areas and Pumping Station to facilitate effective project data management. If adequate sewer system maps are unavailable, the Contractor shall prepare working maps, in accordance with the Technical Specification for Preliminary Mapping, depicting the general arrangement of the system area to be smoke tested. The prepared manhole mapping shall include a GPS location of each manhole located. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 26 The Contractor shall be responsible for conducting a physical reconnaissance of the system area to be smoke tested. The purpose of this reconnaissance is to verify the location of known manholes, measure the distance of sewer conveyances to be smoke tested, and identify potential sensitive receptors that may be adversely affected by smoke testing (Le. hospitals, nursing homes, schools, etc.). Distance measurements shall be obtained using standard taping procedures. The suspected location of buried manholes identified during smoke testing activities shall be clearly marked for excavation by the Owner. Under no circumstances shall the Contractor excavate buried manholes without appropriate contractual authorization from the Owner. The Contractor shall be responsible for providing the Owner with documentation, on a periodic basis, of all manholes that are buried, cannot be located, or cannot be accessed for smoke testing. 3.3 Public Notification The Contractor shall be responsible for providing advance notification to the public regarding the general dates and locations where smoke testing activities are to be performed. At a minimum, such notification should include a press release to be provided to the local newspaper(s) and door hangers to be provided to each individual residence, business, and institution located within the system area to be smoke tested. The Contractor shall be responsible for the distribution of door hangers to each residence, business, or institution within 24 to 72 hours prior to commencement of smoke testing activities in the system area to be smoke tested. Under no circumstance shall the Contractor place door hangers or any other notification in mail boxes or newspaper delivery receptacles. The Contractor shall meet with the owners or administrators of potential sensitive receptors which may be adversely affected by smoke testing activities to review measures which should be taken to minimize the potential of smoke entering the sensitive receptor through defective plumbing. 3.4 Conduct of Smoke Testing 3.4.1 Public Relations All smoke testing personnel shall wear some form of identification (Le., identifiable clothing with Contractor or Contractor logo, identification badge, etc.) which allows the public to ascertain that smoke testing personnel are conducting official business, Smoke testing personnel shall make a reasonable attempt to notify property owners and/or occupants when access to a utility easement on private property is required to conduct smoke testing activities for a given set-up. Smoke testing personnel shall not, under any circumstance, enter any portion of a private property that is fenced or clearly marked with "No Trespassing," "Keep Out," or other similar signage without prior written or verbal authorization from the property owner, occupant, or other authorized representative. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 27 Smoke testing personnel shall be trained in the proper methods of tactfully conversing with persons who become concerned or disgruntled upon discovering smoke in their residence, business, or institution resulting from smoke testing activities. Key smoke testing personnel shall maintain readily accessible copies of public notices during smoke testing activities. 3.4.2 Notification of Public Safety Aoencies The Contractor shall be responsible for the daily notification of the local Fire Department and/or Police Department regarding the system area(s) in which smoke testing activities are scheduled. The Contractor shall be responsible for the daily notification of appropriate public 'safety agencies (Le. Florida Department of Transportation, Street Department, Police and Fire/Rescue Departments, and Public Works, etc.) regarding any smoke testing activities that will be performed in roadways, The Contractor shall obtain all necessary permits as required by federal, state, or local laws and regulations prior to affecting a partial or full closure of any roadway, 3,4.3 Collection of Smoke Testino Data The Contractor shall use standardized smoke testing field data forms for the collection of smoke testing data. 3.4.3.1 Defect Identification and Marking Smoke testing personnel shall visually observe each set-up area and mark any defects evidenced by the presence of smoke released from the ground, paved surfaces, buildings, storm water drainage systems, or any appurtenance of the sanitary sewer system, Defects located during the smoke testing process shall be located with a minimum of latitude and longitude coordinates using GPS. 3.4.3.2 Defect Imaging Smoke testing personnel shall produce a color image of each defect using a digital camera. At a minimum, the image shall visually depict smoke actually exiting from the observed defect, along with a sufficiently permanent reference to allow Owner personnel to verify location information at a later date. 3.4.3.3 Defect Documentation "\ Smoke testing personnel shall record a description of each observed defect. At a minimum, the record shall contain information regarding the type of defect and a description of at least two permanent reference points and their distances to the observed defect. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 28 3.4.4 Safety The Contractor shall maintain a written health and safety plan in accordance with applicable federal Occupational Safety and Health Administration (OSHA) and State safety laws and regulations, A copy of this plan shall be provided to the Owner upon request. The Contractor shall ensure that necessary safety equipment for proper traffic routing and control are available and that inspection personnel are trained in their proper use. The Contractor shall be responsible for taking all necessary precautions to minimize the potential ignition of flammable vapors that may be present in the system area to be smoke tested, 4. STORAGE OF DATA Due to the large quantity of data collected during smoke testing activities, computer support is required for efficient data management. The Contractor shall be responsible for maintaining all data collected from each set-up (including defect images) within a database management application. 