Loading...
Item 8A- Resolustion No. 18-17RESOLUTION NO- 18-17 A RESOLUTION OFTHE C;l'1 Y OF A1LANTIU BEACH, FLORIDA, AU'1HOKIZUNG HE UITY NIANAGER'lu SIGN AN AC KLEMEN'1 WITH 1NSl'1'UN'uRM '1'EUHUNUL(JGIES, LLC; PIGGYBAUKING ON JEA CONTRACT NO. 152566 DATED 2016 AND APPROVING A PURCHASE ORDER FOR $222,616.68 ON BEHALF OF THE CITY OF ATLANTIC BEACH - WHEREAS, The City's 2006 Sewer Master Plan Update recommended that the City use cured -in-place pipe technology to upgrade the old, cracked clay sewer mains; and WHEREAS, Funds for sewer system rehabilitation and improvements in were approved in the FYI 718 budget by the City Commission; and WHEREAS, 1 he sewer main rehabilitation project for t Y 19 includes cured -in-place pipe (UIFF) lining of approximately 6,8'/0 linear feet (Ll,) of gravity sewer main in the Uak Harbor Subdivision located ott SK AIA• and WHEREAS, Using the JEA Contract No. 152566 unitprices for Insituform Technologies, LLC, the cost for cured -in-place pipe rehabilitation for the project is $112,616.68; and WHEREAS, $3UU,000 for the sewer rehabilitation project (Project #FYU 19 IU) is budgeted in the Sewer Lund under account number 410-5506-535-6300. Nu W THEREFORE, be it resolved by the City Commission othhe City otAtlantic Beach a3 follows: SECTION 1. The City Commission hereby authorizes the City Manager to sign. the co.Aract with Insituform Technologies, LLC to install cured -in-place pipe for the FYI Sewer Rehabilitation Project in the amount of $222,616.68, using specifications and pricing in ir,A Contract No. 152566; SEU 1'luN L_ 1 his Resolution shall taaKe effect immediately upon its passage and adoption. rASShij ANl) At)ur t v D by the Lity of Atlantic tseach, this 14'1' day of may, Lu 19. Ellen Glasser, Mayor Attest: Donna L. tsartle, laity Llerk Approved as to form and correctness: Brenna M. Durclen, City Attorney CITY OF ATLANTIC BEACH CITY COMMISSION MEETING kii-11a"am X13Iiia AGENDA ITEM: Sewer Rehabilitation for FY 2018 SUBMITTED BY: Kayle W. Moore, P.H. Public Utilities Director DATE: April 1-5, 2018 BACKGROUND. The City's 2006 Sewer Master flan Update recommended that the City use cured -in-place pipe technology to upgrade the old, cracked clay sewer mains. For past sewer train rehabilitation projects, the City has piggybacked on existing JEA contracts, These are large dollar contracts that were competitively bid. JEA awarded a three-year contract to Insituform Technologies, LLC on February 26, 2016.for aired -in-place pipe. The sewer main rehabilitation project for FYI will include: • Cured -in-place pipe lining of approximately 6,870 linear feet (LF) of gravity sewer main in the Oak Harbor Subdivision located off SIS. AIA. Using the JEA contract unit prices for Insituform., the cost for cured -in-place pipe rehabilitation for the project is $222,616.68. Any point repairs found necessary would be completed with the City's annual Utility Contractor. Following completion ofthe sewer main lining performed by Insituform Technologies, the: City will coordinate repairing; and coating or lining of sewer manholes where necessary within the Oak Harbor Subdivision. BUDGET: A total of $300,000 for the sewer rehabilitation project (Project #PU1810) is budgeted in the Sewer Fund under account number 410-5506-535-5300. The budgeted amount is anticipated to cover both the CIPP lining rehab and the subsequent sewer manhole lining/rehab. RECOMMENDATION: Authot'ize Insituform Technologies, LLC to install cured -in -plane pipe (CIDP) for the FYI Sewer Rehabilitation project in the amount of $222,616.68, using specifications and pricing in JEA Contract No. 152566. Authorize the City Manager to sign the contract with Insituform Technologies, LLC. ATTACHMEN'T'S: 1. Cost Proposal for project using JEA's Insituform contract pricing. 