CLEANING AND RESTORING EXISTING WASTEWATER FORCE MAINS
.,
CONTRACT
This CONTRACT made and entered into this ~day of , 2001 by and between
the City of Clearwater, Florida, a municipal corporation, hereina er designated as the "City", and
Professional Piping Services. Inc.. of the City of Zephvrhills County of Pasco 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 perfonn all labor, furnish all materials, tools and equipment for the
following:
Cleaning and restoring existing wastewater force main in accordance with the terms and
conditions of the competitively bid and current Pinellas County contract (piggy-backing the
contract) for an amount of $177,704.00
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 RESUL TING FROM ACTIVITIES BY THE AFOREMENTIONED
CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES.
FMPiggingContract.doc
Page 3
Revised: 5/09/2007
"
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 payor 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: ( I 0) days after receipt of written notice from the City to do so, furnish -art 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.
PM PiggingContract.doc
Page 4
Revised: 6/18/2007
CONTRACT
(3)
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.
BY~~
Ilham B. Home, II
City Manager
Attest:
CITY OF CLEARWATER
IN PINELLAS COUNTY, FLORIHA
Countersigned:
By: ~~ ~
~ Hibbard,
Mayor-Councilmember
Camilo 80to
Assist t City Attome
~r
( Contractor)
(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).
By: ~~l~rt--\~}\~
FM PiggingContract.doc
Page 5
Revised: 6/18/2007
CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT
(CORPORATION FORM)
STATE OF FLORIDA
COUNTY OF
On this day personally appeared before me, the undersigned authority, duly authorized to
administer oaths and take acknowledgments, , who after being duly sworn,
deposes and says:
That he is the
(TITLE)
, a Florida Corporation, with its principal place
(herein, the "Contractor").
of
of business located at
That the Contractor was the general contractor under a contract executed on the day of
, 2006, with the CITY OF CLEARWATER, FLORIDA, a municipal corporation, as
Owner, and that the Contractor was to perform the construction of:
That said work has now been completed ~d the Contractor has paid and discharged all sub-contractors,
laborers and material men in connection with said work and there are no liens outstanding of any nature
nor any debts or obligations that might become a lien or encumbrance in connection with said work
against the described property.
That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes,
and upon consideration of the payment of (Final Full Amount of Contract) in
full satisfaction and discharge of said contract.
That the Owner is hereby released from any claim which might arise out of said Contract.
The word "liens" as used in this affidavit shall mean any and all arising under the operation of
the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes.
Sworn and subscribed to before me
AFFIANT
This _ day of
, 2006 .
BY:
NOTARY PUBLIC
My Commission Expires:
PRESIDENT
FMPiggingContract;doc
Page 4
Revised: 12/05/05
PROFESSIONAL PIPING SERVICES, INC.
The Piping System Cleaning Specialists
Certified Underground Utility Contractor
License No. CU-C055717
August 23, 2005
Mr. Scott Oster
Public Utilities Coordinator
City of Clearwater
1650 N Arcturas Avenue
Clearwater, FL 33765
Dear Mr. Oster,
As a result of our site and system inspection on Thursday, August 18,.2005 we are
submitting for your review and approval the following proposal for cleaning and
restoring to maximum flow capacity wastewater force mains in the Cities piping system.
For logistical, mechanical and economic reasons we are suggesting that this
potential work be done in phases with the first phase as outlined in this submittal.
From our perspective and based upon our experience, (over 14 million feet of
piping done in our 20 years of operation here in Florida), we are confident that our choice
for components of the system for phase one is both sound and economically sensible.
Currently, our understanding is that the City may wish to "piggy back" our
existing publicly bid contract that we have with Pinellas County for piping system
cleaning. Based upon this assumption, the costs on a per foot basis, that is reflected on
our submitted listing for phase one corresponds with our costing as now established in
our contract with Pinellas County.
- .:\
, \.
: I, \\
P. O. Box 7337, Zephyrhills, Florida 33543
E-mail: ppsinc@gte.net
Telephone (813) 994-0032 (800) 780-6098 FAX (813) 907-0902
.
\
i . - J-" \
1__'. t. i
\__.~ !r~~\~~i.~~:~:Li2.c"'J :~.~: 1~1.ll
\ 5
,.) \
Accordingly, we are proposing to clean and rehabilitate, 49,230 plus or minus
linear feet, 9.32 miles of force main piping, designated as Phase One, for $177,704.00,
equating to an average of$3.61/ft and as detailed in the submitted Phase One listing.
Thank you and I look forward to hearing from you soon.