5. PROJECT DELlVERABLES 5.1 Computer System Requirements The Contractor shall provide the Owner a list of minimum requirements necessary for a computer system to efficiently operate the database management application. 5.2 Database Management Application Installation and Testing Upon completion of smoke testing and data storage activities, the Contractor shall install and test the database management application on the Owner's computer. The database management application shall include all smoke testing data collected and entered by the Contractor. 5.3 Training of Owner Personnel The Contractor shall provide training in the operation of the database management application to a maximum of three Owner personnel. At a minimum, this training shall include procedures for entering/editing records, constructing data queries, and generating reports. 5.4 Smoke Testing Report The Contractor shall provide the Owner with a smoke testing report presenting the output of the database management application, along with a brief summary of smoke testing activities, findings, and recommendations. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 29 G. Flow Monitoring 1. PURPOSE The purpose of this technical specification is to define acceptable methods for the performance of sewer system evaluation survey (SSES) flow monitoring activities and deliverables to be provided by the Contractor to the Owner upon completion of flow monitoring activities. 2. SCOPE This technical specification addresses the temporary flow monitoring of a selected portion of a sanitary sewer system, in conjunction with SSES activities, for the purpose of providing a quantitative and qualitative analysis of observed infiltration and inflow. This technical specification does not address the temporary flow monitoring of storm or combined sewer systems. 3. CONTRACTOR REQUIREMENTS 3.1 General At a minimum, the Contractor shall utilize flow monitors designed for use in sanitary sewer systems. Each flow monitor shall be capable of determining flow rates by the vessel area and velocity method or other method approved by the Owner. Regardless of operational methodology, each flow monitor must be capable of determining flow rates under conditions of open-channel, closed-channel, surcharge, and reverse flow. At a minimum, the Contractor shall utilize rain gauges designed for use in conjunction with flow monitors. Each rain gauge shall be capable of recording rainfall quantities by the tipping-bucket method, or other method approved by the Owner. Flow monitor and rain gauge measurements shall be performed and recorded at intervals no greater than 15 minutes. Flow monitor and rain gauge measurement intervals shall be synchronized relative to within ::!:15 seconds of each other and within ::!:15 seconds of local standard time, Understanding the difficulty of maintaining flow monitors in sanitary sewer environments, the Contractor shall ensure that no more than 10% of the flow monitors are inoperable at any given time during the flow monitoring period, If less than 10 flow monitors are used, the Contractor shall ensure that no more than one flow monitor is inoperable at any given time during the flow monitoring period. In addition, each individual flow monitor shall be similarly operational during at least 80% of the flow monitoring period. 3.2 Location of Flow Monitors The Owner shall provide the Contractor with sewer system maps and as-built data, as available, of the system area to be flow monitored. Sewer system maps provided by the Owner should indicate recommended flow monitoring locations, as well as define major Service Ares and Pumping Stations within the system area to be flow monitored. Otherwise, the Contractor shall divide the system area to be flow monitored into convenient, project-specific Service Areas and Pumping Stations to facilitate effective project data management. If adequate sewer system maps are unavailable, the Contractor shall prepare working maps, in accordance with the Technical Specification RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 30 for Preliminary Mapping, depicting the general arrangement of the system area to be flow monitored. The Contractor shall be responsible for conducting a physical reconnaissance of each flow monitoring location. The purpose of this reconnaissance is to observe the accessibility and general hydraulic condition of each flow monitoring location, The Contractor shall notify the Owner of any flow monitoring location that is inaccessible or does not appear to provide adequate hydraulic conditions for effective flow monitoring. The Contractor shall, at a minimum, utilize a magnetic locator to attempt to identify the location of buried manholes. The suspected location of buried manholes shall be clearly marked for excavation by the Owner. Under no circumstances shall the Contractor excavate buried manholes without appropriate contractual authorization from the Owner. 3.3 Conduct of Flow Monitoring 3.3.1 Public Relations All flow monitoring personnel shall wear some form of identification (i.e. identifiable clothing with Contractor logo, identification badge, etc.) which allows the public to ascertain that flow monitoring personnel are conducting official business. Flow monitoring personnel shall make a reasonable attempt to notify property owners and/or occupants when access to a utility easement on private property is required to locate and/or access a manhole for flow monitoring activities. Flow monitoring personnel shall not, under any circumstance, enter any portion of a private property that is fenced or clearly marked with "No Trespassing," "Keep Out," or other similar signage without prior written or verbal authorization from the property owner, occupant, or other authorized representative. 3.3.2 Notification of Public Safetv Aaencies The Contractor shall be responsible for the daily notification of appropriate public safety agencies (Le. Florida Department of Transportation, Streets Department, Police and Fire/Rescue Department, and Public Works etc.) regarding access to any flow monitors positioned in manholes located in roadways. The Contractor shall obtain all necessary permits as required by federal, State, or local laws and regulations prior to affecting a partial or full closure of any roadway, 3.3.3 Flow Monitor and Rain GauQe Installation The Contractor shall install each flow monitor and rain gauge in accordance with manufacturer specifications. 