2. Insituform Teohnologies, T.LC contract. 3. Project Map RE, VIEWED BY CITY MANAGER: �� Legend L'ti, alaana- 40 conflict box 0 fm_val gray, �nh } GRAVOUT VALVE r buc_mh � eb_mh LS_PriveLe ® LiflStailon ♦� WelweCl Road Center Line =•fm gr®voul — fal oulfall r� PlpeUning sanplpe Parcel Polygona - - - _ I i \U E 1 • - to be • • lined �1 i'-� I/ I'i -F - Atlantic Beach, Florida Geographical Information System 0 150 300 Pudic Worlcx [SepnT^Llacnt I P P 2018 018 - O a k H a orb o r 1100 Sandpiper Ln r Allende aei,, KFeet 3..33 141 Wx0ab.U5 W 9-4 -47-5334 AGREEMENT UTILIZING JEA CONTRACT #152566 JBE1 wEhN ME CITY (MATLANTIC BEACH AND IN SIT U FORM TECHNOLOGIES, LLC FOR OAK HARBOR SUBDIVISION SEWED UPGRADE THIS AGREEMENT, made and entered into in duplicate this clay of , 2018 (hereinafter referred to as the "Effective bate"), by and between the Cll Y Ur ATLANTIC BEACH, a n.Luiiicil,al cuiporation existing under the Constitution and the laws ut the State of r lorida, ( hereinafter referred to as the CI T Y) and INSf1UFURNI ECHNULU(i1BS, LLC, a Jllelaware limited liability cumpany autliurized to do business in Florida with principal office at 17988 Edison Avenue, Chestertield, MU 6.juu:5 (hereinafter referred to as the Cuntractor), for the Oak Haiboi Subdivision Sewer Upgrade (hereinalter reterred to as the rruject). W111NESSElH: WHEREAS, effective Pebruary 26, 2U16, JEA entered intu Uontract 1Numbei 152566 (hereinafter reterred to as the "JEA Contract") with Uontractur; and WHEREAS, said Contract is in full force and effect until February 25, 2U19 ai d has been cumpetitively procured and awarded by JEA as contracting authority according to P lorida law; alid WHEREAS, 1'he Atlantic Beach Code, more particularly Section 2--116 (6), (.ode of Or dinances authorizes and allows the CITY to use inter alia contracts of other local guveiiunental entities, including JEA, which have been cumpetitively procured and awarded; and WH1i;RL+'AS, the JBA Cuntract is broad enough to include the rroject and Contractor has agreed to allow the C1 Y to use its JBA Contract; and WHEREAS, it is in the best interest of the parties to use the JEA Contract for the rroject and to add thuse cuntractual provisions the CITY is required to use by ordinance or policy; now therefore IN CONSIDERATION of the premises and of the mutual covenants and agreements hereinafter contained, and for ether good and valuable consideration the patties agree as follows: ARTICLE 1: Incorporation of Recitals. The above stated recitals are true and correct and, by this reference, are made a part hereof and erre incorporated herein. ARTICLE 2: Engagement of Contractor: CITY hereby engages Contractor and Contractor -hereby accepts said engagement fear the purpose of constructing Cured -in -dace Pipe for the Oak Harbor Subdivision Sewer Upgrade Project, as described in and according to the: previsions of: the JEA Contract and its exhibits, equipment descriptions and quotations made thereunder (hereinafter referred to as the 'Work), and, by this reference, made a part hereof and are incorporated herein; and in accordance with the other provisions, required by law, ordinance or policy for the CITY, contained in this Agreement. With respect to the Project, the provisions, terms and condition of the; JEA Contract shall apply uliless specifically preempted herein. Therefore, any conflict