Cordially,
Rog Cimbora
General Manager
CITY OF CLEARWATER - PHASE ONE
CLEARWATER - PHASE ONE - ALL LISTED LIFT STATIONS ARE EITHER
DIRECTLY OR SEQUENTIALLY CONNECTED TO THE MARSHALL
STREET TREATMENT FACILITY
LIS # LENGTH SIZE PRICE PER FOOT TOTAL
11 4,500 16" $ 3.75 $15,300
80 500 4" 7.00 3,500
45 8,000 16" 3.40 27,000
45 3,400 20" 3.40 11,560
14 650 12" 3.56 2,314
8 1,250 6" 4.60 5,750
81 200 4" 7.00 1,400
39 1,100 6" 4.60 5,060
39 4,200 8" 3.75 15,750
35 1,000 6" 4.60 4,600
28 100 4" 7.00 700
20 7,000 20" 3.20 22,400
16 10,000 24" 3.40 34,000
9 2,730 6" 4.00 10,920
10 4,600 6" & 8" 3.75 17,250
TOTAL 49,230 9.32 miles 177,704
Average Price Per Foot - $177,704 divided by 49,230' = $3.61
ProfeSSional i"'lplng Services, Inc.
P.O. Box 7337
Zephyrhllls, FL 33543
The advantages and rationale for cleaning all of the force mains servicing a
selected or designated segment of the Cities wastewater pressurized system can be as
follows.
1. All force mains in this section will be restored to their maximum flow
capacity which will allow them to function as needed or designed.
2. This optimum capacity for both the individual force mains and collectively
for the designated section of the system they comprise will allow for
accurate and current field data to be used for design and evaluation
purposes.
3. Any weak, aberrant or malfunctioning lift station and/or its connecting
force main can be located and identified for information and/or remedial
purposes.
4. Most of the force main system components, i.e., valving, pumps, wet
wells, air release pods, vacuum breakers, piping and its conformance with
as built drawings, will be located, used, observed, checked, and exercised
to aid in evaluating their current capability.
5. Putting a system through its paces from lift station to its discharge point,
under controlled circumstances, as is done while cleaning it, is likely the
best way to learn how a system can perform under any conditions.
6. A cleaned force main will result in;
a) Reduced hydraulic head pressure
b) Significant and measurable reduction in energy costs
c) Faster wet well evacuation times
d) Possible elimination of the causes for odors and excess septic
loads.
e) Reduction in pump usage and run times resulting in longer pump
operational life and lower maintenance costs.
f) The means to eliminate the threat of collected gases in the system.
7. Not cleaning all of the force mains will alter and/or impact the field data
for system evaluation purposes.
8. Eventually the cleaning of any force main will benefit the operation as a
whole of any system it connects to! !
9. The opportunity to establish a base line of data for assessment,
comparative and engineering purposes will be needlessly lost if all of the
components of a collective system or its individual force mains are not
rehabilitated as one contiguous project.
Prot(:ti~jonal t"itJing Services, Inc.
P.O. Box 7337
Zephyrhllls, Fl33543
68/~2/2665 14:61
8139676962
P
PAGE 62/19
PROFESSIONAL PIPING SERVICES, INC.
The Piping System Cleaning Specialists
Certified Underground Utility Contractor
License No. CU..c055717
August 2. 2005
Mt. Scott Oster
City of Clearwater
1650 N Arcturas Avenue
Bldg C
Clearwater, FL 33765
Dear S4:ott,
As promised here are;
1, Copy of annual contract with Pinellas County for piping system cleaning
including pricing schedule.
2. Copies of post project repOrts of some of the force main systems we have
previously done for the City.
In =urn we are anticipating that the City will select fo~ mains for the initial
phase, of this program for which we can provide our site and system inspection and
evaluation in time for these systenis to be cleaned in September, 2005.
Thank you and J look forward to hearing from you soon.
Cordially,
Pipblg Sernees, Ine.
4oV~. ~-t/
Rog M Cimbora Sr. .
General Manager
P. O. Box 7337, Zephyrhills, Florida 33548
E-mail: ppsinc@gte.net
Telephone (813) 994-0032(800) 780-6098 FAX (813) 907-0902
08/02/2005 14:01
8139070902
P
<
m
Z
C
o
;D
'"
o
-g
-<
::0 ... . ..
p
.r 0 2 ~:: c b
~ 0 !!l ~ .. :~
~ Z -!:i. w
"" -l W ~:: -l ~ .m
< ::j :ci
~ C m -g
n 0( ::lJ :."h
.. :z'
a. 0 ~. 6 :6
.... -I .~:. UI .;a
.. m
a. C :0
.. Z .rTJ' )> ~ .m
"" ~ i: ('"l .~
.. :I: -1
... ....
m 0 (/)-: f-f7::'.
= .po ..
a Ul
I
"' lG
if ~
0' lb .., ..
m :0
a '''' N := .m
So \l:l Z :c
.. Qll ~
g. llll Cri> th ~
.. w :~
f ~ cT-.:
"'1;1 n n :lO
-1 '3": =0 Q 0 m :0
:s' ,~
== ' . rn I: Z :T1
a 1>'. " ~ -I 0 :m
:!! J:o Q :xl .va
)> ..
-< .. C) )> Ul
~, Q. ~ UI "..