3.3.4 Collection of Flow MonitorinQ and Rain Gauge Data The Contractor shall use an electronic data logger that meets the approval of the Owner for the collection of flow monitoring and rain gauge data. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 31 At a minimUm, each flow monitoring location shall be reviewed on a weekly basis to download data, assess the general serviceability of the flow monitor, note any adverse alterations in hydraulic conditions, assess the reliability of flow depth and velocity measurements, and verify the proper operation of the flow monitor data recorder and memory. At a minimum, each rain gauge location shall be reviewed on a weekly basis to download data, assess the general serviceability of the rain gauge, and verify the proper operation of the rain gauge data recorder and memory, 3.3.5 Safety The Contractor shall maintain a written health and safety plan in accordance with applicable federal Occupational Safety and Health Administration (OSHA) and State safety laws and regulations, A copy of this plan shall be provided to the Owner upon request. The Contractor shall ensure that necessary safety equipment for confined space entry, rescue, and retrieval are available and that flow monitoring personnel are trained in their proper use. The Contractor shall ensure that necessary safety equipment for proper traffic routing and control are available and that flow monitoring personnel are trained in their proper use. The Contractor shall be responsible for taking all necessary precautions to minimize the potential ignition of flammable vapors that may be present at flow monitoring locations. 4. STORAGE OF DATA Due to the large quantity of data collected during flow monitoring activities, computer support is required for efficient data management. The Contractor shall be responsible for maintaining all data collected from each flow monitor and rain gauge within a database management application. At a minimum, the database management application shall be developed using a relational database or spreadsheet software package compatible with the Owners software environment. Moreover, the database management application shall be user-friendly, and provide flexibility in retrieval, sorting, querying, and reporting of stored records. 5. PROJECT DELlVERABLES 5.3 Computer System Requirements The Contractor shall provide the Owner a list of minimum requirements necessary for a computer system to efficiently operate the database management application. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 32 5.4 Database Management Application Installation and Testing Upon completion of flow monitoring and data storage activities, the Contractor shall install and test the database management application on the Owner's computer. The database management application shall include all flow monitoring data collected and entered by the Contractor, 5.5 Training of Owner Personnel The Contractor shall provide training in the operation of the database management application to a maximum of three Owner personnel. At a minimum, this training shall include procedures for entering/editing records, constructing data queries, and generating reports. 5.6 Flow Monitoring Report The Contractor shall provide the Owner with a flow monitoring report presenting the output of the database management application, along with a brief summary of flow monitoring activities and methodologies. H. Sonar inspection The purpose of sonar inspection is to inspect the pipeline below the flow line. Sonar inspection will provide accurate debris level as well as identify defects. The system shall require no flow reduction and will be used in pipes with a minimum of % pipe of water. A. SONAR SYSTEM REQUIREMENTS (the following, or acceptable equal, will be provided) 1. System must have an acoustic frequency of 2MHz to properly profile pipelines of 12 inch through 240 inch diameter. 2. System must have an acoustic beam, which must be less than 1.1 degree to accurately locate defects. 3. The angular resolution of the sonar unit must be less than 1.2 degrees, giving 400 sectors of data per revolution, For each sector the data shall be over-sampled and peak detected to arrive at 250 range cells, Each scan shall take no longer than 2 seconds to complete. 4, The sonar unit must be equipped with a pitch and roll sensor with a 0.1 degrees resolution in analog and digital form that will display reading through the supplied software. 5. The sonar unit must be able to be remotely operated up to 1,000 LF from the surface equipment. 6, The Sonar Scanner must be able to be remotely operated up to 1000 feet from the surface equipment. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 33 B. SONAR CONTROL UNIT (the following, or acceptable equal, will be provided) 1. The control unit shall consist of a computer system outfitted with the sonar processing board, various storage systems, output and input devices, and display as outlined below. 2, Control unit shall have a sonar processor card with a FIFO frame buffer where the sonar data is digitized, buffered, and sent over the ISA bus. The processor card must connect to an on-board, internal serial port for serial commands to the sonar unit. 3. Control unit must include an encoder processor board to pull data from an encoder mounted on the cable drum to measure the distance of the tether. 4. A cable distance encoder shall be mounted to measure the length as it is pulled from the cable drum and rewound onto the drum. C. SONAR INSPECTION SOFTWARE (the following, or acceptable equal, will be provided) 1. Software must be able to display live data from the sonar scanning head and display the information as an image using 256 colors to designate signal amplitude. 2. Software must be able to capture and save screen images for archiving, report generation, and performing of measurements. 3. An instant report shall be able to be produced and printed with user defined titling and showing the desired captured still image in full color. Included on this report shall be the distance count from the footage encoder on the cable drum and pitch and roll data from the sonar unit. 4. The software must have real time measurement capabilities. This shall include point-to-point measurement and diameter measurement using a circle overlay. Measurements must be able to be printed on reports. 