between the provisions of this Agreement and those in the JEA Contract shall be resolved in favor of this Agreement, bort only to the extent of any conflict. ARTICLE 3: Coordination and Services Provided by C::ITY: CITY shall designate a Project Manager who will, on behalf of the CITY, coordinate with Contractor and administer this Agreement according to the terms and conditions contained herein and in the Exhibit(s) attached .hereto and made a part hereof. It shall be the responsibility of Manager to coordinate all Project related activities with the; designated Project Manager. The CITY's Project Manager shall be: ICayle Moore, P.E., Public Utilities Director (Phone: 904-247-5834; Fax: 904-247-5843; E-mail: kmooreacoab.us) or other designee as directed by the Public Utilities Director. ARTICLE 4: Duration of Agreement/Pricing Available to Other Entities: The term of this Agreement shall commence on the Effective Date and shall continue and remain in fall force and effect as to all its terms, conditions and provisions as set forth herein, through a period of time which is the earlier of the Contractor's delivery and City's acceptance of the Project within the: time period set forth in any purchase carder or twelve (12) months from the Effective Date. ARTICLE 5: Payments for Services of Contractor: 5.1. lxcept as provided in Section .5.2 hereof, the CITY will compensate Contractor for the Project in accordance with purchase orders issued and used by the City of Atlantic Beach Purchasing Department; provicled however, payment invoices shall be sent to the authorized City representative as specified in said purchase order or other subsequent written instrument signed by the City's Project Manager. 5.2. Notwithstanding any contrary provision, the maximum indebtedness of the CITY for all fees, reimbursable items or other casts, to the Contractor for the Project, pursuant to this Agreement, shall not exceed the amount of Two Hundred Twenty -Two Thousand, Six Hundred and Sixteen Dollars and Sixty -Bight Centers ($222,616.613) unless approved in writing by amendment to the Purchase Order. ARTICLE 6: Notice: Any and all required notice to the CITY under this Agreement shall be delivered by certified mail, return receipt requested, or by other delivery with receipt to the fallowing: IC_ayle W. Moore, P.L. Public Utilities Director 902 Assisi Lane Jacksonville, FL 32233 kmoore(a?coab.us ARTICLE 7 Laws, Ordinances, Rules and Regulations: In the construction of the Project, the Contractor must comply with any and all applicable federal, state and local laws, rules, regulations and ordinances, as the same exist and may be amended from time to time. Such laws, rules, regulations and ordinances shall include, but are not limited to, Chapter 1.19, Florida Statutes, (the Florida Public Records —3— Law) and Section 280.011, Aortia Statutes, (the i lurida Sunshine Law), as they apply to the Project contemplated in this Agreement. It any of the obligations of this Agreement are to be purfoimed by a subcontractor, the provisions of this Section shall be incorporated into and become a part of the subcontract. AR11C;LE N: convict of interest: The parties will tollow the provisions of applicable urdinanccs and laws with respect to required disclosures by public otlicials who have or acquire a Iiiiancial interest in a bid or contract with the CITY, to the extent the parties are aware of the same. AR11CLE 9: loon Discrimination: The Lontractor represents that it has adupted and will maintain a pulicy of non discrimination against employees or applicants