"tI .. .. 2: 3
S )> I:} ~: ,., ~
~ rn tD
~ iti CIl CIJ :0 6 f-2
;> IT! l;f
. J: .. ;D III 0 ~ :~
~ 0 .. s ~ 0
.11'1
.. A!: ~:: (") )> 0 1:1
0 m ~ IT! :t
;. m CIl "C
'< en of "Q
., -
-I 0 I:~
!!: < -
z 0
III " ~ CJ1
:l. ~ .. , .)Z
" .. 0 !:~
.p. 0 0
~ is :::: ~ m
: en
Z .. ..... 0 (")
a a :xl
'" ;;
CD -1
" .. 5
% .. ..
..., .'
" . ....
II.) "Tl :tr-I:, -
..., 'XI':
- ::lJ !J:!:.
~ m
Q) S C:;)::
,J:Io :c ;i.: ,,,.
W -l "
W Z ;;of.:
..... m:.
..... (") ~::: ..
E ..
~:: ."
c ..
m :
0
.. .
.' ..
:.,< ..
....
r.:,
..
...
..
....
en d ...
> -I 11
r'" ~
", c 0'
Ul ,... z
:c
-I .::::j m
);> - "U .':':t
X (:) :xl 0:
m 0 (1 ~
x 0 m
m 0
s::
"tI m
-I 0 > ..
0 ""
z b 3::
0 0
0 c ::.:::
Q) 0 z
t-,) 0 ~
6 0
f\)
I
.....
W
to l>
0
-' n
(II n
, 0
U1 c:
w ~ :':.
n ..,
n .. ,
:I: ,..
~
:;JJ .,..
Q
m ....
rn
Z",O
o:z:a.
--1 OJ ..
R'E:'
~ ~ !l
g.",
~:: i i
!. ~ 0 ...
fa ~ i
~~:. ;
;: ~.~ !
"'a;a 0 CD
l! or ~ ~
&1; :; 2;"
g:5" & Q.
.. I: '0" ~
o '" '"' ..
~ :& g. ~
!~=~
.. 3l CD .,
;l~~
"aii"w::'
i.'"=-<
noc...
:gni!
5'.,~o
'~~"2o
.. !:!. i-
a~&:
iil '" .... ~
i ::l 5 CD
;; m i ~
... ~ .. '"
I> ~ ~~
~ 1Il. .De f
o a. ,,:-
II !" !ll i
'C ....
a ..::T
~ ~5"
o 0 fa
- ~ ~
2 0:7
; ~ IC
l! ~[.
no::
f ~.
.. 0
:!! c
!lot
1>>(")
., 0
. ~
;n~
c.)tl
c.)..
..,'S
g:1II
0<
.. III
r> :l.
.. 0
lii Ii
!tn
!ll 0
. c:
"!I~
r-.:;t
\oo)CI
WID
""'D
~r;
PAGE 03/19
en
:I:
=0
-1
!=?
(')
o
s:
-c
>
'Z
0(
;J:I~~'ll'll
o....l'I'Io:n
QXUl_O
m",..-"
::;go;~~g;
O;:;;o....21
~~!~~
;;u,/lt ""
2>gr ~
cnCl'TI "'1;1
;UN... Z
C)
(II
m
::a
<:
n
m
tIl
2
(')
'iiii
.....
w
W
0'1
""
W
~
lXJ
;=
r
--f
o
llll"tl
05"
t~
tJ) 0 ll:
O:;~ 0(')
ii "t!O:!l"'g
III oen<':O.::J
i o' m O~
III ;' "Tq= c:: ~
r>!'"J;O:iiii:~
:" ;;I%cn~r;
"'i2lo :r
r K::!'OoOel
t: f 8 ~ 3:~'
u: a:~-t:S:o
Q)s..c<rn_
c ~ ~il
0::1
~;
~;a
>"-1
z:t>:r:
S O~(j5
"l>Z r-J'"
E>> OC)e ....0
~ :UrnS:: "2
rl' ~!Jl tl' ....e:
CD en(J)'" m 3
... "':r:Al Wcr
." O-s:; ~
z"c::
C o3!en
"'" tnZ-l
0 ~Cl)>
~ mZ"CI
g,J 0."
en -1m :xl
-)>
CD ~;;u (II
.. :::
J> eno
:"z
CO Z)>
... <.-
CD Or
CD (")
3 m ."
CD r.n o Ol
......10
:J .... en
r-+
08/02/2005 14:01
a
I
co
m
~
c;
m
co
13
<
W
m
~
...
~
i
~"O
PI
CD;
fl;
~-
...."D
ii'
S'
(D
f
I
i
"0
i
m
F
~
n
o
~
z
~
'V
i
:2
a
-t-l-t
00:7
S'nll)
-IDS
~O:;;J
cos.....
QJ ll) Dl
(CEDSl
<tJ )> ~
I ~ ;;
)> iiJ tr
a. co (D
Q. ll) II
~~=e
CIi ::I. III
ia~i
cola.
11)6:-
" 0
.., ....
n'Q. :7
C1)c:(1)
Q ~o 0-
-....:E
(l)"Q (D
~5-a
:::r <D ~
!!?,Sl, iJ)
Ii: ,..."t:J
I... "TI g
~8 !"!!.