5. Software shall display both graphically and numerically the pitch and roll data from the sonar unit. 6. Software shall numerically display distance units from the encoder on the cable drum. 7. A video overlay shall be provided to simultaneously display video from the CCTV inspection and Sonar data from the Control Unit. The sonar overlay image shall be able to be adjusted to any size and position on the CCTV video image, and the combined output shall be recordable to VCR. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 34 8. A video overlay system shall be provided to simultaneously display video from the CCTV inspection and Sonar data from the Surface Control Unit. The Sonar overlay image shall be able to be adjusted to any size and position on the CCTV video image, and the combined output shall be recordable to VCR. D. SONAR INSPECTION QUALITY CONTROL (the following, or acceptable equal, will be provided) 1. Contractor must have completed a minimum of 10,000 LF of Sonar inspections 2. Contractor must have a minimum of 6 months actual job experience 3. Contractor must have a minimum of one (1) Sonar trained technicians on staff E. SONAR INSPECTION DELlVERABLES 1. Full detailed reports using either PACP or WRc syntax 2. Summary Reports; Major Defect Summary, Inspection Success Summary, Profile Reports. 3. Sonar images, High resolution, with free issue viewing software. Photos, hard copy, JPEGs. NOTE: Proof of the quality control requirements for section D above must be submitted with the proposal or within 48 hours of request. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 35 TOWN OF PALM BEACH RFP NO 2008-23 Cleaning and Evaluation of the Storm and Sanitary Lines and Structures PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS Proposer shall submit one (1) original and five (5) copies in a clear, concise format, on 8 1f2 " x 11" paper, in English, The proposal shall contain tabbed sets of the information required herein to be considered for award, Omission of required data may be cause for disqualification. Any other information thought to be relevant, but not applicable to the enumerated sections, should be provided as an appendix to the proposal. If publications are supplied by a Proposer to respond to a requirement, the response should include reference to the document number and page number. Proposals not providing this reference will be considered to have no reference materials included in the additional documents. Proposals must be properly signed in ink by the owner/principal having the authority to bind the firm to this agreement. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS An original copy (so marked) and five (5) copies to include the following shall be submitted for a proposing firm to be considered: 1, Title Page, Title page shall provide the request for proposals' subject, the firm's name, the name, address and telephone number of contact person, and the name, address, principal place of business and telephone number of legal entity with whom the contract is to be written. 2. Table of Contents. The table of contents of the proposal should include a clear and complete identification of the materials submitted by section and page number. 3. Transmittal Letter. This letter will summarize in a brief and concise manner the Proposer understands of the work to be performed, the commitment to perform the work within the anticipated time period, a statement why the firm believes itself to be best qualified to provide the services, and a statement that the proposal remains in effect for ninety (90) days, An authorized agent of the Proposer must sign the Letter of Transmittal indicating the agent's title or authority, 4, Detailed Technical Proposal. The detailed proposal should follow the order set forth in this Request for Proposal. 5. Executed copy of Drug Free Workplace. 6. Statement acknowledging receipt of each addendum issued by the TOWN. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 36 Proposals must be submitted in a sealed envelope/package clearly marked with the name of the proposing firm and the following: "Request For Proposal - RFP 2008-23 "Cleaning and Evaluation of Storm and Sanitary Lines and Structures". 3-3 TECHNICAL PROPOSAL General Requirements - The purpose of the technical proposal is to demonstrate the qualifications, competence, capacity and methodology of the firms seeking to provide the services in conformity with the requirements of this Request for Proposal. As such the substance of proposals will carry more weight than their form or manner of presentation. The technical proposal should demonstrate the combined qualifications of the firm and of the particular staff to be assigned to this engagement. It should also specify an approach that will meet the Request for Proposal requirements. The technical proposal should address all of the points outlined in the Request for Proposal. The proposal should be prepared simply and economically, providing a straightforward, concise description of the proposer's capabilities to satisfy the requirements of the Request for Proposal. While additional data may be presented, the following subjects must be included. Section 1: INTRODUCTION LETTER An introduction letter introducing the Company including the corporate name (if applicable), address and telephone number of principal office, number of years in business and size of staff. Include a reproduction of Corporate Charter Registration, if applicable. Indicate the primary person responsible for this project. Introduction shall be signed by an individual authorized to bind the firm. Briefly state that the Proposer understands of the work to be done, and make a positive commitment to perform and complete the project. Section 2: APPROACH TO THE PROJECT The proposal shall include a description of the proposed service, with any exhibits or documentation deemed essential, addressing the following phases of the proposed service: · Overall approach and methods to achieve a fully functional project · Describe involvement of Town staff; · Describe the current work load; · Methodology intended to implement and accomplish line and structure cleaning and evaluating of sanitary and storm systems. · All fees and charges. Please provide us with information as to: · New technologies and new processes · Recommendations to provide additional services, if any Section 3: PAST EXPERIENCE The proposal shall include past performance, including the total number of similar locations successfully operated. Proposals will only be considered from qualified firms. The following information shall be included regarding the Company's experience in line cleaning, televising and data