for employment on account of race, religion, sex, culuf, national origin, age or handicap, in all areas of employment relations, throughout the term of this Agicument. The Coritractur agrees that, if any of the Services to be provided pursuant to this Agreement are to be pu formed by a subcuntfactor, the provisions of this Article shall be incorpurated into aid becumu a pai-t of the subcontract. ARTICLE 10; Counterparts: The pai-tios agree that f6f the execution of this agreement, time is of the essence. I tleretore, this Agreement, and all amendinents thereto, may be executed in several counterparts, each of which shall be deemed an original, and all of such cuuntuipaii-ts together shall constitute one and the same instrument. Ilrc pailles turther agree that facsiniil� ("fad") or �-mail transmission of all signatures with originals to tollow shall constitute and be evidence of an executed Agreement. [Remainder of page is left blanli intentionally. Signature huge Iollows immediately.] MIM IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above wiitteii. Al"1ENl: Donna Bartle City clerk Cr1 Y OF ATLANTIC BEACH Joe Geiiity City Manager LN Si l uju unm 1 ECHNOLOGIES, LLC ATTEST: Debra Jasper Diane Partridge Contracting and Attesting uffice, Contacting and Attesting Officer —5— CONTRACT BE.1-WELIA JEA AND INSITIUFORM TEi;M'VOLOGIES, LLC, JEW CONFRiA.C`1' # 132566 THIS COivTKAC'r is executed as of this 2A day of February, 2016 (me "Eiteedve Date"), by and botwvun JEA, a body politic and corporate, with its t,rincipRI addtess at 21 w. Church Street, Jacksonville, FL 32202, in Duval County; FImida ("JEA"), i;Ld INsfi,tiFoRm I-ECHNOLOGIES, LLC., a limited liability colpolation existing under the Laws of the Delawa—Le with its prineipiU office luaated at 17-988 .Edison Avenin, ChestertieIa, Mo 63005 (`'Company"). W111NESSETH WHEREAS, pursuant to the JEA Provuivinunt code, JEA is authoLizGd to procure gods and aerviees; and WH MRAS, JEA has solicited bids and C,,LLlpany ha& submitted a bad tbx the Curea In Place Pipe (( wpy Unit price cc;LL„truutioa (the.`: W urx” ), and WHEREAS, saia bid has been accepted by JEA as the loWe L responsi,c and LWponsiblebid for the Work; NOW THEREFORE, in consideration of the mutual l,rorhises and covenants hero coniainud, and for other good and valuable cuL,sideintlan, the receipt and sUfficicru y is heraby acMovviedged) the parties agree.as follows, AGREEMENT 1) JEA hereby engages the Company .—d. w. Uompany hereby accepts said engagement for the perfwmancv of thu Work w described in (i) JEA. S�licitutiun # M-16, designated au "Cured In place Fipe (C1Yp) Unit Privw. Cullsfiruction'l as modified by.AdduL LULL i _dated November 20, 2Q 15, and AddGlLdum igLuLiber 2 dated November 25; 20iS, (couectiveiy, the "IFB"), and (ii) the Company's Bid Form damd, December .i; 2M, attached hereto an Exhibit A (the "Bia norm"). 2) Tho Work shalt be pet%rmed strictly in mxurdanee with the RIB, this Contract- the Bia Fotm and all Purchase Orders iszuvd pursuant to this C;onlram (wllertively, the "Contract I i)ocumea,t�'-), all of which are he,eby- specifically made part hereof by reierence to the same extant as it Wily set out herein, in the sure of nit to ex-,�,ed Twu Millnou O„v -Hundred .l iousand and 001100 Doll:u a ($2,W Ofiu.00) (the "Maximum Indebtedness") at and for the prices and on the teems contained in the Contraci Documents and Exhibit A. 3) This Contract Shall commende on the Effective Date, and continue and zeiitain in u[1 force and effect as to Ell its terms, conditions aria provis;o.. as oct forth herein fv, three (3) yeas; with Thu option Of two (z), one (I) yem uunewals or until the Contract's maximum Indebtedness is reached, whichever occurs tirst. 