;;T_<
ac::CD
c::3JD
CO:l;:l
::r. CIt 0.
I? ~ i
l'D"tJ
~g
{fJ
"'C -,
_, cr
"Q-
III Q)
!l!.ot
~€
~~
a.Cli
9:~
.s. I'D
Q,
l'D-o
~ ;'
S'"c;r
-0:
m..,
c-
'<
~
a
i!
r-
~
~
G')
m
iI
I
.=.
'ER
VI
....,
o
o
8139070902
?
?
;-
?'
m .J>> to.) to.)
g ~"~ 'il
Q. a. Q. Q.
pi' fir pr pr
"0 'U -0 "1J
is' is' -eo -Q'
CD CD m CD
~ ~ ~ ~
(;l9
I~
..
fit
....
o
a
o
.....
o
o
o
~
o
o
o
..
; ; I; ;
; ; I; ~
; I; I~ ; If
0\
o..J
V1
I;
-Cfl
-Cfl
~
..
UI
c....l
I.>>
IV
l.n
o
IV
VI
o
o
....,
VI
..
~
{,lit
~
/;
I.>>
v..
w
IV
",
o
o
o
o
o
o
N
\J1
M
~
~
V'J
VI
VI
...
VI
N
Ul
v..
o..J
VI
o
w
CD
~
UJ
\0
C
(;l9
r-> "
r->
VI
t..)
~
Q.
fU'
""0
"5'
CD
?"
t..) -"
q ~
Q. Q.
fU' ii'
." ""0
"6' "0"
CD (Jl
~
m m
"!> .,.
I; Ii
~ If
; I~
ffl ffl
W l..<.l
IV N
o 0
~
EfJ
I'>
-...J
VI
~
~
N
N
VI
o
VI
o
-EfJ
~
UJ
UJ
CCl
co
co
o
-...J
VI
N
~
--..J
Ul
o
ffl
N
Lro
EfJ
N
-..J
V1
~
N
VI
o
~
UJ
o..J
N
IN
-
N
VI
~
Vl
0\
l..<.l
P
C?
-"
~
0-
p;'
"
'0'
(Jl
m
.,.
~
....,
o
o
w
~
N
.
o
o
M
IJ,l
o..J
OJ
:"'"'
~
co
~
0.
iif
"0
-6'
(l)
......
~
a.
~'
"1J
i;j'
CD
m
;z>
m
"!>
~
I~
....,
a
o
~
~
~
~
~
~
N
o
to.)
o
iII't
-e"
v..
l..<.l
V1
o
....,
V1
-ER
~
w
W
N
V1
w
V1
o
o
o
-
~
..
N
N
N
'-II
o
~
U1
o,n
o
~
(,lit
N
~
U'I
o
l.,n
o
~
~
UJ
UJ
\0
.....
....,
o..J
~
~
fJ
p-
C,,)
.
Co
pi'
."
-6'
CD
~
.
Q,
fir
"0
-6'
CD
oil;
0-
pi'
"'0
-go
~
!J1
~
.,
..
I~
o..J
.....,
o
o
,
o
o
~
~
~
W
N
V1
co
o
619
~
.I:-
w
N
o
o
o
..
I;
N
\0
o
~
~
(fl
.....
,....
.....
.....
\J1
VI
o
VI
o
~
-
(fl
..
I-'
.....
.j::'o
VI
N
o
N
o
~
-
~
UJ
0-
co
UJ
o
lP
w
o
l.JJ
fIl
'V
:iii'
~"
o.c
-::J
::J n
1CI:::r
3 -.
~ ::2
_CD
::J:tJ
flI'D
::J....
~i'
n <
I'D!!!.
~
o
...
~
Q.
Qi'
-0
"6'
CD
~
(fl
....,
O~
"'0
-0
:...
1II"T1
.
o
o
.,
I".J
o~
.,(,ft
-g
CDg
flJr
"'-n
N
U1
-E.o9
w
o
o
0.91
..Q
_0
IDQ
"(I) ,...
fit""
~
N
....
00
"'0
-0
=0
Vir-
""
N
VI
N
OQ
"'0
~o
:0
1IIr-
"It
o~
., ..
ag
OJ,
...,...
ID""
~
"Urn
~;:u
oJ>
m(j)
m
PAGE 04/19
......
'M:~
3:
c
m
tn
(')
;;0
=0
:::I
o
z
c:
z
=t
"1)
=0
m
~
Q
G>
Z
G)
)>
z
z
~
r-
(')
o
Z
-I
AJ
)>
o
-f
"J
<0
~
~
o
08/02/2005 14:01
8139070902
p
PAGE 05/19
--,
,~.
,""
PROFESSIONAL PIPING SERVICES, INC.
