Loading...
HomeMy WebLinkAbout2017 ContractCM LN SEBASTL HOME Or PELICAN ISLAND CERTIFICATE OF PROJECT COMPLETION Date Accepted: 09/05/17 Project Name & #: Pipe Sliplining # A1761 Total Project Expenditures: $ 108,539.00 Project Location: 131 Miller Drive / Kildare/Schumann Contractor(s): Shenandoah Construction Qom $ Contract Amount(s): $ 15,712.50 / 92,826.50 Pursuant to the above captioned contract and in compliance of same, we the undersigned do hereby certify that this project is complete. Issuance of this certificate releases the contractor from any further responsibility as stipulated in the contract as it relates to bond performance, payment of subcontractors, release of liens, maintenance and indemnity. All contractual obligations as to warranty, insurance, indemnification and patents, shall remain in full effect for the contractually stipulated period of time. In no way does the issuing of this certificate release the Contractor from all legal obligations as stipulated in Chapter 713 of the Florida Statutes. Therefore, having reviewed the contract and inspected the work, the undersigned to hereby accept the segment as being complete. U� s 15 ('rolect Mag Date ,Y/,+ Building Official (if applicable) Date l�fxw 101,3017 City C�fk = Date =CITY OF SEBASTIANPUfChdSe ATTN: ADMINISTRATIVE SERVICES Order 00008089-00 FY 2017 JA 1225 MAIN STREET cct NO: 363151-606920-A1761 SEBASTIAN, FL IThe Above Purchase Order Number Must Appear 32958 lon All Correspondence - Packing sheets And Mail Invoices In Duplicate To Bills of Lading Above Address Page 1 vendor ship To Shenandoah General construction city of Sebastian 1888 N.W. 22nd Street Pompano Beach, FL 100 Veterans Memorial way 33069 Sebastian, FL Requisition 32958 00004968 Date Vendor i Date S -- —�— ----- ordered T �Number Required Evia ITerms IDepartment 06�scri 000922 �——_�---- (CEN_TRAL GARAGE LN Descripfio� Account Unit Qty Unit Price Net Price 001 EACH 1.00 92826.50000 92826.50 overflow culvert connecting the Kildare Lake to an extension of the Elkam Canal is failing. This connection is under Schumann Dr. The subject metal pipe is of a corrugated material , is approzimately 50 years old. Drainage connection is a key link in keeping Kildare Lake at a safe level. The Above Line Item IS For Department: STORMWATER PO Total 92826.50 =' General Ledger Summary section = = Account Amount 363151-606920-A1761 92826.50 chief Procurement officer PROVED., 2 6 JUri 217 lM1 T SEE;AsTIAN HOME OF PELICAN ISLAND CITY COUNCIL AGENDA TRANSMITTAL Council Meeting Date: 14 June 2017 Agenda Item Title: Schumann Drive Pipe Slip -Line Recommendation: Approve proposal from Shenandoah Construction. Background: The `overflow' culvert connecting the Kildare Lake to an extension of the Elkam Canal is failing. This connection is under Schumann Drive. The subject metal pipe is of a corrugated material, is approximately 50 years old, and has passed its useful life. This drainage connection is a key link in keeping Kildare Lake at a safe level and maintaining the integrity of Schumann Drive. Shenandoah Construction has submitted a proposal that `piggybacks' a `Storm Drain Maintenance Agreement with Collier County. Shenandoah has previously been contracted by the City for `Slip -Line' work on failed, or failing, drain pipes -- ---including timely response to emergency failures. Their past performance and quality of work has been above satisfactory, therefore, Staff is recommending approval of the subject Agreement. If Agenda Item Requires Expenditure of Funds: Total Cost: 92,826.50 Amount Budgeted in Current FY: $140,000.00 Fund to Be Utilized for Appropriation: Stormwater Fund Administrative Services Department/CFO Review: Attachments: 1. Shenandoah Construction Quote/Proposal 2. Shenandoah/Collier County Agreement #15-6363 City Manager Authorization: Date: 06 June 2017 SHENANDOAH CONSTRUCTION 1988 N W 22° Street • Pompano Beach, FL 33069 (954)975-0098 Fax: (954) 975-9718 DATE: May 31, 2017 SUBMITTED TO: Sebastian Public Works, City of STREET: 1225 Main Street CITY, STATE & ZIP: Sebastian, FI 32958 PHONE: (772) 228-7056 FAX: (772) 228-7077 EMAIL: twalker@cityofsebastian.org JOB NAME: 72 " CIPP ATTENTION: Tim Walker Page 1 of 1 PROPOSAL #P1007 We propose to famish a crew and all necessary equipment to at the above mentioned job location. This work will be performed at our following hourly and: or unit prices: Mobilization Storm Drain Video Observation Heavy Cleaning of 72" CMP Install 72" CIPP Foreman Laborer Equipment Operator Track or Wheeled Excavator Estimated Total: (at $300.00 Each) I Each $300.00 (at $7.00 Per L.F.) I I I L.F. $777.00 (at $24.50 Per L.F.) III L.F. 52,719.50 (at 5750.00 Per L.F.) I I I L.F. $83,250.00 (at $55.00 Per Hour) 28 hour(s) 51,540.00 (at 540.00 Per Hour) 36 hour(s) $1,440.00 (at S 120.00 Per Hour) 20 hour(s) 52,400.00 (at $20.00 Per Hour) 20 hour(s) $400.00 S92,826.50 NOTE: Due to the fragile condition of the existing pipe(s), the possibility of the pipe collapsing exists during the construction phase. If this unlikely event occurs, we will provide ,you with an additional estimate for a necessary point repair to complete the lining process. Due to the poor condition of the original host pipe, residual setteling may appear at the surface grade, post lining. This condition is not covered under warrantee. This proposal may be withdrawn if not accepted within 30 days. Payment terms net 30 days. All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Price above is only an estimate of foreseen conditions. Unforeseen conditions can affect the amount of time to complete the work, therefore increasing or decrcming estimate. All agreements are contingent upon strikes, accidents or delays beyond our control. Unless noted above engineering, permits, testing and bonds are not included in the pricing. Owner is to carry fire, tomado and other necessary insurance. Our workers are fully covered by Workman's Compensation Insurance. Parties to this proposaUcontract expressly waive all ton claims against each other and limit their remedies to breach of contract. SIGNATURE: SHENANDOAH GENERAL CONSTRUCTION CO. Louis Woska TITLE DATE Estimator 05/31/2017 ACCEPTANCE OF PROPOSAL / SIGN & RETURN The above prices, specification and conditi • are satisfactory and are hereby accepted. You are authorized to do the work as specified. t SIGNATURE: COMPANY NAME: City of Sebastian DATE REPRESENTATIVE: Joseph Griffin TITLb: City Manager Co)*e-r County Storm Drain Maintenance ggresmant 15-6363 SH ENAND O AH !'nXTCTRTT('TTnAT 1888 N.W.22nd Street • Pompano Beach, FL 33069 (95 4) 97 5-0 098 Fax: (954) 975-9718 SHEN-LINE a shenandoah company COIGCT C;014 .-ty Administrative Services Department Procurement Services Division November 3, 2016 Mr. Daniel DiMura, Vice President Shenandoah General Construction Co. FAX: 954-975-9718 Email: Margaret. Lary@shenandoahconstruction.com RE: Contract Renewal for# 15.6363 "Storm Drain Maintenance" Dear Mr. DiMura: Collier County would like to renew the above contract under the same terms and conditions for one (1) additional year in accordance with the renewal clause in the contract. This renewal is contingent upon Project Manager approval. If you are agreeable please indicate your intentions by providing the information requested below and executing the acceptance section: I am agreeable to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with your response. I am not agreeable to the renewal of this contract. By executing the section below, this contract will be in effect from February 24, 2017 until February 23, 2018 of Contract Renewal Company Name i Sh�-a+akGene(al conslruclion Company Company Signature Print Name Daniel 0,Mura, Vice President Signature Date November 8. 