4) On fz�thful perfui,,,miou of this Contract, JEA will pay ttte Company in accordance with the terms and on the conations stated in the Contract Documunrm. 5) Ah notices required or permitted under this Contract shall be in writing and shall be deemeff. received upon roe ipt. -N otices shall be addressed by a party to The other party az fully Wzl-: In the case of JEA: JEA Attn., Kenneth chascin 21 W. Church Street, Pearl Street JAcksun,,ille, F., 32202 Ph: 904-665-6185 and to: JEA Attn: Heather Beard, Prucuremem Contract A im;uiatratvr 21 W. Chwuk t. tX-6 Jacksonville, FL 3zzOL Ph: 904-655-7606 I„ the case of Cumpmry: II.s;tuUv,'u Teuhnolag;�a, LLC Attn: Dime Partridge 1'1988 l;diaon Avenue Chesterfield, MO 63005 Matz., (636) 530-8650 is e(cUinsitutorm.com Either party iiiay uhangc iTa address frua.� TIME- is Buie upon p,ior written notice to the ocher specifying the effective date of the new address - 2 6) This Contract, aftv. the initlal year; shall be cvmingem up,n th. existence of IawtUlly appropriated tunas for each subsequv,.t y.ar of the contract term;. IN WI,,vN :NS wHN:Jhi,L+ ()P,, the pnMes ha. t., have duly executed this Agreemenr, n, of the day and year firsi Above w.;trn, By: Name: u"ra jampdr Title: CMAwdhifi and Attesting Offivar ^I1517fi late; Date: INSITUFORM TECHNvLuGmS, LLC. By: Name: biont, Partridge T.tic: Commuting 'andAttesting Offloer Date: G12611 t; JL='A By: Y`.. John McCarthy Juirector, Supply Chain Managemuti Date- — - 2-f ®r (® App.uvua by trie IEA Awards Conmiluee m.. Thursday, Fcoruary 19, 2016, Award Item No. 8. 6 INSITUFOIM TEC.HNOLOGILS LLC Assistant. Secxetary's Certificate The undersigned, being the Assistant Secretary oflusiwfrnLi Technologies; LLC,.aDclaware limited liability company (itze "Company"), he}„by eertff 1that: 'rhe following is a tm . and cK-,mm ox,;.,pt Rom the Limited Liability Company Agreement of the Company- Apnointmo .nt by thu Presidria. 'Oe president of the Company may from rime to rimy appu ut officers of thu Company's operating divisions, and sucb conuauding And atrstiug oirlueis of the Company as the President may deem p� Yet who shall have such authority; subject to the control ot'the Board of ManageA6_ az the rnesidennt may irum time to time prescribe. 2. The resident of the Company has, pursuant m tho sbo, c authority_ duly appointed Debra. Jasper, Jana Lause, Ursula Youngblood, Dim Paru-idge_ Laura M. endreski and Whittney Schulte as Convacting and Attesting Offcui. ofthu Compauy. Each of the foregoing. have been fully authorized and empuweied by th" Pnesiduut of the Company (i) to certify and to attest the signature of any officer of tha CoLLpn,,.y_ (ii)to cater into and to bind the Company to perform pipeline r„habiliradou aeriviti-� of me Compauy and alt matters Mated tkhereta, including the maintenance of one ae Arve oifceb ana facilities of the Company, (iii) to execute and to deliver doeumems uu behalt e1 the Company, and (iv) to take such other action as is oe may be uvs.,a, y aIId apps opriate to carry out the proj e0 activities and work of the Company. IN WITNESS WHEREOF, Ihave heleuuto affixed my name as Assistant Secretary this 23rd day of October; 2015. INSITUFORM TTECHNOLOGIE%, LLC By Daniel P: Schaenekase Assistant Secretary �r AY$rSWJM B UW If OM FUJI SUMLITA'TUU1V # 014-16 CURL, IN PLACE rIP,E+ t,;OJvtlAtcuu-iLiOivSx1Kytuxb Submit an pglidnat ari4 tty„ (2) eup%g aiang with utnor tcquirad J.uuns In a scalud