Tlu4 Piping System Cleaning Specialists
Certified Undergrotind Utility Contractor
License .l'I1o. CU..c055717
REPOR,T
CLEARWATER I FLORIOA
CUSTOMER: City of Clearwater Florida
JOB LOCATION: Pump Station #5
JOB START: Augu~t 7, 2000
COMPLETION: August 8, 2000
LENGTH OF PIPE: 3,100'
SIZE OF PIPE: 6H - BN - ION
TYPE OF PIPE: PVC
AUXILIARY WATER:
LAUNCH SITE:
RETRIEVAL SIrE:
Yes
Behind Mall & Steak and Shake
US 19 next to Denny's
Fire Water
Lift Station 1 pump
Pumps 1 OJ 2
1 Pump/Fire Water
Fire Water Only
Pump '2
PRE-CLEANING
78 PSI
10.5 PSI
13.5 PSI
12 PSI
4 PSI
10.5 PSI
POST CLEANING
78 PSI
4 PSI
'/ PSI
6 PSI
o PSI
4 PSI
Highest pressure while cleaning
Lowest pressure while cleaning
Veloeity Pre-Cleaning
35 mins.
20 PSI
o PSI
8a.57 FPM
1. 48 FPS
Velocity Post Cleaning
...... ,- .
29.3 mj,.ns. 105.80 'f'PM" 1.76 FPS
.'
NOTB:
M"'ite.rial removed was grease, sandi rocks, brick pieces
and black carbon. Run #12 and #13 tracking pig six-inch
with back-up. Inline location and detection device used
to establi~h the routing of th~ six~inch force main_
Number of Pigs Used - 17
P. 0. Box 7337, Zeph}'l"hill$, Florida 33543
E-wail: ppeine@gte.net
T..J"'1"lhnnp on~) qq4.0n~?, (Rom 7RO-finQR Ji'A x (Rl:;1) 9fl7-nSJO?
08/02/2005 14:01
P
8139070902
PROFESSIONAL PIPING SERVICES, INC.
The Piping System Cuaning Specialists
Certified Underground Utility Conb.-actOl"
License No. CU~C055717
REPORT
Clea:r:wat.er, Florida
NAME OF LIft STATION: # 1
LAUNCH SITE:
Sunset Point Road (west end)
BB~ SITE: Stevenson Ave., & Pinellas Trail
DBSCJu:PTION:
1,136' X 6" elP
OAD (S) CL2ANEO:
August 14, 2001
PROJECT DAn - FIELD RESULTS
FLOW MJmS2BKD
PRE-M.tta-DlG
Fire Water
Pump 1
Pumps 1&2
2 pumps/~ire Water
!"ire Wate-r Only
Pump 2 Only
60 PSI
12.5-13 PSI
14.5-15 PSI
o PSI
12.5 PSI
12.5-13 PSI
Highest Pressure While Cleaning - 19-20 PSI
Lowest Pressure While Cleaning - ~-2 PSI
PRE-CLEANING VELOCITY
POST CLEANING VELOCITY
4.27 mins
266.04 FPM
353.89 FPM
3.21 mins
~:r: ~.AH;nm
60 PSI
12 PSI
14.5 PSI
o PSI
5 PSI
12 PSI
4.43 FPS
5.90 FPS
PAGE 06/19
Pump header and check valves were plugged up. First SO'
of pipe full of sand and heavy grease. Back drained
heavy grease and solids to wet well. Well had 2 plus or
minus feet of solids around pumps, City attempted to vac
out. System had extensive and hard deposits throughout
it requiring heavy duty cleaning to restore it to its
designed and maximum flow capaci ty_~..
NOTE:
P. O. Box 7337, Zephyrhills. Florida 33543
E-mail: ppsinc@gte.net
'1'..l......hnn.. (~1 ~.:n QQ.d.~()n:::l? ($1M) 7~n.AnQR 1l'A 1( un ~\ Qn7.non?
08/~2/2005 14:01
8139070902
P
PAGE 07/19
....-... .,
PROFESSIONAL PIPING SERVICES, INC.
The Piping SY8~em. Cleaning Specialists
Certified UndQrground Utility Contractor
License No. CU-C055717
REPORT
CITY OF CLEARWATER, FLORIDA
....
CUSTOMER: Clearwater, FL
JOB LOCATION: Pump' Station #25
JOB START: April 5, 2000
COMPLETION: April 7, 2000
LENGTH Of' PIPE: 5280' .
SIZE or PIPE: 12"
TYPE OF PIPE: DIP
AUXILIARY WATER:
Yes
LAUNCH SITE:
Country Side Blvd., West of Enterprise
RETRIEVAL SITE:
Country Side Blvd., Ea5t of US 19
Fire Water
Lift Station 1 pump
Pumps 1 & 2
2 Pumps/Fire Water
Fire Water Only
Pump #2 Only
PRE-CLEANJ:NG
58 PSI
19 PSI
25 PSI
o PSI
o PSI
23 PSI
POST CLEANING
58 PSI
~7 PSI
20 PSI
o PSI
o PSI
17 PSI
Highest pressure while cleaning
35 PSI
Lowest pressure while cleaning
6.5 PSI
Velocity Pre-cleaning.
Velocity Post cleaning
49 min 107.76 FPM 1.80 FPS
43 min 122.79 FPM'~2_05 FPS
. ,
..