2016 Rocurem t Swam Men- 3327 Tamiami Trail East - Naples, Florida 34112-4901 .239.2528407 • wmv.colkorgov neVprocuremedsmices Page 2 of 2 RE: Contract Renewal for # 15-6363 "Storm Drain Maintenance" Updated Contact Information (Only if addressee information on the first page is incorrect) Number Number Address Please take a moment to review the Collier County Online Bidding System and refresh your business profile information. Log into the County's site at: htto:Ubid.collieroov.net/bid/, select My Profile and My Commodities, and review information and commodities to ensure they accurately reflect your business. Please return this letter to the Procurement Services Division with your response at your earliest convenience. If you have any questions you may contact Lissett De La Rosa at 239-252-6020, email IissettdelarosaCdtoolliercov.net or FAX 239-252-2860. Respectfully, Edward F. Coyman Jr. Director — Procurement Services Division C: Melissa Pearson, Road Maintenance Co'[Cier County Administrative Services Department Procurement Services Division December 7, 2015 Mr. Daniel DiMura, Vice President Shenandoah General Construction Co. 1888 NW 22"' St. Pompano Beach, FL 33069 FAX: 954-975-9718 Email: Margaret.lary@shenandoahconstruction.com RE: Contract Renewal for tt 15.6363 "Storm Drain Maintenance" Dear Mr. DiMura: Collier County would like to renew the above agreement under the same terms and conditions for one (1) additional year in accordance with the renewal clause in the agreement. This renewal is contingent upon Project Manager approval. If you are agreeable please indicate your intentions by providing the information as requested below: X I am agreeable to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with response. • Provide updated and current insurance certificate I am not agreeable to renewal of this contract. By signature this contract will be in effect from February 24, 2016 until February 23, 2017. Please take a moment to review the Collier County Online Bidding System and refresh your business profile information. Log into the County's site at: http./lbid.colitergov.net/bid/. select My Profile and My Commodities, and review information and commodities to ensure they accurately reflect your business. Raximmmt SmUs Dww• 3327 Tammmi Trail Fall • Naplcs. Florida 34112-4901.239 252 841-r we colhergw.ret/pro"tromentservi-es Page 2 of 2 RE: Contract Renewal for # 15-6363 "Storm Drain Maintenance" Please return this letter to the Purchasing Department with your response and insurance certificate at your earliest convenience. If you have any questions you may contact Lissett De La Rosa at 239-252-6020, email lissettdelarosana.colliergov.net or FAX 239-252-6592. Respectfully, e Markiewi < � r Director — Procurement Services Name of Company (Corporate Officer) Print Corporate Officer Name Signature Date Acceptance of Contract Renewal December 19, 2015 Updated Contact Information (In order to make sure our contact information is current.) — --y Contact Name afgaret ary Telephone Number ; 94 7-0098 -- -__'__954-975:97T8 FAX Number---- --- 954-975-9T18 Email Address argare .arys enan od amens ruc on.com — Address —888 NW 22 Sfree , Pompano Beach, FL 06 i C: Travis Gossard, Road Maintenance A G R E E M E N T 15-6363 for Storm Drain Maintenance THIS AGREEMENT is made and entered into this 0,4tk day of, 2015, by and between the Board of County Commissioners for Collier County, Florida, a political s bdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Shenandoah General Construction Company, as Secondary Contractor, authorized to do business in the State of Florida, whose business address is 1888 NW 22`a Street, Pompano Beach, Florida 33069 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the assigned work upon issuance of a Notice to Proceed (NTP). The contract shall be for a one (1) year period, commencing on Board award, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed to the satisfaction of the County or terminated. This contract shall have three (3) additional, one (1) year renewals, renewable annually. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 1.' . 2. STATEMENT OF WORK. The Contractor shall provide Storm Drain Maintenance for the Road Maintenance Department on an on-call basis in accordance with the terms and conditions of ITB # 15-6363 "Storm Drain Maintenance" and Exhibit A, "Scope of Work", hereby attached and incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any Work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the procedure to obtain Work outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Although the primary user of this Contract is the Road Maintenance Department, any County Department may use this contract provided sufficient funds are included in its budget. The process for obtaining services under this Contract is as follows: Prior to the start of each individual job or group of jobs, the user department shall provide a description of Work to be performed to the Primary Contractor. The Primary Contractor shall have five (5) business days to respond indicating they are willing and able to complete the job(s) in the required time frame. The user department will then issue a Notice to Proceed ("NTP"), provided that there has been a Purchase Order established for the work. If the Primary Contractor cannot provide requested services within the timeframe specified by the user department, then the Secondary Contractor will then be contacted. The procedure for Page -1- ;.;; obtaining services is the same. In each description of work, the Owner reserves the right to specify the period of completion; collection of liquidated damages in the event of late completion; and time and materials or lump sum. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Ordinance and Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Work pursuant to the prices offered by the Contractor in response to ITB # 15-6363 "Storm Drain Maintenance" per Exhibit B, "Price Schedule", attached herein and incorporated by reference or subsequent quotes. Any County Agency may utilize the services offered under this contract, provided sufficient funds are included in their respective budget(s). This contract will be Purchase Order driven. 4. NOTICES. All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Shenandoah General Construction Company 1888 NW 22nd Street Pompano Beach, Florida 33069 Phone: 954.975-0098; Fax: 954-975-9718 Attn: Daniel DiMura, Vice President Email: margaret.laryCa)shenandoahconstruction.com All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Procurement Services Department 3327 Tamiami Trail East Naples, Florida 34112 Attention: Joanne Markiewicz Director, Procurement Services Phone: 239-252-8407 Fax: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Service Agreement must be in writing. Page -2- NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 6. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor, Owner will not be obligated to pay for any permits obtained by Subcontractors. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8, TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 9. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Single Limit Per Occurrence, $2,000,000 aggregate, for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Page -3- A' Liability. This shall include Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Special Reauirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 11.1 The duty to defend under this Article 11 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 11 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12. PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third parry claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid Page -4- u' balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed. Owner may, after three (3) days written notice, rectify the same at Contractor's expense. 13. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 14. CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work, Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by Owner, and Owner shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Ordinance and Procedures in effect at the time such modifications are authorized. 15. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Ordinance and Purchasing Procedures. 16. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements in F.S. § 119.0701(2) as follows: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency 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. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency 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 public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. Page -5-' 17. CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 18. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor ail of the obligations and responsibilities that Contractor has assumed toward Owner. 19. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 20. WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR. EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 22. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the Owner the Page -6- required certificates of inspection, testing or approval, All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Owner. 23. PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor, B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 24. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 25, CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Collier County Road Maintenance Department. 26. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate(s), .ITB # 15-6363 "Storm Drain Maintenance" any addenda, etc, made or issued pursuant to this Agreement. 27. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part 111, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County Page -7- staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 28. SUBJECT TO APPROPRIATION. It is further understood and agreed, by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 29. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. 30. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 31. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters, 32. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 33. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect, 34. SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 35. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation Page -8- •.:A between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat, 36. SAFETY. All contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Department Safety Manager and/or Safety Engineer. ***###k**k*R###*k*k}}Rk#}*}}##k** Remainder of page intentionally left blank#***#*##x}**#}#***#t******#}**#} Page -9- IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Dwig E. Brock, Cle=ofCourts B By: Dated: `'`i X+1 I ;iUs;.il %io Sli,i d llf'2 only. and legality: ( fi1r ,C4urjty Attorney ie -T\t-\ HAHC-E Chairman Sh nand h General Construction Company for By: I , Signature jLl(L5 AQP Typed nSignatu Title Page -10- #15-6363 "Storm Drain Maintenance" Exhibit A "Scope of Work" OVERVIEW: The Contractor will provide Storm Drain Maintenance services typically consisting of small projects on an as - needed basis. Such work is conducted in support of the Collier County Road Maintenance Department, including but not limited to: • The cleaning/flushing of the storm drain pipe, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • This is an on-call annual contract — projects are small and can be located anywhere in Collier County. DEFINITIONS: Cleaning refers to the removal of enough material to ensure that at least ninety-five (95%) of the pipe or basin capacity is restored. Light Cleanina refers to the removal of % diameter of the pipe/basin or less of sediment or debris from a section of the pipe or basin. This item will be billed, at a minimum of a 10 foot Increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Medium Cleaning refers to the removal of between % to '% diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Heavy Cleaning refers to the removal of greater than '% diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Specialty Cleaning such as the removal of masonry plugs, calcitelconcrete deposits, roots or the use of special equipment such as bucket machines will be priced in addition to Light, Medium or Heavy Cleaning as described above. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. Specialty Cleaning will only be charged for the footage for which the service was required with a 10 foot minimum for which the service was required and has authorization and written approval by the Project Manager. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe or basin capacity is restored. Video Inspection may be requested by Project Manager. SCOPE: The work typically consists of, but not limited to, the following: Page -11- 0 • The cleaning/flushing of the storm drain pipe and structures, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • Providing quote for repairs within five (5) working days. The length of pipe and box culverts, the number of inlet boxes and CDS Systems along with the job duration all will vary. It should be anticipated that the majority of work to clean/flush pipes and structures will be on short job increments of approximately 30', 50' to 100' in length with the job duration to last approximately two (2), four (4), eight (6) to sixteen (16) hours pending permits and MOT setup; however, larger projects that exceed the prior description may be required during the term of this contract. Video recording may be performed on the older culverts which are believed to be in poor condition or have failed to identify whether repair or replacement is required. The cleaning and or video recording Contractor is not guaranteed the repair or replacement work identified when performing such work. The Contractor shall be fully responsible for the performance and for the completion of all work requested under this Contract as set forth in these special provisions and as directed by'Collier County or its designee (Project Manager). The Contractor will incorporate the necessary provisions into the overall Bid Unit Price to complete the specified work under the conditions existing in the storm drain pipe, catch basins and box culverts. Coordination with Collier County and other parties involved is required regarding provisions for the location specifics of each work site, traffic control signage, purchasing/acquiring water and identification of the nearest sediment disposal site. The Contractor has ultimate responsibility to perform work in accordance with all rules and regulations that pertain to the Industry which work is performed. AUTHORITY OF THE PROJECT MANAGER: The Contractor will perform all work to the satisfaction to the Project Manager. The Project Manager will manage all questions, difficulties, and disputes, of whatever nature, that may arise relative to the interpretation of the plans, prosecution, and fulfillment of this Contract. Also, to the character, quality, amount, and value of any work done, and materials furnished. ACCESS OR STAGING TO PROJECT WORK AREA: Access to tlie work site may be limited or restricted. It will be the Contractor's responsibility to inspect the work site prior to the NTP issuance to ensure there will be no ingress and egress issues. In addition, should access to an offsite staging area be necessary other than indicated on the plans or as discussed, the Contractor must be granted and the fee owner must provide written authorization. A copy of the authorization letter must be provided to the Project Manager for the Project file. Any and all related costs to gain access to or for staging purposes for the work site shall be included in the Project Proposal. CLEANING OF STORM DRAIN PIPES, CATCH BASINS, INLET BOXES, AND BOX CULVERTS: The work specified consists of the removal and disposal of sediment, slit, debris, vegetation, soil, rock or any type of blockage including temporary dewatering plugs left behind or restriction inside a storm drain pipe, inlet box, Continuous Deflection Separation (CDS) Systems or equivalent or box culvert to restore maximum drainage capacity. The storm drain pipe segments may be required to be de -watered with the stormwater discharge being towards a downstream segment of the storm drain system all rules and regulations having jurisdiction shall be followed and barriers used to minimize any pollution from contaminating any body of water. All NPDES and Page -112- 0 Clean Water Acts rules and regulations must be adhered. Jet rodding and vacuum cleaning of the storm drain pipes in preparation for videotaping of the cleaned storm facilities will be required. Storm drain pipe sizes and segments will vary. Collier County reserves the right to specify actual footages and/or cubic feet of boxes or CDS system(s) as may be required during this contract period, but does not guarantee any minimum or maximum to be ordered during the period specified, GENERAL REQUIREMENTS: The Contractor shall clean the storm drain pipe, catch basin, inlet box, box culvert or CDS system so that the drainage capacity is one hundred percent (100%) of the existing capacity of the pipe, box culvert or CDS system. All activities shall be performed meeting the requirements of Federal, State and local environmental standards and laws. Erosion and water pollution control shall be accomplished, meeting the requirements of Section 104 of the Standard Specifications for Road and Bridge Construction and revisions thereto (current at the time of Contract award). When water is present, the storm drain pipe or box culvert shall be de -watered to facilitate cleaning. Cleaning shall be done in a manner not to damage the storm drain pipe, inlet boxes, box culvert, CDS system or surrounding area. Access to the storm drain pipe, inlet box or box culvert may require temporary removal of fence, signs, guardrail, grates or manhole covers, They shall be replaced according to Collier County standards at the completion of the cleaning operation or each day, as appropriate for safety. No undermined areas shall be allowed at in fall or outfall ends of the pipe or box culvert. Any disturbed areas shall be re -sodded after regraded at no additional cost to the county. Needed repairs to the storm drain pipes or box culverts identified during the cleaning operation shall be brought to the attention of the Project Manager. All sediment, silt, and debris removed in the cleaning operations shall be disposed of by the Contractor in areas meeting Federal, State and local rules and regulations. Contaminated soils (sewage, solvents, etc.) or suspected contaminated soils shall be reported to the County Project Manager immediately for Investigation. Quotes for repair work may be requested and shall be submitted within five (5) working days. DE -WATERING: When de -watering, other than associated with an item with a linear foot unit price is required, the costs will be based on an hourly fee as shown in the Unit Price. Time log of time start and time completed of the de -watering shall be kept and submitted as back-up with the invoicing. DOCUMENTS AND REPORTS: All video tapes/discs shall be of the two (2) hour DVD/Windows/Word format with each being professionally labeled showing the Collier County's name, the lines recorded on the tape/disc, the date of viewing, and the name of the Contractor. Detailed one (1) page summaries with a sketch or map drawn to scale shall also be prepared for each storm drain pipe line segment observed during the data review, presenting the Project Manager with a synopsis of the general line segment condition and the relative severity of observed defects. The reports shall also document any cross -connects with sanitary sewer lines and any contaminated soils or hazardous substances encountered. These summaries shall also be included in all field report copies immediately before each associated report to further assist Collier County in understanding and using the results of the viewed project. Direct submittal of copies of the superintendent's logs without his secondary review and summary pages shall not be acceptable. Photographs taken from the video monitor for remote TV observations shall also be presented in the same manner as described in above. Collier County desires photos of all significant defects observed during remote observation task; however, it is understood that it may not be possible to obtain clear, still photos from the monitor for inspections in large - diameter lines where manual observations are not performed. Original video tapes/discs for the project shall be forwarded to Collier County with final report submittals and shall become the property of Collier County. Additional copies of the video tapes/discs, if required, shall be made by the Contractor on professional duplication equipment. Page -13- 'Lp Two (2) complete copies of the final project reports shall be submitted to Collier County within forty-five (45) days of completion of all field activities and within the stated time of completion for the project. One (1) of the two (2) copies shall contain the original photos as required above. An overall summary narrative shall be provided in each County report describing the overall conditions found in each associated storm drain line segment grouping. Detailed summary tables shall also be compiled showing those storm drain lines where major and significant defects were located to assist the Project Manager in subsequent project review. GENERAL SITE CONDITIONS CARE: Due care shall be taken of all existing landscaping. The Contractor may be required to perform necessary site pruning on any existing plant's foliage which will interfere with the equipment or work area to limit total removal and/or replacement of the landscape material. The Contractor shall be responsible for replacement at the Contractor's costs unless otherwise approved by the Project Manager. EQUIPMENT SUGGESTED: The Contractor for this project should make four (4) basic methods of internal storm drain pipe observation available. • Conventional color observation cameras specifically designed for use in storm drain pipe line observation work and mounted on