Loading...
1957 PBA 17/18-60 Concrete Conservation, Inc. (copy)Concrete Conservation, Inc. Piggyback Contract (PBA 17118-60) The City of Sanford ("City") enters this "Piggyback" Contract with Concrete Conservation, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address is 4527 Sunbeam Road, Jacksonville, Florida 32257, and whose mailing address is Post Office Box 57309, Jacksonville, Florida 32241-1354, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the City of Clearwater, Florida, said contract being identified as "2013-2014 Sanitary Sewer And Manhole Rehabilitation Project Contract 14 -0025 -UT" which is assigned Number "8158-08" deriving from "Request for Proposal No. P-05-18", in order for the Vendor to provide an array of utility system related services for various types of operations and work as well as related matters (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. 1 (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Bilal Iftikhar, P.E.., J.D.; Public Works Director; City Hall; City of Sanford, Florida; 300 North Park Avenue; Sanford, Florida 32771, telephone number 407-688- 5085, facsimile transmittal number 407-688-5091 and whose e-mail address is Bilal. lftikhar@Sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties 2 arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 327713 TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: 3 (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Enter d this Attest: /3day of c-/-) , 2018. John Sims Rhyne, Jr. Vice President S Attest: F M v ,�-H�crchin, City Cl Concrete Conservation, Inc., a Florida corporation. By: Steven T. Jenkins President/Secretary/Director Date: G%F//I2D1g-- 1 r City Of Sanford r+ � d By: I Jeff Triplett, Mayor Date: Approved as to form and legal suffici L'�T Q6A 5 Exhibit "A" [Attach original government contract] DocuSign Envelope ID: B131988B4705-4008-B4B8-DCD419FB8B51 James M. Home President Concrete Conservation, Inc. 4527 Sunbeam Rd. Jacksonville, FL 32257 CITY OF CLEARWATEA PosT OFFtcii Bo.x 4748, Ct.t:AxtV.V1't:x, Fcoxu>.k 33758-4748 Mu -,x mat. SrxvicF; Bunl)ING, 200 Soi-ni rn:. 220,C] 1 --A R WX I V R,Roium 33756 T GLGPnoNr, (727) 562-4750 FAX (727) 562-4755 February 6, 2015 Via USPS Priority Mail RE: 2013-14 SANITARY SEWER AND MANHOLE REHABILITATION PROJECT CONTRACT #14-0025 UT Dear Mr. Horne: The contract for construction of the above project has been awarded to your company at the February 5, 2015 City Council Meeting. Enclosed is the contract document to be executed and returned to the ENGINEERING OFFICE, Attn: Cathy Tefft, ROOM 220, 100 S. MYRTLE AVENUE, CLEARWATER, FLORIDA, 33756, within seven (7) days. Your applicable insurance certificate must accompany the executed contracts. Please attach the insurance certificate to the inside front cover of the contract document. On Section V, Page 1, entitled Contract Bond (1), please be sure to insert the Bond Number in the space indicated at the top of the sheet before returning. Please do not fill in any contract execution dates on the contract as they will be filled in after it has been signed by the City, however please make sure the date is completed on page 2, entitled Contract Bond (2), the paragraph beginning "IN TESTIMONY WHEREOF". Due to recent changes to Section V, we have inserted two pages to this Contract. They are: "Public Construction Bond (First Page)" and "Consent of Surety to Final Payment", the latter page replaces the "Contractor"s Affidavit for Final Payment" page. These pages have been added to conform with Florida Statutes 255.05. Please contact Cathy Tefft, (727) 562-4782, if there are any questions. Sincerely, .a�Nguyen, P.E. Senior Professional Engineer /cht Enclosure ec: Project File 114L1 %I FU11I.0}su l AND Ari wNi i\i Acnox EAwio�re" DocuSign Envelope ID: 613198864705-4008-B4B8-DCD419FB8B51 ',RETE CCNSERVNTON, INC. P.O. BOX 24354 `K ON ILLE, FL 32241 21" diameter 24" diameter 30" diameter 36" diameter *Note: The above total will not be the base of award. The City will analyze the unit prices and award of the emergency contract in its best interest. TOTAL SECTION C $ �� D. SANITARY MANHOLE REHABILITATION D.1. Manhole Surfacing— Polyurethane Barrier or Epoxy Liner Liner Product: 5��", ; %I Manufacturer's recommended thickness: :5-00 ITEM DESCRIPTION UNIT EST. QUANTITY UNIT PRICE SUB -TOTAL a. Mobilization/Demobilization including Traffic Control on -city streets LS/work order 3 $ b. Traffic Control on non- City Streets Per day 10 $ , ', --~ $ 2. pO d c. Liner system for 4'diameter manhole VF 1500 $ d. Liner system for 5'diameter manhole VF 1000 o $ $ e. Liner system for 6'diameter manhole VF 1000 $__ $ f Bench/invert Repair Each 70 $O� 10-• a $ L' AM, g. Injection grouting as required to stop infiltration and inflow Gallon 40 $ /V/c— $ 0 h. Manhole clean/jet-vac Each 40 $ $ Q i. Remove existing liner for 4'diameter manhole VF 150 $gip! , -- j. Remove existing Iiner for 5' diameter manhole VF 150 s-0 - k. Remove existing liner for 6' VF 150 0� SectionV Final.docx Page 21 of 25 4/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14-0025-t1T DocuSign Envelope ID: B131988B-47054008-B4B8-DCD419FB8B51 C0140RE E CONSERVATON,114C. P.O. BOX 24354 JACKSONVILLE, FL 32241 diameter manhole UNIT EST. UANTITY UNIT PRICE SUB -TOTAL 1. Rear easement access Each 30 $ $"; $9,, i_ TOTAL SECTION DI D.2. Manhole Surfacing— Cementitous Liner Liner Product: ITEM DESCRIPTION UNIT EST. UANTITY UNIT PRICE SUB -TOTAL a. Mobilization/Demobilization including Traffic Control on City streets LS/work order 3 $ $ b. Traffic Control on non- City streets Per day 10 $ $ c. Liner system for 4'diameter manhole VF 1500 $ $ d. Liner system for 5'diameter manhole VF 1000 $ $ e. Liner system for 6'diameter manhole VF 1000 $ ( $ f. Bench/invert Repair