NOTE:
Material brought out, sludge and black carbon
During the course of cleaning this system a break in the p~plng
occurred in the proxi.mi ty of the exi. ting manhole. Subsequent
investigation revealed that the piping in this area had been
subject to acids attacking the pipe wall leaving it in a perilous
operating condition best described as ~paper thinP pipe wall.
P. O. Box 7887, ZephyrhiUs, Florida 33548
E-mail: ppeinc@gte.net
Telephone (818) 994-0032 (800) 780~6098 FAX (813) 907~0902
08/0~/2005 14:01
8139070902
P
''.
PROFESSIONAL PIPING SERVICES, INC.
The Piping System Cleaning Specialists
Cartilled Underground Utility Contractor
License No.'CU-C055717
REPORT
CITY OF CLEARWATER, FLORIDA
'..,
CUSTOMER: Clearwater, FL
JOB LOCATION: Pump Station 127
JOB START: April 3, 2000
COMPLETION: April 4, 2000
LENGTH OF PIPE: '1,200'
SIZE OF PIPE: 4"
Type OF PIPE: CIP
AUXILIARY WATER:
Yes
LAUNCH SITE:
Enterprise Rd." Wast of Country Side
RETRIEVAL SITE:
Country Side Rd., East of US 19
Fire Water
Lift Station 1 pump
Pumps 1 & 2
2 Pumps & Fire Water
Pump 2 Only
Fire Water Only,
PRE-CLEANING
58 PSI
24 PSI
o PSI
o PSI
24 PSI
19 PSI
P~S!!! CLEANING
58 PSI
.14 . 75 PS I
o PSI
o PSI
20-21 PSI
15 PSI
Highest pressure while cleaning 30-40 PSI
Lowest pressure while cleaning 6.5 PSI
Velocity Pre-cleaning 12 min 100 FPM 1. 67 FPS
Velocity Post cleaning 6.38 min 188.09 FPM. .~ :3 . 13 FPS
'.
NO!l!E:
Material brought out, blac~ carbon ~nd grease
P. O. Box 7337, Zephyrhills, Florida 33543
E-mail.: ppsmc@gte.nat .
Teleohone (8l3) 994-0032 (800) 780-6098 FAX (813) 907-0902
PAGE 08/19
08/02/2005 14:01
8139070902
P
PAGE 09/19
PROFESSIONAL PIPlNq SERVICES, INC.
The Pipi.n.g System. Cleaning Specialists
Cert:ified Underground Utility Contractor
License No. CU-C055717
~
City of Cl&ar1fater,
lQMS' 'OF LIft S~ION:
Pump Sta,tion # 53
~CB SIft:
Curlew Rd., and McMullen Booth
RB~ SIT.B: Wastewater Treatmept Plant on McMullen Booth & SR
580
LENG'lII OJ!' P:tPB:
SIU/nPB 1":tP.B:
DAD (S) CLBARBD:
8,000'
16" PVC/DIP -
January 17, 2002 ~ February 5, 2002
~c: DAD. - I'na.D m;:SUI.~S
1!'LOIf MRASORBD PRB-:l'!:!.1I!.RING POm.' CI,.~nTD1G
PUIt\p i 1 21 PSI , 26 PSI
Pump '2 28 PSI' 26-21 PSI
Pumps 1 & 2 34 PSI ,. 32 PSI
"
PRE-CLEANING VELOCITY -57 mins, 140.35 FPM 2.34 FPS
POST CL~ANING VELOCITY '41 mins' 195_12 FPM 3.25 FPS
COMMElft'S "
The cleaning brought out black carbon, odor sludge, sand and rag
material. It should be noted that the poly pigs were getting
trapped in 30"~cQ~lector and collection structure by flowing
sand, rag an<<;l hair in large amounts, all poly pigs were
recovered. ~.
p. O. Box 7837, Zephyrhills. Florida 38543
E-mail: ppsinC@gte.net
Telephone (813) 994-0032 ,(800) 78()..6098 FAX (818) 907-0902
08/02/2005 14:01
8139070902
P
PAGE 10/19
1~
'f'"
. ,
PROFESSIONAL PIPING SERVICES, INC.
The Piping System ,Cleaning Specialists
Certified Underground Utility Contractor
License No. CU.C055717
REPORT
,~
I' '
City of C~Qa%Wat.Eu:'
NAME OF LIFT STATION: *55
LADNCR SIn:
LIS #55 29000 Block South of ,Curlew Road
RE~~ SZTZ:Merlin Dr., & Cur10~ Road
LENGTH OF PIP!!::
9,400'
SIzz/TYP2 PIPS:
OATB (8) CLlQNED :
12" PVC/DIP
Nov 5-9, No~'12-16, Nov 19-21, Nov 26~28,
Dec 3~4, 2001
PROJECT DATA - FIELD RESULTS
FLOw MBASUlUID
pg-t"T ~&lfIJfG
19-22,PSI
21-22' PSI
25-31 PSI
POS1' CLEANntG
Pump 1
Pump 2
Pumps 1&2
Non-Operational
19.75 PSI
Non-Operational
PRE-CLEANING VELOCITY
POST CLEANING VELOCITY
59 mins 159.32 FPM
2.66 FPS
39 wins 241.03 FPM
4.02 FPS
COMMENTS
Prior to the onset of the cleaning procedure, this system was
anticipated to be ndirty", i.e., containing sand, silt, fats, oil
and grease, "F.O.G." and similar typical wastewater contents in
varying but operational tolerable amounts and volume.