conventional skids. • Conventional color observation cameras specifically designed for use in storm drain pipe line inspection work mounted on floating skids or rafts. • Special Industrial grade color observation cameras, contained in waterproof housings and carried manually through the storm drain pipe during observation work, • Special industrial grade color observation cameras, contained in waterproof housing, and mounted on floating skids or rafts. The Contractor may be required to submit sample video recordings from recently completed projects demonstrating the picture quality obtained with each available inspection system for storm drain pipe diameters ranging from twelve inch (12") to seventy-two inch (720). The intent is to insure that the best possible picture quality is made available to Collier County. In all cases, the complete video system (cameras, lens, lighting, cables, monitors and recorders) shall be capable of providing a picture quality acceptable to the Project Manager, and if unsatisfactory, the equipment shall be removed and no payment will be made for unsatisfactory product, As with manual observations, accurate and continuous footage readings shall be superimposed on the video recording for each storm drain line observed by remote methods. Also shown shall be the date of the observation and a three -digit number designation for each manhole or inlet box in the line segment taped. DAILY LOGS: The Contractor shall complete and submit to the Project Manager on a weekly basis a Daily Log documenting the Contractor's activities at the Project site such as: • Soil or weather conditions which adversely affect the work; • Daily job site hours of operation; • Number of Contractor's and Sub -Contractor's personnel present and working at the project site; • Equipment on the project site; • Work description being preformed; • Materials received; • List of visitors; • Any problems that might impact either the cost or quality of the work or the time of performance. • Location of any temporary plugs (inflatable or brick and mortar). Page -14- 0.40 METHOD OF OPERATION FOR VIDEO TAPING: All videotaping observation will be done on clean, dry lines when authorized. The storm drain pipes are to be checked for cleanliness by the Project Manager and the Contractor before the start of videotaping observation procedures. Dirty lines or structures identified after cleaning by the Contractor determined to be unacceptable by the Project Manager shall be re -cleaned to the satisfaction of the Project Manager, within the time specified at no additional cost to Collier County and re -inspected by the Project Manager and Contractor, before the start of the videotaping observation. De -watering as required will be done by the Contractor and will be paid in accordance with the contract. Temporary plugs used to block the storm sewer for dewatering purposes must be removed prior to rainfall events at no additional cost to the County. The Contractor will be held accountable for any and all damages due to Flooding caused by blocking of the storm drain pipe system if not removed in a timely manner. The video equipment used for the observation shall be specifically designed and constructed for such task. Lighting for the camera shall be suitable to allow for a clear picture of the entire periphery of the storm drain pipe. The camera shall be operative in one hundred percent (100%) humidity conditions. The cameras, monitors, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Project Manager, and if unsatisfactory, equipment will be removed, with no payment being made for an unsatisfactory product result. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the pipe's condition. In no case should the camera be pulled at a speed greater than thirty feet (30') per minute, Manual winches, power winches, TV cable, and powered rewinds, or other devices that do not obstruct the camera view or interfere with proper documentation of the pipe conditions shall be used to move the camera through the storm drain. If during the operation the camera will not pass through the entire manhole section or drain pipe segment, the Contractor shall set up the equipment so that the viewing can be performed from the opposite manhole. If the camera fails to pass through the entire manhole section or drain pipe segment a second time, the task shall be considered complete and no additional viewing will be required. When manually operated winches are being used to pull the camera through the line, telephones or other suitable means of communication shall be set up between the two manholes or inlet boxes of the section being viewed, to insure good communications between members of the crew. MISCELLANEOUS RESPONSIBILITIES: The Contractor shall make every effort to protect existing facilities. It shall be the Contractor's responsibility to notify in writing the Project Manager of any construction problems or additional project needs. Should additional costs be involved which are not covered within the Contract Unit Costs, a Unit Cost shall be agreed upon, a Modification to the Purchase Order completed by the Contractor and Project Manager prior to performing additional services. The Contractor shall communicate frequently with the Project Manager and provide a working schedule after the NTP has been issued. The written schedule is required to be kept current with the progress of the work. Should the schedule be changed, it shall be immediately up -dated. The Contractor shall provide all materials, labor, equipment, mobilization/ demobilization, any other necessary effort, element and/or component(s) needed to complete the work in its entirety per plans and/or as instructed by the Project Manager and at the Unit Pricing submitted. PLUG INSTALLATION AND REMOVAL: When a plug is required the costs shall include a weekly rental, all 'nateriais and labor to install and remove the plug for the various pipe sizes. Page -15 CCA) PRECONSTRUCTION VIDEO: When work is authorized, it is recommended that the Contractor's provide a preconstruction video tape in DVD format documenting the condition of the Project area prior to commencement of any work. This video tape should capture pre-project conditions of all private property adjacent to the proposed project area and public property in the r/w with the intent to document all existing conditions for use in resolving any post-project private or public property alleged damage claims. The video is to be submitted to the Project Manager prior to construction commencement for the Project file at no additional costs. PROJECT SCHEDULE AND TIME PERIOD: After issuance of the NTP, the Contractor shall prepare and submit to the Project Manager the Project's schedule. If required, the schedule of the work's progress shall be frequently updated and provided to the Project Manager. Micro Soft Project Format is recommended, The Project shall commence upon receipt of a NTP letter from the Project Manager and will remain in effect until Final Completion and submission of all the Project closeout documents. Notification of Substantial Completion, Final Completion, and any Claims shall be done in written letter format. Electronic transmission via E-mail is not an acceptable notification form. Should the Contractor see that additional days will be required a Time Extension Letter will be prepared by the Project Manager or a Modification to the Purchase Order shall be approved. OBSERVATION RECORDS: Printed records of the locations shall