Each 70 $ $ g. Injection grouting as required to stop infiltration and inflow Gallon 40 $ $ h. Manhole clean/jet-vac Each 40 $ $ i. Remove existing liner for 4'diameter manhole VF 150 $ $ j. Remove existing liner for 5' diameter manhole VF 150 $ $ k. Remove existing liner for b' diameter manhole VF 150 1. Rear easement access Each 30 $ $ SectionV_Final.docx Page 22 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, # 14 -0025 -UT DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 0 Bond No_: 106078660 PUBLIC CONSTRUCTION BOND (Front Page) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified cony of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph." CONTRACTOR SURETY OWNER Concrete Conservation, � avelers Casualty & City of Clearwater Inc. Engineering 4527 Sunbeam Rd. Surety Company of America g g Department Jacksonville, FL 32257 1 Tower Square, S102 ` 100 S. Myrtle Avenue Clearwater, FL 33756 Haert f ord , CT 06183 (727) 562-4630 PROJECT NAME: 2013-14 SANITARY SEWER AND MANHOLE REHABILITATION — SECTION D1 SANITARY MANHOLE REHABILITATION USING EPDXY-LIKE LINING SYSTEM - PROJECT #14 -0025 -UT (SECTION D1) PROJECT DESCRIPTION: to perform manhole lining in the Manhole Epoxy Lining System Section using Spectrashield Liner Systems, and is responsible for all work, materials and equipment required for completion; repairing structural defects and applying coatings to reduce inflow and infiltration. FRONT PAGE All other Bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon. 1 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 C C F11 C n 0 7 n J P 11 Ell"i E BOND NUMBER: 106078660 CONTRACT BOND (1) STATE OF FLORIDA COUNTY OF Pinellas KNOW ALL MEN BY THESE PRESENTS: That we Concrete Conservation, macs. Contractor and Travelers Casualty & Surety Company of America (Surety) whose home address is 1 Tower Squart-, S1 02A Hartford, Ct. 061$3 HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Clearwater, Florida (hereinafter called the "Owner") in the penal sum of- One fOne Hundred Thirty Thousand Dollars ($130,000.00 } for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract, dated the 11 t h day of Februrary , 2015 , entered into between the Contractor and the City of Clearwater for: 2013-14 SANITARY SEWER AND MANHOLE REHABILITATION PROJECT #14 -0025 -UT a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub -Contractor, or Sub -Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract. SectionV_Final.docx Page I of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, # 14 -0025 -UT 1111117-1 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 u I 0 n - H" C C CONTRACT BOND (2) And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise. And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract. And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this 11 th day Of Februrary , 20 15. A TFM:- / -- Print Name: WITNESS: [ld SectionV_Final.docx Page 2 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT C nnreta Cnnsprvatin Tnc. CONTRACTOR ; Print ame: Title: IX Travelers Casualt&X SURETY - By: ATTORNEY-IN-FACT Print Name: s) ��% �► David M. Vandroff 9/12/2014 nnnitRinn FnvpinnP ID' R131RAAR-4705-40CA-R4RA-nCD419FRRR51 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222971 Certificate No. 003952585 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint David M. Vandroff, and Julie T. Edgar of the City of Jacks nville , State of Florida , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 29th day of October 2010 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul. Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company YAy- ,O l y/��j �y�.,, 9 f 'p0.PORA, 7 Q`•' .. ..{° 4P G9 -".Y -�Y! g � ,a � i9rJ� ti °. •+iSEAL o" .'• •O CONN. ° '�i GOtYt 4 in t� .-+,. State of Connecticut City of Hartford ss. By: Georg Thompson,enior ice President On this the 29th day of October 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. 1996�� My Commission expires the 30th day of June, 2011. 58440-4-09 Printed in U.S.A. THE Mane C. Tetreault, Notary Public iu: D iQ iaooD-+tuowvk o-D,+Do-ui.u4 i irp000 i WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seat with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 Kori M. Johans Assistant Secretary pASU,� y4tRE 6 �}M,�Mf � tNBV tzY AH 2' ill. r 4� QQ: `•G9 J4,.......,,,H94 eJ* OSG S'Nd�9D} i 19 61 0 � 1977 � '- '^ t ` - n q HARiPDiiD, '� turtrinEn, '�y+�c�+aa ySVFANLt�o �t"�;�L'r 'i�.�•"Ta° '`yj }�+'! ��1�.`�'! To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. THIS POWER OF ATTORNEY IS INVALID WITHOUT EA DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 n L C CI (1) This CONTRACT made and entered into this day o f a -a _� 20 0 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and CONCRETE CONSERVATION, INC., of the City of ti%iQ�jSd+i/�/��Gr County of zwk and State of Florida, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: 2013-14 SANITARY SEWER AND MANHOLE REHABILITATION — SECTION Dl SANITARY MANHOLE REHABILITATION USING EPDXY-LIKE LINING SYSTEM PROJECT #14 -0025 -UT in the amount, not to exceed, of $130,000.00 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. SectionV.docx Page 3 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 CONTRACT (4) IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA William B. Horne, II City Manager Countersigned: 1] 7 E George N. Cretekos, Mayor (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). SectionV.docx Page 6 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, # 14 -0025 -UT Attest: Rosemarie Call ffrg8!lSH�����h City Clerk Approved as to form: hieo-, M tthew M. ith Assistant City Attorney CONCRETE CONSERVATION, INC. 9/12/2014 By: Print Name: <(a� Title: 9/12/2014 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 l i u E 11 n Ll F-1 