preparation: RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 37 Provide a list of all customers for which you provided a similar service within the past three years of the scope and nature of work required by this RFP. These references must include, as a minimum: name of company, contact person, address, and telephone number. References shall include the general description of the project, the dates, footage and/or number of structures and whether time lines were met. Additional experience will be evaluated. Letters of Commendations or Recommendation may be included in this section, Section 4: OPERATIONAL INFORMATION Proposers shall submit the following information as described in the sections below: A) Proposed staffing levels; B) Disposal of cleaning debris C) Proposed storage options D) Type and length of time for report generation and format E) Provide resumes of all persons who will be involved in the business and the actual operations. F) Provide a listing of the types of equipment that will be used. Section 5: COST DETAIL Complete price proposal submittal for any and all services you provide as unit price (in dollars and cents.) Cleaning, televising, root cutting, smoke testing and CCTV evaluation will be priced in cost per yard. Structure cleaning, engineering and special reports as well as by-pass pumping will be charged at cost per hour. Mobilization cost should be added to consider minimum items and lengths. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 38 TOWN OF PALM BEACH RFP NO 2008-23 Cleaning and Evaluation of the Storm and Sanitary Lines and Structures PART IV EVALUATION OF PROPOSALS 4-1 EVALUATION AND AWARD The Town will select proposals deemed most qualified based on the submittal criteria. The Selection Committee will rank those Proposers whose proposals are deemed most qualified. The Town reserves the right to select the proposal which in the opinion and sole discretion of the Town will be in the best interest of and/or most advantageous to the Town. The Town reserves the right to waive any irregularities and technicalities and may at its discretion request re-submittal of proposals. 4-2 SELECTION COMMITTEE - A Selection Committee, consisting of Town personnel, will convene, review and discuss all proposals submitted. The Purchasing Agent will chair the committee, 4-3 REVIEW OF PROPOSALS - The Selection Committee will use a point/percentage formula during the review process to score proposals. 4-4 EVALUATION CRITERIA - The criteria and weights as shown herein shall be utilized in the evaluation of the proposals. The Selection Committee will evaluate all responsive written proposals to determine which proposals best meet the needs of the Town, based on the evaluation criteria. It is expected that a contract will be executed between both parties for the services as may be necessary. The evaluation criteria will be based on Qualifications and Experience, Quality of Services, Technical Approach to the Project, New technology and processes, Operational information, Financial Information and Cost Detail. 4-5 INNOVATIVE CONCEPTS AND RECOMMENDATIONS - Any innovative concepts and recommendations for expansion of services or to enhance the quality of services to the TOWN that the Proposer considers pertinent for consideration should be included in the proposal. 4-6 SELECTION - Consultant selection and award of contract shall be done in accordance with Town policies and procedures. The Selection Committee will evaluate, rank all qualified proposers, and may prepare a shortlist. Additionally the Committee may receive presentations and recommend to the Town Council one firm determined to be the most qualified to provide the services required, The Town will negotiate a contract with the top ranked firm, or succeeding ranked firm should negotiations fail. Award shall be based on all the information submitted by the consultant and a thorough review of all references provided based upon criteria set forth herein. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 39 4-7 ORAL PRESENTATIONS - Upon completion of the evaluation of all written proposals, the Selection Committee shall determine whether to recommend award to the Proposer with the highest score, or may invite those firms in the "Competitive Range" to give an oral presentation. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. The Evaluation Criteria may be changed for the oral presentations evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Additionally, during the oral presentations, the proposers shall include (but not be limited to) their approach to the project. The proposed Project Manager should be in attendance. Finalists will be informed as to the revised criteria prior to their oral presentation. 4-8 FINAL SELECTION - The Selection Committee will submit the recommended award to the highest ranked proposer (with all proposers in ranked order) to the TOWN Council for final approval. The TOWN will select the firm that meets the best interests of the TOWN. The TOWN shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The TOWN's decisions will be final. Upon Council authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the TOWN will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected, RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 40 TOWN OF PALM BEACH RFP NO 2008-23 Cleaning and Evaluation of the Storm and Sanitary Lines and Structures PRICE PROPOSAL SUBMITTAL ITEM UNIT OF UNIT NO. DESCRIPTION MESSURE PRICE 1 Mobilization - we less than 10,000 LF per we Storm Sewer Pipe 2 Cleaning 8" Storm Sewer Pipe LF 3 Cleaning 10" Storm Sewer Pipe LF 4 Cleaning 12" Storm Sewer Pipe LF 5 Cleaning 15" Storm Sewer Pipe LF 6 Cleaning 18" Storm Sewer Pipe LF 7 Cleaning 21" Storm Sewer Pipe LF 8 Cleaning 24" Storm Sewer Pipe LF 9 Cleaning 30" Storm Sewer Pipe LF 10 Cleaning 36" Storm Sewer Pipe LF 11 Cleaning 42" Storm Sewer Pipe LF 12 Cleaning 48" Storm Sewer Pipe LF 13 Cleaning 54" Storm Sewer Pipe LF 14 Cleaning 60" Storm Sewer Pipe LF 15 Cleaning 66" Storm Sewer Pipe LF 16 Cleaning 72" Storm Sewer Pipe LF Debris disposal if required by Contractor Cubic Yard 17 CCTV 8" Storm Sewer Pipe LF 18 CCTV 10" Storm Sewer Pipe LF 19 CCTV 12" Storm Sewer Pipe LF 20 CCTV 15" Storm Sewer Pipe LF 21 CCTV 18" Storm Sewer Pipe LF 22 CCTV 21" Storm Sewer Pipe LF 23 CCTV 24" Storm Sewer Pipe LF 24 CCTV 30" Storm Sewer Pipe LF 25 CCTV 36" Storm Sewer Pipe LF 26 CCTV 42" Storm Sewer Pipe LF 27 CCTV 48" Storm Sewer Pipe LF 28 CCTV 54" Storm Sewer Pipe LF 29 CCTV 60" Storm