be kept by the Contractor. The records must clearly indicate the culvert size, length of the segment, sump depth within the inlet box, storm drain pipe Inverts at each end, and type of storm drain, unusual conditions such as the encroachment of roots, bad or failed storm drain joint connections, broken drain pipe, and other discernible features will be recorded, and a copy of such records will be supplied to the Project Manager. PROJECT SITE LOCATION: The Contractor will be provided by the Project Manager approved location/segment plans. Both will meet at the site prior to work authorization to review the existing conditions and verify what work is to be accomplished. REPAIRS OF STORM DRAINS PIPES: Repairs of storm drain pipes will be determined by,Collier County Project Manager when such repairs will be made after damage or defects are Identified. When repairs are requested the Project Manager will request a Proposal from the Contractor who will have five (5) days to respond, unless an emergency situation arises where a repair maybe authorized by the Project Manager to ensure safety of the public and lessen liability for the County. Once Proposal has been received by the Project Manager he/she will either approve or reject and issue a Notice to Proceed (NTP) if approved and funding is available. Once the NTP has been issued the Contractor shall perform the repairs in the required timeframe. RESPONSE TIMES: On a twenty-four (24) hour basis, the Contractor may be required to travel to the site immediately to meet with the Project Manager, law enforcement or emergency personnel to resolve an emergency. The Contractor shall respond to a telephone, beeper, or radio call within one (1) hour. There shall be no additional charge for these responses. If Contractor cannot perform these services, it may be cause for termination. The Contractor must have staffed office ready to respond within one hundred (100) miles of Naples, Florida. SANITARY FACILITIES: If the duration of the work is estimated to extend beyond five (5) days, the Contractor shall provide and have serviced portable toilet(s) within the work site area limits as approved by the Project Manager. Each toilet shall be located no further apart within the work area than one-quarter (1/4) mile. SEDIMENT STORAGE & TESTING: Sediment removed from the storm drain pipe system may be taken to a Collier County specified facility for storage and drying if available; otherwise the contractor assumes responsibility to store and dispose of sediment In accordance with all Federal, State and Local laws, rules and regulations. Sediment sampling and soil testing may be required for FDEP Priority Pollutants if requested by i Page -16-� Collier County to determine whether the sediments can be reused or should be disposed in the appropriate landfill. There shall be no additional costs for this testing. SITE MAINTENANCE: The work site areas shall be kept clean and neatly maintained during the progression of the work. Any debris on the roadway shall be swept daily or as directed by the Project Manager. The disposal of all debris and project litter must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Bid Schedule Unit Price. Upon completion, leftover materials are to be collected, hauled away, and disposed of by the Contractor leaving the work site in a restored order. SITE PROTECTION: Improved landscape areas containing landscaping, irrigation systems and mailboxes shall be noted and maintained wherever possible. If removed or destroyed during the accomplishment of the work, the Contractor shall replace or restore to the original condition or better as part of Project completion. The cost of these items shall be considered incidental to the Project unless discussed and addressed with the Project Manager prior to Project commencement. The Contractor shall make every effort to preserve stakes/laths, monuments, bench marks, and other control points. A Florida Registered P.S.M. is responsible for the replacement of any and all survey control or boundary corners damaged or destroyed during construction at the Contractor's expense. STORM DRAIN PIPE SIZES: Indicated in Bid Schedule are expected storm drain pipe sizes and are for the purpose of Bid Unit Price submission. Collier County reserves the right to adjust/utilize such sizing as may be required for the various anticipated sites during this Contract. UTILITY CONFLICTS: - Utility locates may be conducted prior to commencement of work. Soft digging, pot holing and/or any commonly approved method at the Contractor's discretion may be used to locate existing utilities. In the event that utility conflict(s) arise, the Contractor will be principally responsible for coordinating with the pertinent utility company/companies in order to resolve such conflict(s). Any and all costs associated with utility conflict(s) would be incidental and should be included in the pricing provided in the Bid Response Form. The Project Manager may make exceptions pending justifications by the Contractor. VIDEO TAPE RECORDINGS: Video tape recordings will be selective and therefore not all storm drain pipe segments will be required to be videotaped. When authorized, the purpose of tape recording shall be to supply a visual and audio record of the storm drains problem area segment(s). Videotaped recording playbacks shall be in the same speed that it was recorded. Slow motlon or stop -motion playback features may be supplied at the option of the Contractor. Title to the tape shall become the property of Collier County. The Contractor shall have all video tapes for each storm drain segment accessible for review by the Project Manager. The cleaned storm drain pipes will be videotaped in DVD format to document and enable evaluation of the existing storm drain conditions. Two (2) copies of the video tape along with written observation reports will be provided to the County. If pipe damage is significant, the pipe cleaning will have to be terminated at the heavily damaged area to avoid casing further damage by additional soil settlement into the storm drain system. WATER SUPPLY: The Contractor shall supply their own water for cleaning/flushing of the storm drain pipe and or box culvert. It may be necessary to have an account with the Collier County Public Utilities Division for a temporary 2" water meter with an approved and inspected RPZ devise as a source for the storm drain pipe cleaning process. MAINTENANCE OF TRAFFIC (MOT): For all projects that are conducted within a Collier County Right -of - Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed In the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. Page -17- ".1 The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be at unit price, Each, and only allowed one for each project throughout the duration. If MOT is required, MOT certification is to be provided within ten (10) days of receipt of Notice of Award. MOBILIZATION; All costs associated with Mobilization shall be at unit price, Each, and only allowed one for each project throughout the duration. PAYMENT: Payment shall be for the Unit Cost linear feet of storm drain pipe cleaned, lined, observed and accepted for the various storm drain pipe sizes. Payment shall be for the Unit Cost for box culverts and/or CDS system(s) will be for Cubic Foot of material removed. Payment shall be for full compensation for the Unit Cost per linear feet for services furnishing: • Equipment • Tools • Labor • Dewatering • Cleaning/flushing • Videotaping • Photos • On-site material transport & disposal • Erosion control • Clean-up • Disposal/tipping fee charges • Water pollution control • Water meter and water supply shall be included in the Unit Pricing • And all other incidentals necessary for satisfactory performance of the work including the cost of temporary removal and subsequent replacement of fence, signs, guardrail, grates or manhole covers and removal of inlet lids/grates and the cleaning of the inlet boxes. Unless otherwise noted, these above services are considered incidental to the contract and shall not be paid separately, but shall be included in the Contract Unit Price per linear feet of storm drain pipe and/or box culverts cleaned, lined, observed and accepted. The Contractor will accept the compensation as provided in this Contract as full payment for furnishing all materials and for performing all work contemplated and embraced under the Purchase Order also for: • All loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its final acceptance; • All other costs incurred under the provisions of Division I of the Florida Department of Transportation, Standard Specifications for Road and Bridge Construction, 2014 Edition or latest revision thereof. Page -18- i�� #15-6363 "Storm Drain Maintenance" Exhibit B 'Price Schedule" (following this page) Page -19- c Exhibit 8 -Price Schedule Bid Tabulation N 16.6363 Storm Drain Maintenance LIneY Description unit Cly Unit Price 701111 „ TVVIsAma Shenandoah Girard ComtrvNon Co. 1 Storm Darin(Video Camera Dbservallan 0-48' Lo f Wdnen Report Linear Fl 10 S 8.00 60.00 2 Storm Dralij PAdee Camera Observation 49"- 72' Lo fNldllen Report Llnoar F 10 S 7.00 s 70.00 3 Ckanh Box Culverts of Debris and Bituminous Materials Removal Per Fl i 30.00 30.00 4 ecuum p of antlnuous La on eparat on (D sem¢ ,move o Debris and Slumnaus Materiels per Fla 1 $ 20.00 S 20.00 Pluri Installation 6 Removal [netudb Minimum Weekly Renal for. 5 D' k 12' Crows/Side Drain or Equivalent Eliptleal Circumference Week 1 S 1.00 s 1.00 616' to 30' CmeWSkle Drain orEquivalent Ehi GUI Circumference Week 1 5.00 5,00 738' to 42' CrouISlde Dralna EQUIValont E111 00111 CkOurnfeWCO, Week / 10.00 10,00 848' to 60' CreseBlde Drain orEquivalent Elliptical CYUmfemnce Week 1 S 15.00 s 15.00 972" to 96' CmssISMe Drah or EquIefelent Elliptical Circumference Week 1 26.00 6 25.00 Pum In` I I I . . -.. . _.. ;. ... q 104'0 drauiic Pump (with u Io 1DODul Ebche "hose Hours 40 S 600 200.10 11 6'h draulic Pum u to 1000 of dlsche hose Hours 40 10.00 110,01)12 rhvdraulioNOPuwunto 1000' of dlecha hose) Hcurm 40 S 10.00 400.00 Cleanina of CMP orE uMlent Elliptical Circumference " 13pipe Lhear Fl 1 0.60 S 0.50 1 Medium Cleaning of 15' Pipe hear FI 1 1.00 S 1.0D 75 Heaw Cleaninki of IV Pipe Lhear Fl 1 5 2.00 $ 2.00 18Skiedafty CleaninI S'Ploa Linear Fl tFS2.00 6.00 17Light Cemin of 10'P a Linear Fl t 0.75 IB Medium Ckann of 18' Pipe Lhear Fl 1 1.00 19 Hee Cleanh of 18" PI Linear Fl 7 2.00 20 S ectal Cleanin 18"PI a LnearFl 1 5.00 21 hlCkanin0124'P a LhearFt 1 0.75 22 Medium CeanInof 24' P LelearFl 1 1.00 23 He Clean! of 24'PI LhearFl 1 S 175 24S eda Ckanh of 24"P Lhear Ft 1 6AD 26 ht Cleanh of 30" PI a Linear FI 1 $ 1.00 26 Medium Cleaning of 30' Pipe Lhear Ft 1 5 2.50 2.60 27 Heavy Cleanin 0130" Pipe Linear Ft 1 4.50 4.60 28 Specialty Clewing of 30'Pipe Linear Fl 1 It 10.00 10.00 29 Light Cleaninof 36" Pipe Linear FI 1 1.60 1.50 30 Medium Chanty of 36' Pipe Lhear FI 1 $ 3.50 3.50 31 Heavy Cleanh or 36' Pipe Linear Fl 1 S 6.60 5.60 32 SDedaltv Cleanin of 36" Pipe Linearfl i 15.00 75A0 33Light Cleaning of 42 Pipe Linear Ft 1 s 360 3.50 34 Medium Cleaning of 42' Pipe Lhear Ft 1 S 6.80 5.50 35 Heaw Cleanin of 42* Lhear Ft 7 Ar 7.50 S 7.50 39 Specialty Cleenm of42"P' a Linder Fl 1 Ir 15.00 3 15.00 37 I.Johl Ckanh of 48" Pipe Linear Fl 1 S 4.50 S 4.50 38 Medkim Cleanh of 48' Pipe UnquirIF1 1 S 7.50 7b0 39 Heavy Cleaning of 48'PI a Linear Ft 1 9.50 S 9.50 49 Specialty Ckanh of 48"Pipe Linear Fl 1 20.00 S 20.00 41L LCkankiof 64" Pipe Lhear Ft 1 S 6.60 6.50 42 Medium Cleanin of 54" Pie Linear Fl 1 8.25 826 43 Hmvv Cleanin o154" Pipe Linear Fl 1 It 11.25 11,26 44 Spaciefty Cleanin of 54'Pipe Linear Fl 1 $ 20.00 20.00 45Light Cleaning: of 60" Pipe Lhear FI 1 S also 6.60 49 Medium Ckanh of So' Pipe Linear Fl I 1 s 8.501 s 8.50 47 Heaw Cleanine of 90" PIpe Linear FI 1 S 12.00 S 12.00 48Specialty Cleankno of 60'Pipe Lear Ft 1 26.00 25.00 49 LJohl Cleaning of 66- Pipe Lheafft 1 S 7.50 7.50 50 Medium Qeaning of 66'PI a Linear Fl 1 11 1.50 It 1.50 51 Heaw Ckanh of 88" Pipe Linear Ft 1 s 13.50 13.50 52 Seacialtv Cleanh or 65" Pipe Linear Fl 1 25.00 25.00 63 UghtCleaniftg of 72POO Lineal Ft 1 S 8.50 6.60 54 Medium Ckanh of 72" Pipe Linear Fl 1 3 19.50 19.50 55 Heavy Ckanh of 72"Pipe Lhear Ft 1 24.50 $ 24.50 56Specialty Deanne of 72" Pkee Linear Ft 1 30.00 11, 30.00 57 Light Clearing or84" P Linear Ft I 1 S 9.50 s 9.50 58 Medium Ckanh of 84" Pipe LnearFl 1 3 2.50 S 24.60 59 Heavy Ckanln of 84"Pipe Linear ft 1 S 34.60 $ 34.50 80 Specialty Cleaning of a4"Pipe Linear Ft 1 $ 40.00 40.00 81 Light Cleanhut of 98' Pipe Linear FI 1 S 12.50 $ 12.60 62 Medium Clean of 98' Pipe Linear Ft t 23.50 23.50 83 Hea Cleaning of 96' Pipe Linear Ft 1 45.50 $ 48.50 04 S del Clasnln2 of 96"Pipe Linear Fl 1 55.00 55.00 Line R - Description unit city unit Price Total Cleanin 'of RCP�orE UNeIonLElll'Ocel Cimumfemnee 6511.1ahtCleanIno of 15" Pipe Linear Ft 1 0.60 0.50 68 Madaim Cleanin 15' PI o Linear Ft 1 1.00 1.00 67 Haaw Cimino of 15' Pips Linear Fl / s 2.00 2.00 88 Specialty Cleaning of IS" Pipe Linear Ft 1 SAO 6 5.00 89 UohfClemlnoof 18' Pie Linear Ft 1 0.76 6 0.75 70 Madmen Cleaning of 18" Pipe Linear Fl 1 1.OD 1A0 71 Heavy Cleaning of 18' Pipe Linear Fl 1 1 2.00 3 .00 72 Spa -Jolly Spa-JollyCleanln of 18" Pipe LhearFl I 1 s 6.00 5.00 73 Light Cleanln of 24' PIPS Linear Fl I I s 0.76 3 D.75 74 Madam Cleaning of 24" Pips Linearfl I 1 s 1.001 s tA0 75 Heaw Cleanninctof 241 Pipe Linear Ft I 1 s 1.75 s 1.75 78Socially Cleaning of2,r Plies Linear Fl 1 5.00 6.00 77Light Cleaning of 3(r Pipe Linear Fl 1 1.00 1.00 78 Medium CWnlnn of 30' Plpe Linear Fl 1 s 2.50 S .50 78 Haan Cleaning of 30'Pips Linear Fl 1 4.50 4.50 80 Specialty Marine Of 30" Pips Linear FI I 10.00 111 10.00 81 Llnhl Clewing of 36' Pipe Linear FI 1 1.60 1150 82 Medium Clesninis of 36" Pipe Lhlearft 1 s 3.50 s 3.50 83 Heaw Cleanina of 301 Pipe Linear Ft 1 3 5.50 5.50 84 Soodaltv Cleaningof 38" Pips Linear Fl iftt MOD 5 MOO 861. hl Cleanin of 42" Plae Linear Fl I 390 3.50 88 MedWm Clean of 42" Pipe Linear Fl 5.50 5.50 87 HeavyClearingof 42" Pipe Linear Fl 1 7.50 $ 7.50 88 lean of 42"Pips Linear Fl 1 15.00 15.00 89 L hl Cleaningof 46" Pipe Linear Fl 1 4.50 4.50 BO edlum Cleaningo 48"P a Llnear Fl 1 7.50 7.60 91 Heavylaanln of 48" PI Linear Fl 1 9.50 8.60 923 cle Cleanln of 48"Pipe Linear Fl 1 20.00 20.00 83 hl Clean of 54" P Linear A 1 5.50 5.50 94 MedWm Cleaningof 64' Pipe Linear FI 8.25 8.25 85 Hea Cleanln of 54" Pipe Linear Fl 1 11.26 11,25 96 Soo cialCleaning of 54" Pipe Lhear Fl 1 20.00 20.00 97 Light Cleanin of 60' PI a Lhwer Ft 1 s 8.60 It 8.60 98 Medium Cleaning of 60" Pips Linear Ft 1 8.50 $ 8.50 BB Hee Cleanin of 80"PI a LtnearFt 1 $ 12.00 S 12.00 100 Specialty Cleaning of 60" Pipe Lineefft 1 25.00 4 25.00 101 1-12hil Cleaning of Bir Pipe Linaar Fl i S 7.50 7.50 102 MedWm Cleaning of 86" Pipe Linear Fl 1 10.50 1090 103 Heavy Cimino of 88' Pipe Linear Ft 1 s 13.60 13.50 104 Specialty Cleanin of 88' Pipe Linear FI 1 s 25.00 s 25.00 106Licht Cleanin