C r CONTRACT (2) In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SectionV.docx Page 4 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 r"i Ell Lll n i. J LI CONTRACT (3) The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes (2013), specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; (b) Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. SectionV.docx Page 5 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, 9 14 -0025 -UT DocuSign Envelope ID: B131988B-4705-40CB-B4B8-DCD419FB8B51 r F-1 F u u u CONSENT OF SURETY TO FINAL PAYMENT (replaces the Contractor's Affidavit for Final Payment page) TO OWNER: City of Clearwater PROJECT NAME: 2013-14 Sanitary Sewer & Engineering Dept. Manhole Rehabilitation — Section Dl 100 S. Myrtle Ave. PROJECT NO.: 14 -0025 -UT Clearwater, FL 33756 CONTRACT DATE: BOND NO.: , recorded in O.R. Book , Page , of the Public Records of Pinellas County, Florida. CONTRACTOR: CONCRETE CONSERVATION, INC. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: Name of Surety: Address: on bond of Concrete Conservation, Inc. 4527 Sunbeam Rd. Jacksonville, FL 32257 ,SURETY, ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Department 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this _ day of , (Surety) (Signature of authorized representative) Attest: (Printed name and title) (Seal): SectionV.docx Page 7 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 CO;VCRETE CONSERVATON, INC. p.O. BOX 24354'041 JACKSONVILLE, FL 3 n d r r Fi, PROPOSAL BOND - (Not to be filled out if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, r•on .rete Conservation, Inc. as Principal, and Travelers Casualty and Surety Company of Americas Surety, who's address is 1 Tower Square S1 02A Hartford CT. 06183 are held and firmly bound unto the City of Clearwater, Florida, in the sum of 10% of Bid Amount Dollars ($ 1096 ) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of r•nnrr.Qt-e Cnnserxzat: ion r Tno8 Principal, and Travelers Casualty & Surety as Surety, for work specified as: Cly of Clearwater FL, 2013-14 Sanitary Sewer nnel Manhole Rehabilitation Proiect No. 14 -0025 -UT all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Performance Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal Bond will be paid to the City as stipulated or liquidated damages. Signed this 8th day of December 2014 . (Principal must indicate whether corporation, partnership, company or individual) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). SectionV Final.docx Page 8 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, 414-0025•U1' Concrete Conservation 4 ••.-nc' Ts 1Y1: v -ire `' S Pri cipaI 'ate, B �sU j Title Travelers Casualty & Surety of America Surety David M. Vand o f Attorney In ' -fit 9/12/2014 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 16 WARNING: THIS POWER OF IS INVALID WITHOUT THE POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222971 Certificate No. 003952648 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint David M. Vandroff, and Julie T. Edgar of the City of Ja'ckgonvi11e , State of Florida their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of October , 2010 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 29th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company r G�8ll,(T� •� JV ft&E 4 4 C��M I MSG 3¢.� iN54q> 8J' iY .1,yQ � �,�F �� Z198Z�' o .1nTs x � t RarCim Wr POR9l'!. `x 'w t i.71 ! � i •• 2 F � Cin r HNirPoRO, i t�Rit�l < State of Connecticut City of Hartford ss. By: Georg Thompson,enior ice President On this the 29th day of October 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.Y� In Witness Whereof, I hereunto set my hand and official seal. SAA My Commission expires the 30th day of June, 2011. 58440-4-09 Printed in U.S.A. Marie C. Teneault, Notary Public ID: B131988B-4IUb-4UL;b-t$4t$tt-UL;U4lyt-btSbOI IS INVALID WITHOUT This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,f'idelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fine and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 Kori M. Johans Assistant Secretary rf.5Uq "� yF1R[6 \�.M.�MfG P21NSVR J*tST ANp ��f>�try \,, <>a •, til QO.= -..'^ 9 J ......... ay �p � 1982 0 � 'l977 �; im r{ � g ruArrotu. tt+�raa less z G, . :pit S ��Ji N ' �;1SEAi.fo" �' SSiLZ:'i' r C0�!' o \ �'• j�4 4"n �.r To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelcrsbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 C014CRETE CONSERVATON, INC. = r P.O. BOX 24354 JACKSONVILLE, FL 32241 u I J!-', N-, 7 J AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA ) COUNTY OF b9V_0 P.f.r+ L_ �(Op'(eAb+le(A ng duly sworn, deposes and says that he/she is Secretary of cfte r .--te- (.-ea+5er v-a`C7" / A C. a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: (Street & Number) (City) (County) (State) Affiant further say that he is fami 'ar with the records, minute books and by-laws of c.t�e-fe U) -A.,. �hc., (Name of Corporation) Affiant further says that J6-MQS M • 4-Lme is PreSIde4+, (Officer's Name) (Title) of the corporation, is duly authorized to sign the Proposal for l t3.1%( "4647)(SAWerX or said corporation by virtue of W f a. 0,; - (statehw ether a provision of by laws or a Resolution of Board of Directors. If by Resol ion give date of adoption). Affiant Sworn to before me this /Oz day of -- Notary Public Y pV y, �:�....,LAURl.j , GtJ� /�i rftrl 5 E S WlLLlAMS i •= MY COMMISSION #FF052926 EXPIRES September 10, 2417 Type/print/stamp name of Notary (407) 398-0153 MridallotMService.ccm Title or rank, and Serial No., if any SectionV Final.docx Page 9 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT le- i irt'acgr- DocuSign Envelope ID: 6131988B-4705-4008-B4B8-DCD419FB8B51 CONSEFiVATON, INC. .a. BOX 24354 ;K�C;N'JILLE, FL 32241 NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) COUNTY OF _ I'V VVIt14 I i4, bmf L. NI 00.1 it0-Nr n being, first duly sworn, deposes and says that he is of l..t dk C9f-,&er%ro*&i- lit C - the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are e; and further, that such bidder has not directly or indirectly submitted this bid, or the contents then , or divulged information or data relative thereto to any association or to any member or agent the �� J Affiant Sworn to and subscribed before me this day of ee° t - , 20 -��• Notary Public LAURIE S WILLIAMS 'I MY COMMISSION #FF052926 'o%Mo EXPIRES September 10. 