Sewer Pipe LF COMPANY DATE RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 41 30 CCTV 66" Storm Sewer Pipe LF 31 CCTV 72" Storm Sewer Pipe LF 32 Sonar 21" Storm Sewer Pipe LF 33 Sonar 24" Storm Sewer Pipe LF 34 Sonar 30" Storm Sewer Pipe LF 35 Sonar 36" Storm Sewer Pipe LF 36 Sonar 42" Storm Sewer Pipe LF 37 Sonar 48" Storm Sewer Pipe LF 38 Sonar 54" Storm Sewer Pipe LF 39 Sonar 60" Storm Sewer Pipe LF 40 Sonar 66" Storm Sewer Pipe LF 41 Sonar 72" Storm Sewer Pipe LF Sanitary Sewer Pipe 42 Cleaning 6" Gravity Pipe LF 43 Cleaning 8" Gravity Pipe LF 44 Cleaning 10" Gravity Pipe LF 45 Cleaning 12" Gravity Pipe LF 46 Cleaning IS" Gravity Pipe LF 47 Cleaning 18" Gravity Pipe LF 48 Cleaning 21" Gravity Pipe LF 49 Cleaning 24" Gravity Pipe LF 50 Cleaning 30" Gravity Pipe LF 51 Cleaning 36" Gravity Pipe LF 52 Cleaning 42" Gravity Pipe LF 53 Cleaning 48" Gravity Pipe LF 54 Cleaning 54" Gravity Pipe LF 55 Cleaning 60" Gravity Pipe LF 56 Cleaning 66" Gravity Pipe LF 57 Cleaning 72" Gravity Pipe LF Debris disposal if required by Contractor Cubic Yard 59 CCTV 6" Gravity Pipe LF 60 CCTV 8" Gravity Pipe LF 61 CCTV 10" Gravity Pipe LF 62 CCTV 12" Gravity Pipe LF 63 CCTV 15" Gravity Pipe LF 64 CCTV 18" Gravity Pipe LF 65 CCTV 21" Gravity Pipe LF 66 CCTV 24" Gravity Pipe LF 67 CCTV 30" Gravity Pipe LF 68 CCTV 36" Gravity Pipe LF 69 CCTV 42" Gravity Pipe LF 70 CCTV 48" Gravity Pipe LF 71 CCTV 54" Gravity Pipe LF 72 CCTV 60" Gravity Pipe LF COMPANY DATE RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 42 73 CCTV 66" Gravity Pipe LF 74 CCTV 72" Gravity Pipe LF 75 Sonar 21" Gravity Pipe LF 76 Sonar 24" Gravity Pipe LF 77 Sonar 3D" Gravity Pipe LF 78 Sonar 36" Gravity Pipe LF 79 Sonar 42" Gravity Pipe LF 80 Sonar 48" Gravity Pipe LF 81 Sonar 54" Gravity Pipe LF 82 Sonar 60" Gravity Pipe LF 83 Sonar 66" Gravity Pipe LF 84 Sonar 72" Gravity Pipe LF Additional Services 85 Pump Station, Wet-Well Catch-Basin Cleaning HR Debris disposal if required by Contractor Cubic Yard Bv-Pass Pumping 86 4 Inch pump Setup Each Maintenance Hour 87 6 Inch Pump Setup Each Maintenance Hour 88 8 Inch Pump Setup Each Maintenance Hour 89 12 Inch Pump Setup Each Maintenance Hour Root CuttinQ 90 Root Cutting 6" Pipe LF 91 Root Cutting 8" Pipe LF 92 Root Cutting 10" Pipe LF 93 Root Cutting 12" Pipe LF 94 Root Cutting is'' Pipe LF 95 Root Cutting 18" Pipe LF 96 Root Cutting 21" Pipe LF 97 Root Cutting 24" Pipe LF 98 Root Cutting 3D" Pipe LF 99 Root Cutting 36" Pipe LF 100 Root Cutting 42" Pipe LF 101 Root Cutting 48" Pipe LF 102 Root Cutting 54" Pipe LF 103 Root Cutting 60" Pipe LF 104 Manhole/Structure Inspection EA COMPANY DATE RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 43 105 Smoke Testing LF 106 Traffic Control Lump Sum Laterals 107 Inspection from clean out EA 108 Inspection from main EA Mechanical c1eaning/tuburculation removal 109 8" - 21" LF 110 24" - 54" LF 111 Manhole Mapping and Mapping Update Per Manhole 112 Survey Grade GPS Per Manhole 113 Manhole Viewing, Simplified Spreadsheet Report Per Manhole Per pipe 114 Pipe Segment Video Viewing, Diagnosis, Rating, and Ranking segment Per pipe 115 Pipe Segment Video Viewing, Simplified Spreadsheet Form segment 116 Evaluation of Existing CCTV Inspection Tapes Per foot 117 Wastewater Flow Monitoring per meter week Per pipe 118 Rainfall Monitoring Meter segment Per pipe 119 Flow Isolation (Weiring) segment 120 Dye Testing Each 121 Dye Flooding Each 122 Writing Reports HR 123 Engineering Services- as needed HR COMPANY DATE ._",--"--_.~..._,---~_.,,..,.,-_......".".._._---,-~",~_._---"-~-,.~..,_..~._...,--_.._-".._-~-,_. ._._~,._----_._-----_._.._.----_.^._._-- Acknowledgement is hereby made of the following Addenda received since issuance of Specifications: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No, Dated: Addendum No. Dated: Addendum No. Dated: Name of Proposer's Contact Person: Address: Phone Number: Fax Number: RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 44 The hereby undersigned representative submits this proposal and certifies that they are an authorized representative of the proposer who may legally bind the proposer: *5IGNA TURE: Name: Printed Title: Address: Company: City: Legally registered name State: Zip: Telephone No: Fax No: Federal 10 No. "'Failure to affix signature may result in disqualification of proposal. RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 45 RFP NO 2008-23 Cleaning and Evaluation Of Storm and Sanitary Lines and Structures PROPOSERS QUALIFICATIONS The Contractor, as a result of this proposal, MUST hold a County andlor Municipal Contractor's Occupational License in the area of their fixed business location. Each proposer MUST complete the following information and submit with hislher bid in order for the bid to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation ( Partnership ( ) Individual ( 3, If Corporation, state: Date of Incorporation: State in which Incorporated: 4, If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The Vendor's length of time in business: years 7, The Vendor's length oftime (continuous) in business as a service organization in Florida: years 8, Provide a list of at least five commercial or government references that the proposer has supplied services as described herein, during the last twenty-four months. 9, A copy of County andlor Municipal Occupational License(s) held by Vendor Note: Information requested herein and submitted by the proposers wilf be analyzed by the Town of Palm Beach and will be a factor considered in awarding any resulting contract, The purpose is to insure that the Proposers, in the sole opinion of the Town of Palm Beach, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as wilf be required by the subject contract, If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply, RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 46 LIST OF CURRENT & PERTINENT PROFESSIONAL REFERENCE RFP NO 2008-23 Cleaning and Evaluation Of Storm and Sanitary Lines and Structures The following is a list of at least five (5) current and pertinent professional references that the Town can contact in relation to Proposer's qualifications, financial stability, and experience. Failure to furnish this information may be grounds for rejection of the proposal. 