unvdlopo to; JUA rroultr6ment Deyt.,'ti w.. Churi,li SL, Bid Seotlon, C;nsm.,zi Uottia., I"Flom, Arwu W2, dn;ksouVJllr,, F1,92202-3139, 06 y-w„y LVuuu:: ItizW lune Tuchnoluglau, LCC i,`umpaay's Address 17988 Edison Avenue, Chostamsta. RID 63000 Thuno Nu",her� . ieJ13) 58g`SODU 14,A lyU; (836) 530.0761 mad A,aaru,,; dpnnddge@lnsituform,com o. t7v.,a (FivuYate-Cllt (50/-) — 3 yrs, w/ 2 opdona( renewals Su"tpioa requital prior to Bid Opening+ ® $ond required 1U . „tBid nw-a Sntnpies may be roquirM S,IOS„.t.,e.,t to Bid Opening BIDDER'S CMTMICA.TIAN By submitting this Bial, the Ridder certifies that it has read and reviewed all of the documents pertaining to thla solicitation, thfltthe person 6lgulpg below is an outhorizea representative Uf rhu'Bidder"s �ro,.,yany, thatibo Company [a 1 away authorized to au Buriuvsn in Ilia $tat.. Uf Fin' Ian ,.nnd thattl.e L'p,,,Ny„y ,.,Ellnrau.n t„ A4tlyvatattla titin -Eaw CollUnetor'a Liyv„ac 33i tt18 rrerk (Ifu]p7L,Ituabie), i n, tliade, a[su �. rfiS-us tnaFlt uwull;as With ah sc�ti�t,s (Luti ladlog batunt liui�tca tO Gunttiat Ofitnnrest turd J3fhias) 4f[8is :solivltatiu.n, a„d that thU BAffer A un xuthortzua distributor Or a[urcr oftho equipinout that meats the Teehn[asl specit(cadons statCd hnralu. R Ww have reoeivo ad&..dC ll ;C6�]ldor 1, CU15 �Fy 1-iaudwriden SIVAura of Authnrizt:d Offlecr of Uornpahy or Ag4nt Date { through IP D14i19 Rinfl7ge Commuting and Rttowng Omvot YrLttedNa�na anaTitie I URANCE R.EOUIttEMItNTS uantit a4 ndicated ii.a araoti„g Mnautltles indicated rutleut the approximate quantities io be purchased Throughoutthu Cohtsaor a,e to rluotuation Insurance i,q,.i;ed period and sun)ect aR zi—c—eau0v with owua[ requirements. DISCOUNTS Lj i% 20, net 30 2% 14, .;ot 30 3% S- uCi 0 Other None Offered BNTUR 13IU TOTAL, FOR 014-16 SURVICES MR -iDUL Total ft". Bid WVrilbuok 9 I7 � � 7 �/�� , Y 7 BIDDER'S CMTMICA.TIAN By submitting this Bial, the Ridder certifies that it has read and reviewed all of the documents pertaining to thla solicitation, thfltthe person 6lgulpg below is an outhorizea representative Uf rhu'Bidder"s �ro,.,yany, thatibo Company [a 1 away authorized to au Buriuvsn in Ilia $tat.. Uf Fin' Ian ,.nnd thattl.e L'p,,,Ny„y ,.,Ellnrau.n t„ A4tlyvatattla titin -Eaw CollUnetor'a Liyv„ac 33i tt18 rrerk (Ifu]p7L,Ituabie), i n, tliade, a[su �. rfiS-us tnaFlt uwull;as With ah sc�ti�t,s (Luti ladlog batunt liui�tca tO Gunttiat Ofitnnrest turd J3fhias) 4f[8is :solivltatiu.n, a„d that thU BAffer A un xuthortzua distributor Or a[urcr oftho equipinout that meats the Teehn[asl specit(cadons statCd hnralu. R Ww have reoeivo ad&..dC ll ;C6�]ldor 1, CU15 �Fy 1-iaudwriden SIVAura of Authnrizt:d Offlecr of Uornpahy or Ag4nt Date { through IP D14i19 Rinfl7ge Commuting and Rttowng Omvot YrLttedNa�na anaTitie 014-16 APF endx B Bid M m rkbook Company Names Insitufonm Tecbnolc gieEl, LLC MA. WATERANI; Item WASIkWATEN SCMs6ma ted # d STANDSME D�scriF iaoni IICJM Ilnit pece Rmtenided Price II� MANICAL X 961,1 Fncnish. an c install, all CIPA Jin 6.0 mmtbick LF 1000 $ 28.10 SI 112,4( Via s 961..]1 Burnish and I instal 10"CVP lini�ag 6.0 mmtI ck IF .100( $ ?a.i4 9 �I 96I,: IF6=iSh aminstal:1''1"CBPP�Ig.0 mmtbiolk LF 11100{1 $I =2,i5 9 f�r(O.{IO 4 9161.'1 Fl mi& auc instil ];3¢ CnP frost g 7S mm thick IK)C:0 $ 43.