2017 (4 71398 0153 FioridafttaryService.com C! L H-' 11 SectionV Final.docx Page 10 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT u W -"--- DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 t CONSERVATOR 114C- ;3. BOX 24354 ;.;hS{JN'JfLLE, FL 32241 EROPOSAL 1 u u U1, (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2013-14 ANIT Y SEWER AND MANHOLE REHABILITATION(PROJECT #14 -0025 - and doing such other work incidental thereto, all in accordance with the contract documents, marked 2013-14 SANITARY SE ATIOR CT #14-0025- Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Contract Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: SectionV_Final.doex Page 11 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 a r 7 1] 7 J 1-' 11 L' '.4'q[ -TE GGNSERVr`; i ON,114G. h.0. BOX 24354 PROPOSAL ACKSGNVILL E, FL 32241 (2) If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. Attached hereto is ban` or certified check on ank, for the sum of tom, ✓� e s�-i uvidra�t StW e.► do k'(-5($'71 91-7, ) (being a minimum of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: ADDRESSES: J6AAC1.,. n4 I ,� , �I��- asss C v�ty,u I a ;Uq-k , .-r Ww", , 3� 9 Ulownew R � -y o'eri `.�'. t�OAM" to .9.+y �Sfirle, � 3?49S Signature of (The bidder must indicate whetherCorporatioPartnership, SectionV FinalAocx Page 12 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Pmject, #14 -0025 -UT 9/12/2014 DocuSign Envelope ID: 81319886-4705-4008-B4B8-DCD419FB8B51 a e I i iJ ',ONSERVATON, INC. SOX 24354 ...... , .MLLE, EL 32241 PROPOSAL (3) The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title. Where the person signing for a corporation is other than the President or Vice President, he must, by affidavit, show his authority, to bind the corporation. Princinak `ter% 4 me. 5-, Y7 m e OF B _ Title: pif�4zs� Bu ' Addres of Bidder: led City and State: J& cKS C—M tr t / l2 -FL- Zip Code A;2�5-", Dated at 76 U(5O-A if � � � � , this � � day of —))Iac etuk 6 - r , A.D., 201 C r SectionV Final.docx Page 13 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT I DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 CONCRETE CONSEFWATON, INC - p.0. BOX 24354 JACKSONVILLE, FL 32241 CITY OF CUARWATER ADDENDUM MET PROJECT: 2013-14 E O A ON ,PROJECT #1 A2,S-UT} Acknowledgment is hereby made of the following addenda receive d since issuance of Plans and Specifications. Addendum Na. /� Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: MM Addendum No. Date: Addendum No. Date: 657k5er0k�f tri-- (Namr Bidder) (Signature of Officer) (Title of Officer) T (Date) C H, Secdonv FhW.= Page 14 of 25 9/12/2014 2013-14 Sanitary Sever and Manhole Rehabilitation Project, #14 -0025 -UT DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 n n LI R C BIDDER'S PROPOSAL PROJECT: 201344 SANITARY SEWER AND MANHOLE REHABILITATION PROJECT #14 -0025 -UT) CONTRACTOR: COil 0 e 2 ,�! C�NS_' 1 Y/9771 -i 5,rt/T BIDDER'S GRAND TOTAL: $ 2'7�__,_ zJ`~. ° ` (Numbers) BIDDER'S GRAND TOTAL: %-E'v� 0 A. SANITARY SEWER TRENCHLESS RECONSTRUCTION 1. Trenchless Pine Reconstruction Svstem — CIPP. (words) ITEM DESCRIPTIONS UNIT EST. UNIT PRICE SUB -TOTAL QUANTITY a. 8 " Dia. Sanitary Sewer Mains LF 6.0 mm Normal Thickness 3,000 $ $ $ b. 10 " Dia. Sanitary Sewer Mains LF 2 $ lv 7.5 mm Normal Thickness 600 $ c. 12 " Dia. Sanitary Sewer Mains LF 7.5 mm Normal Thickness 600 $ $ d 15" Dia. Sanitary Sewer Mains LF 7.5 mm Normal Thickness 300 $ $ e. 18 " Dia. Sanitary Sewer Mains LF 9.0 mm Normal Thickness 300 $ $ f 21 " Dia. Sanitary Sewer Mains LF 9.0 mm Normal Thickness 300 $ g. 24 " Dia. Sanitary Sewer Mains LF 9.0 mm Normal Thickness 300 $i $ TOTAL NO. I i o $ 2. CIPP Sectional Repair. ITEM DESCRIPTION UNIT EST. UNIT PRICE SUB -TOTAL QUANTITY a. 6" Dia. Sanitary Sewer EA Mains 2'-10' 5 2 $ $ $ $ 10.1'-20' 2 $ lv SectionV_FinalAocx Page 15 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14-0025-U£ 9/12/2014 DocuSign Envelope ID: B131988B-47054008-B4B8-DCD419FB8B51 " O'NORE T E ^O NSERVA T OW, ii tC. P.-.." SOX 24354 JACKSONVILLE, FL 32241 r r n I n R i 20.1'-30' UNIT EST. QUANTITY UNIT PRICE SUB -TOTAL b. 8" Dia. Sanitary Sewer Mains EA 5 $ $ 2'-10' b. Easement Access, additional < or = 15" Diameter > 15" Diameter 5 3000 900 $ 10.1'-20' 2 $ $ $ 20.1'-30' 2 $ c. 10" Dia. Sanitary Sewer Mains EA 2'-10' 5 $ 10.1'-20' 2 $ $ S 20.1'-30' 2 $ d. 12" Dia. Sanitary Sewer Mains EA 2'-10' 5 S $ 10.1'-20' 2 $ $_ $ 20.1'-30' e. 15" Dia. Sanitary Sewer Mains EA 2 $ 2'-10' 5 $ $ 10.1'-20' 2 $ $ S 20.1'-30' 2 $ i 18" Dia. Sanitary Sewer Mains EA 2'-I0' 3 S $ 10.1'-20' 1 $ $ 20.1'-30' 1 S $ g. 21" Dia. Sanitary Sewer Mains EA 2'-10' 3 S $ 10.1'-20' 1 $ $ S 20.1'-30' 1 $ h. 24" Dia. Sanitary Sewer Mains EA 2'-10' 3 $ $ 10.1'-20' 1 $ $ S 20.1'-30' 1 $ TOTAL No. 2 $ 3. Ancillary Services ITEM DESCRIPTION UNIT EST. QUANTITY UNIT PRICE SUB -TOTAL a. Mobilization/Demobilization including Traffic Control LS/work order 5 $ $ b. Easement Access, additional < or = 15" Diameter > 15" Diameter LF LF 3000 900 $ $ $� $ SectionV Final.docx Page 16 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14-0023.0 T DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 �-1CRETE ;GNSEFWATON, INC. P.O. BOX 24354 A, ,-KSONVILLE, FL 32241 HI n n C I'll' u n 0 n 7 PI c. Service with Pressure Grouting EACH 50 $ $ d. Standard Service Reconnection EACH 250 $ $ e. Heavy Cleaning 8"-10" Diameter 12"-15" Diameter 16"-24" Diameter LF 1500 300 300 $ $ $ $ f- $ f. Root Removal 8"-10" Diameter 12"-15" Diameter 16"-24" Diameter LF 500 300 $ $ $ $ _ $ V $ g. Tuberculation Cleaning 8"-10" Diameter 12"-15" Diameter I6"-24" Diameter LF 300 300 $ $ $ $ $ $ h. Bypass Pump setup with Piping 8"-12" Diameter I5"-18" Diameter 24" Diameter EA 15 5 $ $ $ $ $ $ TOTAL NO.3 $ TOTAL SECTION A (sum of 1-3) SectionV Final.docx Page 17 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT 9/12/2014 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 CONOR .,"r'" ^ONSEEcVAi1rl ON,C. 3OX 24354 JACKSONVILLE, FL 32241 B. SEWER CLEANING AND TELEVISING INSPECTION 1. Sewer Line Cleaning ITEM DESCRIPTION UNIT EST. QUANTITY UNIT PRICE SUB -TOTAL a. Mobilization/Demobilization including Traffic Control on City streets LS/work assignment 10 $ $ a. LS/work b. Traffic Control on non- City streets Per Day 10 $ $ assignment c. Heavy Cleaning 8"-10" Diameter 12"-15" Diameter 16"-24" Diameter 30"-36" Diameter LF 50,000 3,000 4,000 1,000 $ $ $ $ $ $ $ $ $ $ d. Root Removal 8"-10" Diameter 12"-15" Diameter 16"-24" Diameter 30"-36" Diameter LF 500 500 500 200 $ $ 1 V $ $ t $ $ $ $ $ $ e. Easement access, additional 81-10" Diameter 12"-15" Diameter 16"-24" Diameter 30"-36" Diameter LF 50,000 3,000 4,000 1,000 $ $ $ $ $ $ $ $ $ $ €. Tuberculation Cleaning 8"-10" Diameter 12"-15" Diameter 16"-24" Diameter 30"-36" Diameter LF 1,000 1,000 1,000 1,000 $ $ $ $ $ $ $ $ g. Manhole Clean/Jet-vac EACH 100 $ $ TOTAL NO. 1 $ 2. CCTV pipe and manhole ins tion with PACP/CUES Granite XP cam lity ITEM DESCRIPTION UNIT EST. UNIT PRICE SUB -TOTAL QUANTITY a. LS/work 5 $ $ Mobilization/Demobilizat assignment ion including Traffic SectionV FinalAocx Page 18 of 25 9/12/2014 2013-14 Sanitary Sewer aW Manhole Rehabilitation Project, #14.0025-iTr DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 CONCRETE CONSERVATON,1%!C. 0. BOX 24354 JACKSONVILLE, FL 32241 Control on City streets C. SEWER PIPE, FORCE MAIN, AND MANHOLE EMERGENCY REPAIR 1. b. Traffic Control on non- City streets Per day 10 2. Trak Control c. CCTV pipe inspection 8"-10" Diameter 12"-15" Diameter 16"-24" Diameter 30"-36" Diameter LF 100,000 13,000 12,000 1,000 $ $ $ $ $ $ per hr (hour) d. Manhole Inspection EA 50 $ $ e. Smoke Testing LF 5,000 $ $ Truck Driver regular time4-per hr TOTAL NO.2 $ t/ TOTAL SECTION B (sum of 1 & 2) $ a 9/12/2014 C. SEWER PIPE, FORCE MAIN, AND MANHOLE EMERGENCY REPAIR 1. Mobilization Lump Sum 2. Trak Control per day 3. Labor hour Forman regular time per hr (hour) Forman overtime Operator regular time per hr per hr Operator overtime r hr Truck Driver regular time4-per hr Truck Driver overtime per hr Pipe Layer regular time per hr Pipe Layer overtime per hr Laborer regular time per hr Laborer overtime per hr 4. FAuipmerit Foreman PIU with hand tools per hr Job truck with tools per hr Tractor & Trailer (Transport) per hr Track Hoe (to 100 HP) per hr Track Hoe (101 HP to 170 HP) per hr Track Hoe (171 HP and up) per hr Rubber Tired Backhoe per hr Wheel Loader (to 150 HP) per hr SectionV Final.doex Page 19 of 25 2013-14 Sanitary Sewer Manhole Project, #14 and Rehabilitation -0025 -UP 9/12/2014 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 —NNJ;,RETE CONSERVNTON, INC. P.O. BOX ^ 354 ACKSONIVILL E, FL 32241 u C� n �i L II] i� Wheel Loader (151 HP and up) Track Type Tractors (to 100 HP) Track Type Tractors (101 HP and up) Dump Truck (Tandem Axle) Plate Tamp 3" Trash Pump 4" Double Diaphragm Pump Air Compressor (125 CFM min.) Well Point Pump Well Point 4" Jet Pump Emergency Hauling up to 2500 gallons Emergency Hauling over 2500 gallons 5. Materials Asphalt — 2" overlay 3000 psi Concrete Off Site Selected Fill Limerock Base Material # 57 Washed Stone Bahia Sod City's standard manhole ring City's standard manhole cover Two-way Cleanouts 5a. Sewer mains replacement per lineal foot PVC DI 8" diameter 10" diameter 12" diameter 15" diameter 18" diameter 20" diameter 21" diameter 24" diameter 30" diameter 36" diameter 5b. Force mains replacement per lineal fo V PVC DI 8" diameter 10" diameter 12" diameter 15" diameter 18" diameter 20" diameter SectionV Final.doex Page 20 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, 9140025 -UT per hr per hr per hr per hr per hr per hr per hr per hr per day per linear ft per day, per hr per hr per Square Yard per Cubic Yard (CY) per CY per Ton per Ton per Square foot per each per each per each 9/12/2014 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 ":.RETE CONSEFVNTON, INC. r " P.O. BOX 24354 ,` KSONVILL E, FL 32241 21" diameter 24" diameter 30" diameter 36" diameter *Note: The above total will not be the base of award. The City will analyze the unit prices and award of the emergency contract in its best interest. TOTAL SECTION C $ D. SANITARY MANHOLE REHABILITATION D.I. Manhole Surfacing— Polyurethane Barrier or Epoxy Liner Liner Product: -5 ,� S,hi ,±! % Manufacturer's recommended thickness: ITEM DESCRIPTION UNIT EST. QUANTITY UNIT PRICE SUB -TOTAL a. Mobilization/Demobilization including Traffic Control on city streets LS/work order 3 $ -- $ 2 b. Traffic Control on non- City streets Per day 10 $_', --' $Z... O©d, c. Liner system for 4'diameter manhole VF 1500 ov Oro d. Liner system for 5'diameter manhole VF 1000 o0 0 e. Liner system for 6'diameter manhole VF 1000 f. Bench/invert Repair Each 70 r_ $o2D0. e g. Injection grouting as required to stop infiltration and inflow Galion 40 $ NIC $ 0 h. Manhole clean/jet-vac Each 40 $ C- $ 0 i. Remove existing liner for 4'diameter manhole VF 1 S0 �o $ 1O- ___ $ . !