There were no empirical or externally detectable indications that
what would be eventually found in this system ~ould greatly
exceed ~he expectations of its operators nor the staff of
Professional Piping Services, charged with its cleaning and
rehabilitation.
For example, the volume capacity of 9,270 plus or minus linear
feet of a 12" CIP, force main is about 270 cubic yards. During
the course of the cleaning operation, collectively it is
estimated that as much as a 50~60 cubic yards of solids, sand and
grease were removed from this system, under arduous circumstances
at varying locales and times.
P O. Box 7337, Zephyrhilli, Florida 33543
E-mail: ppl.linc@gte.net
'T'p.lc>.TlnnnA (Al~) t:lP.d.-OO~? (ROm 7RO_f\n!:lR li'A'X n~1:-l) QO'1-()Q()'),
08/02/2005 14:01
8139070902
P
PAGE 11/19
~..
:r,
I
,~,
Although, the prim~~y mata~ia.l ramovQd W~g char;lctQri2Qd dQ g~nd,
(with some unusual physical properties), large slabs and chunks
of congealed and sedimentized grease, (some in 4-5 foot
sections), were also encountered ,and we~e a major element in the
difficulties dealt with during tne course of the cleaning
process.
These factors changed what was anticipated to be a routine or
standard cleaning operation using long established means,and
project proven methods for its rehabilitation into an extended
and extremely difficult operatio~' requiring a massive effort and
'dedication on the part of everyone involved.
Despite the difficulties, extended effort and additional costs
required, this is what was achieved.
1. The system was successfully cleaned and restored to its
maximum flow capacity.
2. 1nline velocity increased from 2.66 FPS to 4.02 FPS
3. Pump discharged head pressures were significantly reduced
4. Perhaps the roost consequential improvement was the
empirical observation of the flow volume at the end of
this force main.
Prior to cleaning the discharge flow was noted as a weak 4"
stream. After cleaning the flow was a full ~ore 12" flow which at
times threatened to surcharge the connecting gravity system. With
the new south pump installed by the City, the resulting flow with
this pump operating only, was calculated at 1,300 GPM.
08/02/2005 14:01
8139070902
P
u," ; "
PROFESSIONAL PIPING SERVI'CES, INC.
,
" The Piping System Cleaning Specialists
Ceriified UndergJ'Ound Utility Conb-actor
Liconse No. CU..c055717
RUOR!r
Clea:cwater, I'lo~ida
Ju1y 7, 2002
JOB ~XON: Pump Station #9
LAUNCH SZU: Bruce Ave., 6'& Lantana Avenue
~ S~D: Mandalay Bay & Bayinont
I.J:lf~.I:'d OF p:In:
2,730
4,600'
7,330'
S:Izz/'nPB PUB:
DAB (S) c:r.aRBD:
6" elP
6.&8# elP
5~29-02 (Start) 07-02-02 "(Completion)
BJ:GBBS'l PRBSSUU WBXLB CLlQlf.DtG: 30 PSI
LOWBST P1U!lS$OD WBXLB ct.2ANDJG: "8-10 PSI
~ DAB .. I'DLD lUlstJL~S
"
PRE-CLEANING VELOCITY 42.0 mins 174.52 FPM 2.91 FPS
POST CLEANING ~OCITY
!'LOW ~
33.0 mins 219.33 FPM 3.66 FPS
POST c:LEANJ:NG
PlUl-CLBABDTG
Fire Water
Pump * 1
Pumps *1 & #2
2 Pumps & Fire Water
Fire Water Only
Pump 2 Only
19-20 PSI
24.5-25 PSI
o PSI
o PSI
17.5-18 PSI
12 PSI
20 PSI
o PSI
o PSI
12 PSI
troD :
Material removed was sand and sludge.
P. O. BDX 1337. Zephyrhilla, FlDrida 83543
" E-JJUlil: pp8inc@gte.net
rrAl~nnnnA (Rrm !lQ.4...003~ (RCVn '7RO-M~R FAX (R13) 90'7..0002
PAGE 12/19
08/82/2005 14:01
8139070902
P
, I
, ,
'-.L.: ,_",i
PROFESSIONAL PIPING SERVICES, INC.