{I{I! ;I 961.1 :Ravish and instal :16 n CIPP liniag � 5a{I $I 7.51 maxi th ck 45.0(1 u 22rKi0,{ 0 F.mish an I install I EI" CIPP lining 9,0 mm thick. � ' Da( $ 46.00 $I S12,0{ D.CIO_ 7 S 161,: Burnish and install 20" CIDP lint g 9.0mmdt dk 1.P 0C !4JI(I $ 27,400„a0 f l 961: ) is and mita] 21 n CTP Im31 g 9.0 mm Sick IF ACI $ 57,60 $ 28,a00.0(I SI 9612 Fumishand install.W C1PPIm 19.0 IF IcaC1 $ mm9iick _`7.60 $ {7,6001.C10 1a 961 R—ish and bstat 3C I� mT Ding 12.0 mm thick. LIZ < as $ 8 1.8(1 4.i,Sl0aAC1 11 5161- isii and instal 3611CIEP 1' dj& ]I 3 s mm. thick ' DD 114:DCI 517,q(10.0{ 1� 9614 Fu nish and nista l 42° CIPP lin�ind ]131.{ mm$iid Lp _IOCI $ UIOXIC $ 6(I,D(O.CI(I UI 961:2 F wish audI instal 48" CR? lining, 15.0 mm thick $ 1 f $.D(I '$I P 2Y C O.c D 14 9614 wish aac l hrW] 541" CE?p E fil& 21.0 mm buck LF 50CI $ 24:11( $I l� { I a l.O b JD14-1f A pp en dig B Bid Worklbc cik Comlin y Iva mci a< ltuform Tecliinol ogies, LLC TEA WATFA AND Item WAM WATT 1AMAIU)"; SC 33escription t OM I stimaited # Of Unify t Init 1 race Extended )E rzc e MANUAL Pipe $ursdng 3" - 4" Sery mi JA eral to 4.5"C1) SDA ISI,IEPB(0'-4' Deep) T - V' Sewer �IenlcoLat ml 15 SLI1 to4-516.65151, SI.051 CDSDR19, LF 50 y 2,535.CIO PE or 6" ar 81 PVC SE R35 Conftnming tc ASTM D3(E 14-74 A.11 Depths) 16 516E Adjmt4t sefMaribole&ameaai 32" Dio Cover, U to one Foot EA 1 .5 6EL'I.CI(I S 6E51.CI0 AdjustTltcset Manhole I came ant 17 S62 32" Dia' a ber, . (Item 231 Fs-)� cess VP 1 51 148.00 1 148.00 Over Foot Laterad Canned= (DI W Fle)& ]e 18 96i .l Saddle to PVC' ® EIS' -12- mm, EAI ICI : ,11:.c10 gl 12,110.( D (0'-4' Deep) Lateral CcInnecfon (DFW Flexible fl9 9.6;.:i SaddletoPVC @,8'I-1."IigPE, EA ICI ,i_ICI.00 37,3{ICI.00 4'-8'.Deep) Lderg Cc=ecdcr (DFW I leDdIllo. 20 96?.:I Saddle to PV C: Oa 8' -1271 HDPE, RA 1(I gl 2,CI76.00 gl 20,-,6CI.(10 Lateral Cc nnection (DFWI Flex'ble 3I 9G_.] 8ad&titoPVC) Ca EI"-]2-IW?P, EA I.(f $ 2,364: 0 3 23,644.{IC 12'-16 D Lateral Ca=echior (DPW Flexi'bie 22 963 2 Sa4dle tD MPE) Ca 8"-12"WWI , EAI - 10 g 1, :I1.C10 s1 32,I1C-OCI (O' -4' D T,ateral Connections (DFW lrlexlie 33Srl6y .2 Saddle to HDPI) C V - IT HDAR EA 10 S 1, ;l3CI,C ICI 91 17,: TWO (4'-'V D 014-1.6 AppendE Bid 'Wo]rkdack Ccliapa-ay Name Ing ifufo= Tpubncllogies; U •C J'G.L& WATMAn feu 'WASTEWATER ST`ANDARD8 SC Dea ttcua C 1VI 2sfi=hldl #b of 11�tiflPricei ExtencledPrare unk 3!'IAS+T'.AL Lateral Connection (DPW F1mdble 2A SIfr3 2 Saddle ti HDPE) C r-171 BDI E, BA 10 $ 2,C-j6. U $1 210,-160.{IO (8'—l2'D Lateral Cormectol (DF% 'E mdble 2.1 56: 9 addle U HDPE) Ca 8r --12r &3I7H, RA ] 01 SI 2,364.43 $1 2?1,644.0{ C12'-16' D 2& 9691; R sea�ces't . robotic internal. cutter RA` C $ 29a.Ot ,$ 12,r11C,00 27 963.4 HammerT Removal EA 25 233_70 S 5,767.50 2E 964 Lateral Connection beemzdB- ctive 0' — 4' 1i } RA S �,12.i0 � 4,E ]310 29 5164 Laferai Connecioi Deemed Inactive q —1 +Deep) EA 5 $ 7 „OE b.E 31 .S 5,334.( C 311 964 Lateral Camiection Deemled Inaefive EA (s,-12',D 5 $ 1,3,6.30 $1 6,163-1 F(I 3]15164 Lateral Connection Deemed hactnre'I 5 �. 1,4710.5{I $I 321 9-1115 CC'T'V and Ligbi .C1eamw-, 21" Daal pe LE 10aC1 $ 4.E 31 4,E (10.( 0 32 965 CCTV and Lzgh Cl= 34" — 54' �UaDim LEI 100091 10.41. 10,40(,{ p 39 SI65.1 Tuberculation Removal sr —12" et LEI 20cl $ OJ$0 4,160.do 35 SI651.1 T be2IC11:1latioARemcniat V---1$" Diameter U. 200 2534{ .9 S,OFIE.{ Q 3f 5.65.1 "T�berculaii�R:emova121[N'-114" Diameter iliac 312.310 6,46CI.(10 37 1165,1 I'dberctlafiionRen�'caal217'- 22" Diameter LE :100. $ . 