/ j. Remove existing liner for 5' diameter manhole VF 150 av $__ $ao k. Remove existing liner for 6' 1 VF 1150 Lo i 6,D� SectionV Final.docx Page 21 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT COWCRETE R CONSEVATON,1140. P.O. BOX 24354 JACKSONVILLE, FL 32241 diameter manhole UNIT DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 UNIT PRICE 1. Rear easement access Each 30 $ $ 2,0 2.5"6 $ $ COWCRETE R CONSEVATON,1140. P.O. BOX 24354 JACKSONVILLE, FL 32241 diameter manhole UNIT EST. UANTITY UNIT PRICE 1. Rear easement access Each 30 $ $ 2,0 2.5"6 TOTAL SECTION DI D.2. Manhole Surfacing— Cementitous Liner Liner Product: ITEM DESCRIPTION UNIT EST. UANTITY UNIT PRICE SUB -TOTAL a. Mobil ization/Demobilization including Traffic Control on Ci streets LS/work order 3 $ $ b. Traffic Control on non- City streets Per day 10 $ $ c. Liner system for 41diameter manhole VF 1500 $ $ d. Liner system for 5'diameter manhole VF 1000 $ $ e. Liner system for 6'diameter manhole VF 1000 $ $ f. Bench/invert Repair Each 70 $ $ g. Injection grouting as required to stop infiltration and inflow Gallon 40 $ $ h. Manhole cleanrjet-vac Each 40 $ $ i. Remove existing liner for 4'diameter manhole VF 150 $ $ j. Remove existing liner for 5' diameter manhole VF 150 $ $ k. Remove existing liner for 6' diameter manhole VF 150 1. Rear easement access Each 30 $ $ SeetionV Final.doex Page 22 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT 9/12/2014 DocuSign Envelope ID: 61319886-4705-44C8-B4B8-DCD419FB8B51 TE CONSCi ATON, INC. -.0. P3Ox 24354 J ACKSON'VILLE, FL 32241 TOTAL SECTION D2 $ E. SANITARY CLEANOUTS AND LATERALS El. Cleanout and Sewer Lateral ITEM DESCRIPTION UNIT EST. UNIT SUB -TOTAL QUANTITY PRICE a. Mobilization/Demobilization LS/work 10 $ $ including Traffic Control on order 10 $ $ City streets Per Day 10 $ $ b. Traffic Control on non -City Per Day 10 streets EA 100 c. Furnish and install Cleanout $ $ Each 500 $__ $ d. Furnish and replace existing EA street lateral to new cleanout LF 1000 $ $ 30.0 feet including CCTV and location TOTAL E1 $ E2. Sewer Lateral CIPP ITEM DESCRIPTIONS UNIT EST. UNIT PRICE SUB -TOTAL UANTITY a. Mobilization including Traffic LS/Work 10 $ $ Control on City streets order b. Traffic Control on non -City Per Day 10 $ $ streets c. Trenchless reconstruction of EA 100 sewer lateral up to 15.0 feet $ $ including CCTV and cleaning d. Trenchless reconstruction of EA sewer lateral from 15.1 feet to 60 $ $ 30.0 feet including CCTV and cleaning e. Trenchless reconstruction of EA 60 $ $ sewer lateral beyond 30.0 feet including CCTV and cleaning TOTAL E2 $ SectionV Final.docx Page 23 of 25 9/12/2014 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -Ur DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 R CONCRETE CONSERcVATON, INC. p,0. BOX 24354 JACKSC)NVILLE, FL 32241 THE BIDDER'S TOTALS ABOVE ARE HIS TOTAL BID BASED ON ESTIMATED QUANTITIES, UNIT PRICES, AND LUMP SUM PRICES, REQUIRED FOR SECTIONS A, B, C, Dl, D2, El AND E2. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF BID OPENING. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM BID PRICE. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES SHALL GOVERN. U i C C SectionV_Final.docx Page 24 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT u 9/12/2014 BIDDER'S TOTAL SECTION A $� (Numbers) BIDDER'S TOTAL SECTION A (Words) BIDDER'S TOTAL SECTION B $ ci (Numbers) BIDDER'S TOTAL SECTION B (Numbers) BIDDER'S TOTAL SECTION El (Words) (Words) BIDDER'S TOTAL SECTION C $ (Numbers) BIDDER'S TOTAL SECTION C (Words) > BIDDER'S TOTAL SECTION Dl $ '% / %S : "--�""" (Numbers) BIDDER'S TOTAL SECTION Dl c � d a -W ,oe d (Words) THE BIDDER'S TOTALS ABOVE ARE HIS TOTAL BID BASED ON ESTIMATED QUANTITIES, UNIT PRICES, AND LUMP SUM PRICES, REQUIRED FOR SECTIONS A, B, C, Dl, D2, El AND E2. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF BID OPENING. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM BID PRICE. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES SHALL GOVERN. U i C C SectionV_Final.docx Page 24 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT u 9/12/2014 BIDDER'S TOTAL SECTION D2 $ (� j (Numbers) BIDDER'S TOTAL SECTION D2 (Words) d BIDDER'S TOTAL SECTION El $ (Numbers) BIDDER'S TOTAL SECTION El (Words) BIDDER'S TOTAL SECTION E2 $ (Numbers) BIDDER'S TOTAL SECTION E2 (Words) THE BIDDER'S TOTALS ABOVE ARE HIS TOTAL BID BASED ON ESTIMATED QUANTITIES, UNIT PRICES, AND LUMP SUM PRICES, REQUIRED FOR SECTIONS A, B, C, Dl, D2, El AND E2. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF BID OPENING. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM BID PRICE. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES SHALL GOVERN. U i C C SectionV_Final.docx Page 24 of 25 2013-14 Sanitary Sewer and Manhole Rehabilitation Project, #14 -0025 -UT u 9/12/2014 DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 City Hall City of Clearwater 112 S. Osceola Avenue Clearwater, FL 33756 ` Legislation Text File #: ID#14-896, Version: 1 SUBJECT/RECOMMENDATION: Award construction contracts for a comprehensive maintenance program to clean, inspect, rehab and repair existing sanitary sewer pipelines and manholes throughout the City of Clearwater in the amount of $5,660,000 for an initial 2 -year term with an option of one 2 -year term to the following vendors: Hinterland Group, Inc. of West Palm Beach, FL, Layne Inliner, LLC of Sanford, FL, Rowland Inc. of Pinellas Park, FL, Concrete Conservation, Inc. of Jacksonville, FL, VacVision Environmental, LLC of Tampa, and National Power Rodding Corp. of Chicago, IL which are the lowest responsible bids received in accordance with the plans and specifications of the 2013-14 Sanitary Sewer and Manhole Rehabilitation Project (14 -0025 -UT), and authorize the appropriate officials to execute