of 72' Ploe Lbeer Fl 1 1 8.50 5.60 106 Medium Cleaning of 72' Pipe Linear Ft 1 s 1890 18.50 107 Heavy Cloenin of 72' Mine Linear Ft 7 24.60 24.50 108 Specially Cloanin of 72' Roo Linear Fl 1 S 30.00 3D.0D 109 Light Clawing of 84' Pipe Linear A 1 8.50 S 8.50 110 Medium Cleanin of 84" Pipe Linear FI 1 24.50 2490 111 Heavy Cleaning of 84' PI Lbear Fl 1 34.50 6 34.50 112 Specialty Cleanhe of 84'Pipe Linear Ft 1 It 40.00 40.00 113 Light CleanInp of 9V Pipe Linear Ft 1 12.50 2.50 114 MedWm Cleanln of 96" Pipe Linear Ft 1 23.60 23.50 115 Heavy Cleanln of 96"PieLinear Fl 1 48.60 4890 116 Specialty Cloanin of 96" Pipe Linear Ft ill 55.00 55.00 Line/ - Description Unit Dt7. Unit Price 7olei. Clemillno of HDPE Pips or Eulvalent Elliptical Circumference - 117 Light Cleaning of 75Poe Linear Fl 1 0.50 0.50 118 Medium Cleaninof 15' Pipe Linear FI f 0.75 S 0.75 118 Heow Cleanhoof 15' Pipe LknearFl 1 s 1.00 8 1.00 120 Specialty Cleanho of 18" Pipe Linear Ft 1 1.00 3 1.00 121 LIAM Cleaning of 18" Pipe Linear Ft 1 0.60 0.50 122 Meolum Cleaning of 18" Pipe Linear Ft 1 0.75 0.76 123 Heavy Cleaffinaof 18' Pie Linear Fl 1 S 1.00 1.00 124 Specialty Cleannoo1181 Pipe LNearF1 lis 1.00 s 1.00 125 L ht Cleanin of 24' Pipe Linear Fl 1 $ 0.50 S 0.50 126 Medium Cleakm of 24" Pipe Linear Fl 1 s 0.75 0.75 1271fee Cleaning of24'Pipe UnearFl 1 s 1.00 If 1.00 128 SpaclatV rleaninnof 24'Pipe LlnearR 1 1.00 IAO 128 Licht Cleenin of 30' Pipe Linear FI 1 s 0,75 0.75 130 Medium Cleanin of 30' Pipe Linear FI 1 S 1.00 LW 131 Heaw Cleaninof 30" Pipe LinearFI 1 s 1.25 125 i Specialty Cleenin of 3(r Pipe LhearFl 1 125 s 1.25 133Light Cleaning of 30' Pipe Linear Ft 0.75 If .75 t34 Medium Cleaning of 38" Pipe Linear FI I 1 s 100 I s 1.OD 135 Heavy Deaden of 36"felps Linear Fl 1 1.26 1.25 138 Specialty Clearthal of 35 Pipe Linear Fl 1 S 1.25 1 125 137 LkgitQeanlnaof42'P a Linear Fl 1 $ 0.75 5 0.75 138 Medium Cleanin of 42"Ploo LinearFt 1 5 1.00 1,00 1317 Heavy Clearing of 42" Pim Linear Fl 1 1.25 1.25 140 Spodally Clamino of42"Pipe Linear Ft 1 3 1.25 1.25 141 Licht Cleaninof 48' Pipe Linear FI 1 s 1.00 s 1.00 142 Medium Cimino of 48' Pipe Linear Fl 1 1.26 126 143 Heavy Cleardna of48`Pipe Linear Fl 1 1.50 S 1,110 144 Simadalty Cleaning or 48'Pipe Linear Fl 1 s 1.50 s 1.50 145LIahl Claanlna of 641 Plea Linear FI I 1 s 1.0013 1.00 146 Medium Cleanin of 54' Pipe LNearR 1 S 1.26 1.25 147 Heaw Cleaning of 54" Pipe Unearl't 1 .50 1.50 148 SpedaltyClasmian f64*PW Linear Fl 1 $ 1.60 If 1.50 14BLight Cleaning of 60" Pipe Llneer 1 1 If 1.00 1.00 150 Medium Camino 0160' Pipe LlnearFl 1 S 1.25 s 125 151 Heavy ClewLno of BT Pipe Linear Fl 1 1.50 1 1.50 152 Soeclafty Cleaning of 601 Pipe LineerFl 1 1.50 1 50 153 Licht Cleenin of 66' Pipe LhearFl 1 1.50 1.50 154 Medkim Cieanln of 66" Pipe Linear Fl 1 s 1.50 ll 1.50 155 Heavy Cleanino1 68" Pipe Linear Fl 1 3 1.76 s 1.75 158 Specialty Cleaning of 66' Pipe Linear Fl 1 If 1.76 1.75 157 Licht Cleanina of 72Pipe Linear Fl 1 1.50 1.50 15S Medium CUsnoa of 72' Pipe Lhear Fl 1 S 1.50 1.50 169 Heavy Cleaning of 72' Pipe Linear FI 1 S 1.75 1.75 1605 dal Cleenin of 72"P a LinearFl 1 1.75 S 1.75 181 L ht Cloanin of 84'P a Linear Fl 1 160 1.50 162 Medium Cleanin of 84' Pi Linear Ft 1 1.5D 1.50 183 HeavyClean Ina of 84'P Linear Fl 1 1.75 1.75 164 SpeciallyCleaningof84'P Linear Fl 1 1.75 1 .75 185 ht Cleaninof B6" Pipe Linear Ft 1 1.50 1.50 168 Medium Cleanin of 88' Pipe Linear Ft 1 1.50 1.50 167 Hea Cleanin of 96" Pipe Linear Ft t 1.75 1.75 168 S ectal Cleaningof 88" Pipe Linear Fl 1 1.75 1.46 SII Linin orE ulvalent Elliptical Circumference ' 168 S1 Llnh 15' Pipe Linear Fl 1 40.00 40.00 170 8 Linin 181 PI Linear Fl 1 S 6,D0 45.00 171 Sip Lining 24" Pas Linear 1 66.00 65.00 172 SIP LNN 30' Pi Linear Fl 1 5 85.00 3 85.00 173 Sip Who 36" Pipe Lnear FI I 1 S 126.00 & 126.00 174 Sip Lining 42' Pipe Linear Fl 1 S 146.00 S 145.00 175 Sip, Lki 48' Pipe Linear Ft 1 S 216.00 215.01) 1785 LNIn 64'P Linear Ft 7 22600 225.01) 177 6 Linin 60" P Linear Ft 1 S 260.00 250 178 3 Lhln 68" P a Linear Fl 1 315.00 315.00 179 linin 72'P a Linear Ft 1 37.00 375.00 180 SII Linin 84" Pie Linear Fl 1 S 415.00 415.00 181 5A LNh BB' a Linear Fl 1 425.00 425.00 Lima Description Oat Qty Unit Price Total Cundlil-Plea Pipe ICIPPI orE ulvalsnt Elliptical Circumference 182 CIPP 16' a 15 x 8.7 mm Burial Depth Is 0-8 Unear FI 1 55.00 65A0 1B CIPP IS'P e15 x 8.2 mm Burial Depthia6-i Unear Fl 1 70.00 S 70.00 31 CIPP 18' POO x8.1 mm ureal Depth Is 0 On Lhear Fl 1 76.00 76.00 84 CIPP 18' Pipe x 9.7 mm(Burial Depth Is 6-123 LheerFt 1 $ 80.00 50.00 186 CIPP 24'Plpe x 10.1 mm (Buda[ Depth Ill O$' LlnearFl 1 DOM 80.00 186 CIPP 24'Plpex UA mm Burial Depth Is 8-12' Unear Fl 1 9600 95.00 187 CIPP 30"Plas x 13.5 mm Budel Depth Is 0-8' Linear Ft 1 3 11D.00 3 110.00 188 CIPP 30' Pipe x 15.4 mm Budal Depth Is 6-12' Linear FI 1 1 1116.00is 115.00 189 CIPP 36' Plips x 17.2 mm eadal Depth Is 0-81 Linear FI 1 126.00 12500 190 CIPP Sir Pine x 18.1 mm Burial Dem Is 8.1211 Unear FI 1 140.00 S 140.00 191 CIPP 42' Pipe x 20.9 mm Burial Depth Is 0.6' Linear FI 1 225.00 225.00 192 CIPP 42' Pipe x 20.8 mm Burial Depth Is 6-121 Llnciafft 1 205.00 111 205.00 193 CIPP 48' Pipe x 26.2 mm Burial Dam Is 0.81 Lhear Fl i 240.00 6 240.00 194 CIPP 8' Pipe x 22.6 mm (Buda] Dem Is BI 21 Linear FI 1 S 226.00 & 225.00 195 CIPP 54' Ples x 28.2 mm udal Dem Is D-61 Unear 1 1 400.00 4D0.DO 195 CIPP 64' Pipe x 24.7 mm rial Depth IsS-12' UnearFl 1 385.00 5 385.00 197 CIPP 80' Pipe x 30.3 mm Burial Dem Is Oct' Linear FI 1 635.00 635,00 198 CIPP 60' Pipe x 27.3 mm ureal Dem IS B-12' Linear FI i S 515.00 1 S 516.00 199 CIPP W P108 x31.6 mm f8uriall Depth Is 0 LlnearFl 1 630.00 630.00 21301 CIPP B0' Poe x 29.1 mm Sural Dem Is 6-1 LlnearFl 1 S 620.00 820.00 201 CIPP 72'P ex 30.4 mm LlnearFl 1 $ 760.00 750.00 202 CIPP 84'P ex 35.5 mm hear Fl 1 $ 850.00 850.00 203CIPP 98" Pipex 40.6 mm LlnearFl 1 950.00 950.00 Open Cut l Headwall Repairs 80thmervices $ - - 204 Conslmallon Foremen Hr 8 55.00 3 440.00 205 Equipment erator Hr 8 $ 120.00 6 960.00 208 Laborer Hr 8 S 40.00 S 320.00 207 Pipe Layer Hr 8 4 30.00 240.00 208 Welding f Above& Below Walari, Hr 8 85.00 680.00 209 Min Crew (3 Man Team Conrad Hr 8 210.00 5 1580.00 210 Crane 100 Tan S Below Hr 8 S 65.0(1 620.00 211 Track or Wheeled Excavator Hr e S 20.00 S 100.00 212 Lana Stick Tracked Exavator50'or Greater W 8 S 30,00 240.00 213 Wheel Loader Fir 6 10.00 60.00 214 Backhoe Loader Hr 8 10.00 60.00 215 Bulldozer Hr 8 S 10.00 80.00 216 Double Drum Compactor Hr 8 S 20.00 160.60 217 VbnflaN Piale Compactor Hr 6 10,00 3 80.00 218100 CFM AS Compressor wBh Hammer Hr B 15A0 120.00 219 De-Wetern Hr B $ 80.00 S 840.011 220 As hall Pavement Replacement Tons 1 i50AD 150.00 221 Limerock Two 1 50.00 50.00 222 Did Tons 1 25.00 S 25.00 223 DfNeway Restoration BY 1 60.00 $ 60.01) 224 Mitered Ends BY 1 $ 150.00 It 180.00 225 Pressure Gmul lnecIlon Johls 1 S 176.00 175.00 226 Bahia Sod So FI 40DIS 0.46 180.00 227 Floratan Sod 5 Fi 4001 S 0.50 200.00 228 Rip Rao Rubble 6'-121 Tons 1 S 60.00 MOO 229 Rip Rap Ba (80 lb Bee Ea 1 8.00 8.00 230 Concrete PROW Blanket slope protection BY 7 8.5.00 55.00 231 SII Screen lnslalletlan 8 Removal porl00 it Ea 1 500.00 S 600.00 _ 232 Maintenance of Traffic Ea 1 2515.00 250,00 233 Moblization Fee Ea 1 $ 300.00 30D.DD 234 Met. W Markup % % 10% RESPONSE TWES; On a hent!6bu1(24) hour sees, the DanlladOrmaya Mu$adlo parol to the sire hnmedlslehl to meel Whthe 'Project Manager, low wAves rant wemerpencyperaonrlel16 resoN - enrerpency(Sa papa 36 ofSoBmatxad. BaHeNed .