65 O $I 7,21scu Ia 3EI 966 Bypass - TIF]I" i TSE 1000 Is IS_75 $ 15,15(1{ a 39 9661 ass -24 =36" iR St}0 55.65 $I. 27,E25.g0 01&16 Appendix B 131d"% ofA 90 ComaP2 ny bion ei Insftufcrm Tecbnc ]logics, LLC JEA WATM AND Yteffi WA.S'I'FVAT R S'iIMARD4 Sc Descriptan UCd12 Fs4imatdl mfl 'Units UnitPriice i ter dee SPrice MANUAL 40 966 ass mping . - 42"-54" pioe 46.60 & 48,300.00 d: 1 408-S1JA-3 SOUBackffll CY TOG $ 19.70 S 1,970.00 42 4 408-$ 427.: lFlowable Fill "A'° cm 1009 $ 113.90 S 113,000.00 444 Manhole (0' —41' Peep) EA 1 $ 2,215.00 $ 15.00 427_1 "A" Manhcl le (41 — E' Deep) EA :I. $ 610:00 $ 2,614.00 c 5 427.1 `. A" lvlauhole 6' — Pf' D ) EA 1 $ 2 45.00 $ 2,805_00 46 4a . ] "A" Manhole 8' —1'0' Deep) EA l $ 3,200.00 9 47 427.1 T .. "B" Manhc le 0' =•4' ) SAI 1 2,265.00 .3,200.00 S 2,265.00 48 427.1 TYPf, T' Manhole 4' _ b' De EA 1 $ 2,658.00 SI 2,65$.00 491 4271 TYPC B" Manholes 0' — 8' Deep) LA 1 $ 2,855.00 S 2,855.00 50 427.1 Type °B" Mmftle 01— IO' ) EA. 1 $ 3250.00 3 3,250.00 Il 4274 C:c nncc On it o g Marabdlci 6" EA EIerviceLateral 10 $I 160.00 52 428.1 Dw}P3lµng6"-12',P4L (f'-'4' LF 251 $ 94.00 91 2,350.00 5: 4228.1 Sewer P#usgti"_, 1211, PMC (H'_ 8' IDeep) lip 25 $ 103.£9 $ 2,575.(10 54 42EA Sewer1ipingf"-12%PVC(18-121 LP 25 Deep)$ 1]3.00 51 2,EG15.£ 0 `I5 44,11 Sewer?1pingC-111',PVC (12'— LF 16 25 $ 123.00 :1,0'75.£ 0 `6 4a8.: Sewer Piping l4"-18", YVC (C -4' _ D :10 `7 428.3. Sewer Piping 14' --18' , PVC (4' - $' ID=) LF] Q g 1713.00 SI 3,130:00. s8 439j Sewer]?#ino 14"-18"1.11VC (81— 12' D LF :10 I 123.Df1 gl ],2 0.(q 43g ] Sew=F' *g l4"-18",.PVC (222'— 16 Deep) IGI $I 133.(10 �I ],3_f9.£I9 E 0 42182 ltemave Sc R�:lace �' —121" PVC (P1 4� De EA 51 gl 1,879..00 9 9,? 5c.00 01446 Appen6ftE Bid'Workbook compaia� Name acitafoim liedEblogies, LLC JPA WATER AND item WASILMATER ST.�4.i+T URDS 1Descripiia n EOM EsWated # of t nit Pxzce Extended Price unit 61 428.E Remove &I Replace 6' - 12" PVC 114' _ 8, Deep) EAI S $ 21385 -CIO $ I1, 929.010 62 428.:1 1R:ensove &IReplacd 6'-127'PVC (8' -12'D ) EA 5 $ 216E(I:C0 gl 1:I,30(.00 63 428L Remove&IRephce 6 - IT, AVC EA -.(12!- 16 Deep) 5 $ 3,00.0( $ :I!I,IrI(I.CO E 4 428.2 Remove & Replacd l4 - - 8' PV C (0' - 4' Dee } P� 5$ :I,S10.0{I Sl SWUM E $ 42F 2 Remove & Rep:lacei 714" -18" PVC RAI 5 (4' - 8' Dee $ 24 ;16.00 g 12,38OX CII 66 421.2 Ram ove & Repl=o 714P- 1911 MIC RA ;1' 5 $ 2, i 05. ( 0 1: ,925.00I 67 4282 Remove &Repiadci 714" -1$" PNICRA (I2` -16'D 5 $ 1075.{ 0 gl 15,3?'.I.O( Remove andReFWeIAtmal6' PVC 68 421.4 SDR35QmfoimingltoASTNJ LF' 1Ofl $ 5.50 gl _I,5410.C(I 1}303474 (fl' -1 ' Deep). R=ove ani Replace Laterd 6Y PVC 69 421.4 S'DDR35C.onfvffiirgtaAST'M LF 1CIC 5 .T40 1 3,a40.{I(I D3034-74 .4' -• 8' Dee Remove and. Replm ei Lataral e PV C 70 428.4 SDR35. Confofmingl to ASTM LF 100 51 44._1 a 11 4;4 _Ia.00 D3 034 -T (8'-13' D Rcmovc and Replace 11ateral E' PV C 71 428.4 SDR35 Confnrmingt[ ASTMI LF 100 $I 512C $ 5,120.( 0 173034-a.4 (12'- 16'Deep) 72 428.5 Ysrc Pi. ` -4" LF 25 $ 1( AM $ 260.00 73. 4C.6 1.6 Yard Piping- 6' LF 25 91 11.50 $ 287.50 Ikl 441-5 Isoddbg SY 1(IOCI $ 8.00 $ 8,000.00 014-I6 Appendis B Biu Woridookl CoinjjanyjNaine Insi'tuformTechnodogles,LLC .E. WATMAND item WAMWA= 87.A11DARD'S SC Desd am DOM EAtimsted # oil U nit I rice Extended Fece unit MANUAL Paving RamcvaI & Repair — C rocs 75 4904 Curt.& 16AI COJ Skandard Case )� SY 7511 E 5.DCI 448,7 `_IOI.OD PermanentP�.vemenr lar..�ent 71b 491A Remove and Repk= Sidewalk (Ail SY ]CI{I $ es & Thick= s) 82 5( $. f 0.00 ; 7 491 2 Remove and Re;*l a DAeve�,vay (All SY ;ICICI Types & Thickness 8,5:IOI.CI(I ;IS 491 3 Rfmove and Replace Cab & t3ndimlLF ]I Ot $I CAII Types & TEclauess) .2 t (I $I 2,2101100 79 21:15.1 TwtbgAllowmw is 1 51 5,0(10.00 S5,{1011.,(,10 f 101 3.1' .I SuupplemenW WO& Ai thoriz4on LS I 1110,CIDq.C16. (SW:A)I g 1(ID,OOQ.{I0 subtot2d 1,647,899.R S1Special Gond ims (Maximum of :10%) r 9,436.99 Bice1'�cif I +meter ths amount on Page 1 of iE.a Md lbrm) 1,697;336.49