same. (consent) SUMMARY: The City has initiated a comprehensive maintenance program to clean, inspect, rehab and repair existing sanitary sewer pipelines and manholes throughout the City of Clearwater. The goal is to maintain the integrity of the sanitary sewer system and minimize disruptions in service to our citizens. Bids for the Sanitary Sewer and Manhole Rehabilitation Project were received December 18, 2014. Staff has reviewed bid unit prices compared to other recent bids and recommends award of these contracts to inspect, rehabilitate and/or replace elements of the City's sewer collection system that have been or will be identified as deficient, in need of repair or at the end of their useful life. Hinterland Group, Inc. will be contracted to perform Cured -In -Place Pipe Lining (CIPP). Work includes lining of selected sewer pipelines to rebuild the pipes' structural integrity according to City Standard Specifications, limiting inflow and infiltration for an amount not to exceed $360,000 per 2 -year term. Layne Inliner LLC will be contracted to perform cleaning and TV inspection of selected sanitary sewer systems. This process restores capacity by removing sediment and obstructions and also accurately identifies defects that require corrective actions for an amount not to exceed $840,000 per 2 -year term. The work under the Sanitary Sewer and Force Main Emergency Repair Contract will be performed by Rowland, Inc., which includes any repairs in the City's waste collection system and at the Water Reclamation Facilities that are deemed an emergency or critical and not identified in other contracts for an amount not to exceed $1,000,000 per 2 -year term. Concrete Conservation, Inc. will be contracted to perform manhole lining in the Manhole Epoxy Lining System Section using Spectrashield Liner Systems, and it is responsible for all work, materials and equipment required for completion; repairing structural defects and applying coatings to reduce inflow and infiltration for an amount not to exceed $130,000 per 2- year term. VacVision Environmental will perform manhole lining in the Manhole Cementitious Lining System Section, and it is responsible for all work, materials and equipment required for completion; repairing structural defects and applying coatings to reduce inflow and infiltration for an amount not to exceed $100,000 per 2 -year term. National Power Rodding, Corp. will be contracted to perform installation of cleanouts to sanitary laterals and/or replacement of existing laterals to better maintain the City sewer system and minimize costly replacement of laterals due to failure for an amount not to exceed $400,000 per 2 -year term. Contracts will be for a 2 year term and will be evaluated after the initial 2 -year term and may be renewed for one 2 -year term at the same values. The City of Clearwater will direct the contractor to those high priority areas as established in the Sanitary City of Clearwater Page 1 of 2 Printed on 6/27/2017 powered by Legistar"I DocuSign Envelope ID: B131988B-4705-4008-B4B8-DCD419FB8B51 File #: ID#14-896, Version: 1 Sewer Evaluation Study. These efforts will continue until the entire budget of each contract is expended. The City of Clearwater's Public Utilities Department Wastewater Collection Division is responsible for owning, operating and maintaining the wastewater collection system including all gravity pipe lines and manholes that convey the raw sewage to the lift stations and or City's wastewater treatment facilities. APPROPRIATION CODE AND AMOUNT: 0315-96664-563800-535-000-0000 $ 100,000.00 0315-96665-563800-535-000-0000 $2,730,000.00 Sufficient budget and revenue are available in Capital Improvement Program projects 0315-96665, Sanitary Sewer R and R in the amount of $2,730,000.00 and 0315-96664, WPC R and R in the amount of $100,000.00 for total funding in the amount of $2,830,000.00 to fund the current 2 -year term. Future years funding will be included in the Water and Sewer recommended Capital Improvement Program Project budget from the Director. City of Clearwater Page 2 of 2 Printed on 6/27/2017 pwvered by t.egistar", CONCO-4 �...--� CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 06/13/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 904-296-3390 Vandroff Insurance Agency inc. 5150 Belfort Road #2060 Jacksonville, FL 32256 Vandroff Insurance Agency CO TACT Lesley Baker PHONE 904-296-3390 FAX 904-296-6144 (A/C, No, Ext): (a_ C, No) _ E-MAIL Isley@vandro -inff surance.corn ORFSS: C03491M982 06/13/2018 INSURER(S) AFFORDING COVERAGE NAIC # _ _ INSURER A: Travelers Insurance Compan 25615 300,000X S ._ INSURED Concrete Conservation, Inc. INSURER B: St. Paul Travelers 24767 dba Spectra Shield P.O. Box 57309 Jacksonville, FL 32241 INSURER C : Travelers IndemnityCompany y_____ $ 1,000,000 _ _p____ INSURER D: Western World Insurance 13196 INSURER E: PRODUCTS - COMP/OP AGG S 2,000,000 INSURER F: A COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED B_Y_PAID /NSR _TRC — TYPE OF INSURANCE DDL NSD SUBR POLICY NUMBER POLICY EFF _CLAIMS. POLICY EXP LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE L^X� OCCUR Y C03491M982 06/13/2018 06/06/2019 EACH OCCURRENCE S 1,000,000 _ DAMAGE TO RENTED REMI�E,�(c Faoccurrencej 300,000X S ._ MED EXP_(An one erson Y P _ $ 5,600 _ _ & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY DX PEC LOC OTHER: _PERSONAL GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG S 2,000,000 A AUTOMOBILE LIABILITY X ANY AUTO _ OWNED l SCHEDULED AUTOS ONLY __ AUTOS AUTOS ONLY NON-OWNED —1 ONLYY Y 8105.1685633 06/13/2018 06/06/2019 COMBINED SINGLE LIMIT _.