1, Name and Address of Firm, City, County, or AQency Scope of Work: Date(s): Amo.unt: Co.ntact: Teleoho.ne No.: For Town Use Only: Comments: Reference Verified: Yes No 2. Name and Address of Firm, City, County, or Aqency Scope of Work: Data(s): Amo.unt: Contact: talepho.ne No: For ToWn Use Only: Comments: Reference Verified: Yes No 3, Name and Address of Firm, City, County, or Agency Scope of Work: Date(s): Amo.unt: Co.ntact: Telaoho.ne No.: For Town Use Only: Comments: Reference Verified: Yes No 4. Name and Address of Firm, City, County, or Aqency Scope of Work: Date(s): Amo.unt: Co.ntact: Telepho.ne No.: For Town Use Only: Comments: Reference Verified: Yes No 5. Name and Address of Firm, City, County, or Agency Scope of Work: Date(s): Amo.unt: Co.ntact: TeleDho.ne No.: For Town Use Only: Comments: Reference Verified: Yes No RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 47 RFP NO 2008-23 Cleaning and Evaluation Of Storm and Sanitary Lines and Structures DRUG-FREE WORK PLACE CERTIFICATION Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the Town of Palm Beach for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition, 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1), 4, In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or nolo contendre to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5, Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Individual's Name) of (Title/Position with CompanyNendor) (Name of CompanyNendor) Who does hereby certify that said CompanylVendor has implemented a drug-free workplace program, which meets the requirements of Section 287,087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 48 TOWN OF PALM BEACH RFP NO 2008-23 Cleaning and Evaluation Of Storm and Sanitary Lines and Structures JOINT BIDDING, COOPERATIVE PURCHASING FORM PURCHASING AGREEMENT WITH OTHER GOVERNMENT AGENCIES This Certification submitted by (Individual's Name) The ~ (Title/Position with Vendor/Contractor) (Name of CompanyNendor) Who does hereby certify that the proposal(s) submitted in response to the Town of Palm Beach RFP No. 2008-23 for Cleaning and Evaluation of the Storm and Sanitary lines and Structures for Town of Palm Beach shall constitute a proposal to any Political Subdivision of the State of Florida under the same conditions, for the same prices and the same effective period as this proposal, unless specifically declined below. This joint proposal is submitted with the understanding that it in no way restricts or interferes with the right of any Political Subdivision of the State of Florida to re-bid any or all items, Bidder accepts this condition Bidder does not accept this condition Signature Address City/State/Zip Telephone Number State of Florida, County of Before me this day personally appeared , who, being duly sworn deposes and states that the foregoing is a true and correct certification as presented. Witness my hand and official seal, this day of , 2008 A.D. My commission expires Notary Public State of Florida RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 49 TOWN OF PALM BEACH LIST OF PROPOSED SUBCONTRACTORS RFP NO. 2008-23 Cleaning and Evaluation Of Storm and Sanitary Lines and Structures The undersigned Proposer hereby designates, as follows, all major subcontractors whom he/she proposes to utilize for the major areas of work for the project. The bidder is further notified that all subcontractors shall be properly licensed, bondable and shall be required to furnish the Town with a Certificate of Insurance in accordance with the contract general conditions, Failure to furnish this information shall be grounds for rejection of the bidder's proposal. (If no subcontractors are proposed, state "None" on first line below,) Name and Address of Subcontractor Scooe of Work License # 1. 12 I 3 14 I 5 Signature and Date Title/Company RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 50 EVALUATION CRITERIA RFP NO 2008-23 Cleaning and Evaluation of Storm and Sanitary Sewer Lines and Structures ',,' '.' ...... --II. WA....'."h.t .. ,... .( '" . '. .:IJ'lig......... ..... ,<. " .{ i ,.U il; Qualifications and Experience I Ability of Professional Personnel/ Financial · Expertise of human resources 25% · Qualifications & experience of the firm, & its sub-contractors/suppliers relevant to the Scope of Work . Availability of qualified personnel . Availability of Equipment . Ability to meet set standards · Previous contracting experience with the Town and other governmental agencies · Financial resources and capabilities/financial stateme"t certified by a CPA .Annual Report submitted and determined adequate by Town · Evidence of insurance and/or bonding capacity Quality of Services · Conveyance of a willingness to work with Town staff to maximize resources 25% · The ability to satisfactorily convey, via the completeness and responsiveness of their Proposal, a depth of understanding of the Scope of Work and the firm's capacity to accomplish it successfully · High quality level of services to be provided to Town Technical Approach to the Project I Scope of Work 25% · Understanding of Town needs · Approach to the Project and Methodology · Technical Soundness of the proposal · Applicability of the services offered · Meeting the Town's operational requirements Fee . Pricing Structure 20% · Fee Schedule work sheet . Any other Costs Other 5% · Overall completeness, clarity and quality of proposal · Location of firm · Time frames and delivery dates / Project Schedule . Volume of Work in process RFP NO 2008-23 - Cleaning and Evaluation of Storm and Sanitary Lines and Structures Page 51 EXHIBIT C PRICE LIST OF SERVICES FOR CITY OF BOYNTON BEACH Page 7 S:\CA\AGMTS\Piggyback (AUI-Utilities),doc I and I Program Phase V HALF HALF TOTAL TOTAL TOTAL LIGHT HEAVY TOTAL TOTAL HEAVY MH LS DIAMETER FOOTAGE CCTV TOTAL CCTV LIGHT CLEAN FOOTAGE CLEAN CLEAN FOOTAGE CLEAN MH GPS INSPECTION TOTAL PRICE PER BASIN 317 8" 9023 :til.25 :till ,278.75 :til.25 4511.5 :ti5,639.38 $2,50 4511.5 $11,278,75 :ti28,196,88 10" 1078 $1,25 $1,347.50 $1,25 539.0 $673,75 $2.50 539.0 $1,347.50 $3,368,75 12" 1254 $1.25 $1,567.50 $1.50 627.0 $940,50 $3.50 627,0 $2,194.50 $4,702,50 15" 696 $1.25 $870.00 $1.50 348.0 $522.00 $3.50 348.0 $1,218.00 $2,610.00 MH 48 $1,680.00 $2,880.00 $4,560.00 FOOTAGE 12051 $43,438,13 501 8" 3480 $1,25 $4,350.00 $1,25 1740.0 $2,175.00 $2.50 1740.0 $4,350.00 $10,875.00 10" 489 $1.25 $611.25 $1.25 244.5 $305,63 $2.50 244,5 $611.25 $1,528.13 MH 16 $560.00 $960,00 $1,520,00 FOOTAGE 3969 $13,923.13 502 8" 10873 $1,25 $13,591.25 $1.25 5436.5 $6,795,63 $2,50 5436,5 $13,591,25 $33,978.13 12" 1062 $1.25 $1,327.50 $1,50 531,0 $796.50 $3.50 531.0 $1,858.50 $3,982,50 MH 48 $1,680,00 $2,880.00 $4,560.00 FOOTAGE 11935 $42,520,63 503 8" 8362 $1.25 $10,452,50 $1.25 4181.0 $5,226.25 $2.50 4181.0 $10,452.50 $26,131,25 MH 33 $1,155.00 $1,980.00 :ti3,135.00 FOOTAGE 8362 $29,266.25 504 8" 2992 $1.25 $3,740,00 $1,25 1496,0 $1,870.00 $2.50 1496.0 $3,740.00 $9,350,00 MH 12 $420.00 $720.00 $1,140.00 FOOTAGE 2992 $10,490,00 505 8" 2286 $1,25 $2,857,50 $1.25 1143.0 $1,428.75 $2.50 1143.0 $2,857.50 $7,143.75 MH 9 $315.00 $540.00 $855.00 FOOTAGE 2286 $7,998,75 506 8" 1689 $1,25 $2,111,25 $1.25 844.5 $1,055.63 $2.50 844.5 $2,111.25 $5,278.13 MH 7 $245,00 $420.00 $665,00 FOOTAGE 1689 $5,943.13 507 8" 7379 $1.25 $9,223.75 $1.25 3689.5 $4,611,88 $2.50 3689.5 $9,223.75 $23,059.38 MH 30 $1,050.00 $1,800.00 $2,850.00 FOOTAGE 7379 $25,909,38 513 8" 2085 $1.25 $2,606.25 $1.25 1042.5 $1,303.13 $2.50 1042,5 $2,606.25 $6,515,63 MH 8 $280.00 $480.00 $760,00 FOOTAGE 2085 $7,275.63 516 8" 8368 $1.25 $10,460.00 $1.25 4184.0 $5,230,00 $2,50 4184.0 $10,460.00 $26,150.00 10" 197 $1.25 $246.25 $1.25 98.5 $123.13 $2.50 98.5 $246.25 $615.63 MH 34 $1,190,00 $2,040,00 $3,230.00 Page 1 of 4 I and I Program Phase V FOOTAGE 8565 $29,995.63 517 8. 13092 $1.25 $16,365.00 $1.25 6546,0 $8,182,50 $2,50 6546.0 $16,365.00 $40,912.50 MH 52 $1,820,00 $3,120,00 $4,940.00 FOOTAGE 13092 $45,852.50 520 8" 5570 $1.25 $6,962.50 $1.25 2785.0 $3,481,25 $2.50 2785.0 $6,962.50 $17,406,25 MH 22 $770.00 $1,320.00 $2,090,00 FOOTAGE 5570 $19,496,25 601 6" 166 $2.00 $332.00 $1.25 83.0 $103,75 $2.50 83.0 $207.50 $643.25 8" 3623 $1.25 $4,528.75 $1.25 1811.5 $2,264.38 $2.50 1811.5 $4,528.75 $11,321,88 MH 14 $490.00 $840.00 $1,330.00 FOOTAGE 3789 $13,295,13 602 8. 17346 $1,25 $21,682.50 $1.25 8673,0 $10,841.25 $2.50 8673.0 $21,682.50 $54,206.25 10" 1554 $1.25 $1 942.50 $1.25 777.0 $971,25 $2,50 777.0 $1,942,50 $4,856.25 12" 1184 $1.25 $1,480.00 $1.50 592.0 $888.00 $3.50 592.0 $2,072.00 $4,440.00 15" 291 $1,25 $363.75 $1,50 145.5 $218.25 $3.50 145.5 $509.25 $1,091.25 MH 82 41,0 41.0 $2,870,00 $4,920.00 $7,790.00 FOOTAGE 20375 $72,383.75 615 8" 14172 $1,25 $17,715.00 $1,25 7086.0 $8,857.50 $2.50 7086.0 $17,715.00 $44,287,50 10" 487 $1.25 $608.75 $1.25 243.5 $304.38 $2.50 243.5 $608,75 $1,521.88 MH 59 $2,065.00 $3,540,00 $5,605.00 FOOTAGE 14659 $51,414.38 701 8. 6066 $1,25 $7,582.50 $1.25 3033.0 $3,791.25 $2.50 3033.0 $7,582.50 $18,956,25 MH 24 $840.00 $1,440,00 $2,280.00 FOOTAGE 6066 $21,236,25 707 6" 102 $2,00 $204,00 $1.25 51.0 $63.75 $2,50 51.0 $127.50 $395,25 8" 17369 $1.25 $21,711.25 $1.25 8684.5 $10,855.63 $2.50 8684.5 $21,711.25 $54,278.13 MH 70 $2,450.00 $4,200.00 $6,650.00 FOOTAGE 17471 $61,323,38 709 8" 9356 $1.25 $11,695.00 $1.25 4678.0 $5,847.50 $2.50 4678.0 $11,695.00 $29,237,50 MH 37 $1,295.00 $2,220.00 $3,515,00 FOOTAGE 9356 $32,752,50 710 8" 26095 $1,25 $32,618.75 $1.25 13047.5 $16,309,38 $2.50 13047.5 $32,618.75 $81,546,88 10" 1968 $1.25 $2,460.00 $1.25 984.0 $1.230.00 $2,50 984.0 $2,460.00 $6,150.00 MH 112 $3,920.00 $6,720.00 $10,640,00 FOOTAGE 28063 $98,336.88 712 8" 7295 $1.25 $9,118.75 $1.25 3647,5 $4,559.38 $2.50 3647,5 $9,118,75 $22,796,88 10" 4798 $1.25 $5,997.50 $1.25 2399,0 $2,998.75 $2.50 2399.0 $5,997.50 $14,993,75 Page 2 of 4 I and I Program Phase V 12" 573 $1,25 $716.25 $1.50 286.5 $429.75 $3,50 286,5 $1,002.75 $2,148.75 MH 51 $1,785,00 $3,060,00 $4,845.00 FOOTAGE 12666 $44,784.38 715 8" 4982 $1.25 $6,227.50 $1,25 2491,0 $3,113.75 $2.50 2491.0 $6,227.50 $15,568.75 MH 20 $700.00 $1,200,00 $1,900,00 FOOTAGE 4982 $17,468.75 801 8" 31687 $1.25 $39,608.75 $1.25 15843.5 $19,804.38 $2.50 15843,5 $39,608.75 $99,021,88 10" 2738 $1.25 $3,422,50 $1.25 1369.0 $1,711,25 $2.50 1369.0 $3 422.50 $8,556.25 12" 205 $1.25 $256.25 $1.50 102,5 $153.75 $3.50 102,5 $358.75 $768.75 15. 74 $1.25 $92.50 $1.50 37.0 $55.50 $3,50 37,0 $129.50 $277.50 18" 1622 $1.75 $2,838.50 $2.00 811.0 $1.622.00 $4.00 811.0 $3,244.00 $7,704.50 21" 865 $1.75 $1,513.75 $2.00 432.5 $865.00 $4.00 432.5 $1,730,00 $4,108,75 MH 148 $5,180.00 $8,880.00 $14,060,00 FOOTAGE 37191 $134,497.63 802 8" 13607 $1.25 $17,008,75 $1.25 6803,5 $8,504.38 $2.50 6803.5 $17,008.75 $42,521 ,88 12. 1409 $1.25 $1,761.25 $1.50 704.5 $1,056.75 $3,50 704.5 $2,465.75 $5,283.75 MH 60 $2,100.00 $3,600,00 $5,700,00 FOOTAGE 15016 $53,505.83 804 8" 474 $1.25 $592.50 $1.25 237.0 $296.25 $2,50 237.0 $592,50 $1,481.25 MH 2 $70.00 $120.00 $190,00 FOOTAGE 474 $1,671,25 805 8" 14383 $1.25 $17,978.75 $1,25 7191.5 $8,989.38 $2.50 7191.5 $17,978.75 $44,946.88 MH 58 $2,030.00 $3,480,00 $5,510,00 FOOTAGE 14383 $50,456.88 808 8" 3455 $1,25 $4,318,75 $1.25 1727.5 $2,159.38 $2.50 1727.5 $4,318.75 $10,796.88 MH 14 $490.00 $840.00 $1,330,00 FOOTAGE 3455 $12,126.88 809 8" 7637 $1.25 $9,546,25 $1.25 3818.5 $4,773.13 $2.50 3818,5 $9,546,25 $23,865.63 MH 31 $1,085,00 $1,860.00 $2,945,00 FOOTAGE 7637 $26,810,63 810 8" 1706 $1.25 $2,132.50 $1.25 853.0 $1,066.25 $2.50 853.0 $2,132.50 $5,331.25 MH 7 $245.00 $420.00 $665.00 FOOTAGE 1706 $5,996.25 811 8" 7255 $1.25 $9,068.75 $1,25 3627.5 $4,534,38 $2.50 3627.5 $9,068.75 $22,671,88 10" 79 $1.25 $98,75 $1.25 39.5 $49.38 $2.50 39,5 $98.75 $246.88 MH 29 $1,015.00 $1,740.00 $2,755.00 FOOTAGE 7334 $25,673.75 Page 3 of 4 I and I Program Phase V 814 8" 4827 $1.25 $6,033,75 $1,25 2413,5 $3,016.88 $2.50 2413.5 $6,033.75 $15,084.38 MH 19 $665,00 $1,140,00 $1,805.00 FOOTAGE 4827 $16,889.38 901 8" 20905 $1.25 $26,131,25 $1.25 10452.5 $13,065.63 $2,50 10452,5 $26,131.25 $65,328.13 10" 846 $1.25 $1,057,50 $1.25 423.0 $528.75 $2.50 423.0 $1,057,50 $2,643,75 MH 87 $3,045.00 $5,220.00 $8,265.00 FOOTAGE 21751 $76,236.88 902 8" 6727 $1.25 $8,408,75 $1.25 3363.5 $4,204.38 $2.50 3363.5 $8,408.75 $21,021.88 MH 27 $945.00 $1,620,00 $2,565,00 FOOTAGE 6727 $23,586.88 903 8" 12085 $1,25 $15,106.25 $1.25 6042,5 $7,553.13 $2,50 6042,5 $15,106.25 $37,765.63 10' 40 $1.25 $50.00 $1,25 20.0 $25,00 $2.50 20.0 $50,00 $125,00 MH 49 $1,715.00 $2,940.00 $4,655.00 FOOTAGE 12125 $42,545.63 904 8" 2369 $1.25 $2.961,25 $1,25 1184.5 $1,480,63 $2.50 1184,5 $2,961.25 $7,403.13 MH 1.0 $350.00 $600.00 $950.00 FOOTAGE 2369 $8,353.13 905 8" 2527 $1.25 $3,158.75 $1.25 1263.5 $1,579,38 $2.50 1263.5 $3,158.75 $7,896.88 10' 20 $1,25 $25,00 $1.25 10.0 $12.50 $2.50 10.0 $25.00 $62.50 MH 10 $350,00 $600.00 $950.00 FOOTAGE 2547 $8,909.38 906 8" 9231 $1.25 $11,538,75 $1,25 4615.5 $5,769.38 $2.50 4615.5 $11,538.75 $28,846.88 MH 37 $1,295.00 $2,220.00 $3,515.00 FOOTAGE 9231 $32,361.88 908 8" 1389 $1.25 $1,736,25 $1.25 694.5 $868.13 $2.50 694.5 $1,736.25 $4,340,63 MH 6 $210,00 $360,00 $570.00 FOOTAGE 1389 $4,910,63 911 8" 8373 $1,25 $10,466.25 $1.25 4186,5 $5,233.13 $2.50 4186.5 $10,466.25 $26,165,63 MH 33 $1,155.00 $1,980.00 $3,135,00 FOOTAGE 8373 $29,300.63 Project Total $1,248,938.00 Page 4 of 4