(—Ea i pat) 1,000,000 $ BODILY INJURY Per Person/_ BODILY INJURY Per accidentq, $ Peri acciidentDAMAGE $ — BX UMBRELLA LIAR EXCESS LIAB I X I OCCUR CL AIMS -MADE CUPOL536407 06/1312018 06/06/2019 EACH OCCURRENCE $ 10,000,000 AGGREGATE S 10,000,000 DED I X I RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A UB9K433600 06/06/2018 06/06/2019 X 1 PSTATU OTH- E.L. EACH ACCIDENT 1,000,000 $ -- E.L. DISEASE - EA EMPLOYE $ 1'000'000 E.L. DISEASE - POLICY LIMIT 1 000 000 D Poillution EVP1000628-00 03/08/2018 03/08/2019 Occur. Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) City of Sanford is an Additional Insured with regards to the General Liability and Auto Liability per forms CGD2460805, CGD3160704 & CA20010306 attached. CITOFSA City of Sanford Purchasing Manager P O Box 1788 Sanford, FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED 'RREPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CO -3491 M982 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET • , - AUTOMATIC ST REQUIREDIF -ITTEN CONTRA • •• This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II — WHO IS (a) The Additional Insured — Owners, AN INSURED: Lessees or Contractors — Scheduled Any person or organization that: Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, a. You agree in a "written contract requiring in- the Additional Insured — Owners, surance" to include as an additional insured Lessees or Contractors — Completed on this Coverage Part; and Operations endorsement CG 20 37 b. Has not been added as an additional insured 07 04 or CG 20 37 04 13, or both of for the same project by attachment of an en- such endorsements with either of dorsement under this Coverage Part which those edition dates; or includes such person or organization in the (b) Either or both of the following: the endorsement's schedule; Additional Insured — Owners, Les - is an insured, but: sees or Contractors — Scheduled a. Only with respect to liability for "bodily injury", Person Or Organization endorsement "property damage" or "personal injury"; and CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — b. Only as described in Paragraph (1), (2) or (3) Completed Operations endorsement below, whichever applies: CG 20 37, without an edition date of (1) If the "written contract requiring insur- such endorsement specified; ance" specifically requires you to provide the person or organization is an additional additional insured coverage to that per- insured only if the injury or damage is son or organization by the use of: caused, in whole or in part, by acts or (a) The Additional Insured — Owners, omissions of you or your subcontractor in Lessees or Contractors — (Form B) the performance of "your work" to which endorsement CG 20 10 11 85; or the "written contract requiring insurance" (b) Either or both of the following: the applies; or Additional Insured — Owners, Les- (3) If neither Paragraph (1) nor (2) above ap- sees or Contractors — Scheduled plies: Person Or Organization endorsement (a) The person or organization is an ad - CG 20 10 10 01, or the Additional In- ditional insured only if, and to the ex- sured — Owners, Lessees or Contrac- tent that, the injury or damage is tors — Completed Operations en- caused by acts or omissions of you or dorsement CG 20 37 10 01; your subcontractor in the perform - the person or organization is an additional ance of "your work" to which the "writ - insured only if the injury or damage arises ten contract requiring insurance" sp- out of "your work" to which the "written plies; and contract requiring insurance" applies; (b) The person or organization does not (2) If the "written contract requiring insur- qualify as an additional insured with ance" specifically requires you to provide respect to the independent acts or additional insured coverage to that per- omissions of such person or organi- son or organization by the use of: zation. CG D6 04 08 13 © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or - Page 2 of 3 © 2013 The Travelers Indemnity Company. All rights reserved. CG D6 04 08 13 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. CG D6 04 08 13 © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 810-5J685633 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A • • • •' • ` This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The following is added to Paragraph A.1.c., Who Is An Insured, of SECTION II — LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph B.5., Other Insurance of SECTION IV — BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is the first named insured when the written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non-contributory. CA T4 74 08 17 © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO (e) Any "employee" authorized by you to give notice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDITIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by 810-5J685633 such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Concealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. Page 4 Of 4 © 2016 The Travelers Indemnity Company. All rights reserved. CA F2 19 08 17 Includes copyrighted material of Insurance Services Office, Inc. with its permission by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II — Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: CO -3491 M982 COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. (3) Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph 8., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 11 11 © 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 Allak WORKERS COMPENSATIONTRFY L J AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENT WC 00 03 13 (00) - 001 POLICY NUMBER: UB -9K433600 -18-26-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. INCLUDING: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREEDBY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THISWAIVER. DATE OF ISSUE: 06-25-18 ST ASSIGN: PAGE 1 OF