~ The Piping System Cleaning Speciali8ts
Certified Underground Utility Contractol'
License No. oo-C055717
tun'ORT
C1earwawr, Plorida
July 7, 2002
JOB I.OC:M!ION: Pump Station ..'0
LADNCB Sn'B: Lantana Ave., & Vertena Street
m:DIEVAL SX.: Mandalay Bay & Baymont
LBNc,m OP P%1'B:
SJ:zz/ftPE prPB:
DA!l'B (8) cc..maDD:
4,600'
6" & B" elP
5-29-02 (Start) 07-02-02 (Completion)
BXGBBS~ PRBSStJBB 1ffIu.B CLBANDG: '25 - 30 PSI
LORBST PRBSSURB wmL1!: CI.EUD1G: 8'" 10 PSI
~ DAm ~ :&":tKLD Rlsm:.~s
PRE-CLEANING VELOCITY 28.0 mins 164.29 FPM 2.74 FPS
POST CLEANI~G VELOCITY 27.0 m.ine 170.37 FPM 2_84 FPS
7fLOW ~ pg-CL1U\NING PeS'! CLl!WfING
Fire Water 60 PSI 60 PSI
Pump i1 10-10.5 PSI 7 PSI
Pumps *1 & #2 18.5-21 PSI 14.5 PSI
2 Pumps & Fire Water o PSI o pst
Fire Water only o PSI o PSI
Pump 2 Only 10.5 PSI 7.5 PSI
NOTa :
Material removed was sand, sludge and rags.
p. O. Box 7337, Zephyrbills, Florida 3354S
E-Jnail: ppaine@gt:a.net
m~'~_"'~_~ 10.,.,,,, on.. nn.,Q (onn\ 'ton ~naQ li"AV ").1~\ 0I\7_nan'1
PAGE 13/19
08/02/2005 14:01
8139070902
P
PAGE 14/19
-.
'"
PR~ESSIONAL PIPING SERVI~S, INC.
The Piping System '~lean.irLg Specialists
Certified Underground Utility Contractor
License No- CUyC055717
REPORT
C1earwater, Florida.
Kay 15, 2002
JOB 1JJCATION:
Off US 19 In Cove Kay Lift Station ,#37
.
LAUNCR SItt:
Cove Kay condos
RETRXBVAL SIT.B: US 19 in Utility Right-A-Way
LENGTH OF Pl:PE:
SIZE/TYPE PIPE:
DATE (S) CLBANBD :
2,600
6" pve/DIP
5-15-02
PMJ.BC~ DATA ~ FJ:BLD aBUI/;eS
Jf'LOW HBASUlUm
PRE-CLBI\NING
POST CLEANmG
60 PSI
8 PSI
o PSI
o PSI
2 PSI
7 PSI
Fire Water
Pump' 1
Pumps 1&2
Pumps 1&2/Fire Water
Fire Wate:; Only
Pump #2
60 PSI
12-14 PSI
o PSI
o PSI
10 PSI .
12 PSI.,
PRE-CLEANING VELQCITY
POST CLEANING VELOCITY
12.35 mins 210.53 FPM 3.51 FPS
10.36 mins 250.97 FPM 4.18 FPS
Highest Pressure Cleaning ]4-15 PSI
Lowest Pressure Cleaning 5-7 PSI
NOTE:
Material removed was sludge, sand and hard carbon at the
~nd of pipe. It should also be noted that' 4" does not
have fitting on end for hose connection. Pig port and
rough service isolation valve are in double meter box in
sidewalk.
P. O. Box 7337, Zephyrhills, Florida 33543
E-mail: ppsinc@gte.net
'1'p}pnnrlT1p. (R1~) 994_nn~2 (Rom 7RO-A09R FAX (813) 907.0902
081.02/2005 14:01
8139070902
P
PAGE 15/19
, i
I I
'-l.....-' '-"
PROFESSIONAL PIPING SERVICES, INC.
The Piping System Cleaning Specialists
Certified Underground Utility Contractor
License No. OU-C055717
REP01\'1'
Clearwater, Florida
May 17 - Kay 20, 2002
JOB LOCA'rZON: Pump Station #12
LADNCB SITE: Corner Oseola Ave., & NichOlson Street
RB~ stTa; Nicholson St., & ~inel1as Trial
LEN'G'.m OF PIPE:
SIZE/TYPE PIPE:
1,692
6" CIP
DATE (9) CLEANED :
5-17-02 - 5-ZQ-02
PROOECT DAD. -' FIBLD RESULTS
1i'LtYit .MBASURED
PRE-CLBANING
~
POST CLEANING
60 PSI
9 PSI
13-14 PSI
16 PSI
9 PSI
9 PSI
Fire Water
Pump 1
Pumps 1&2
Pumps1&2/Fire Water
Fire Water Only
Pump # 2
PRE-CLEANING VELOCITY
60 PSI
19 PSI
22 PSI ,
25 PSI
16 PSI
16 PSI
POST CLEANING VELOCITY
4.00 rnins 423.00 ~PM
3.40 mins 497.65 FPM
7.05 FPS
8.29 FPS
Highest Pressure Cleaning 90 PSI
Lowest Pressure Cleaning 8-9 PSI
WO'rE:
Material removed was hard carbon in last 150' of pipe.
Pumps have excessive blow by, Pump #2 check valve leaks
back to wet well. It should also be noted that force
main routed different direction than originally thought,
(see map) .
P. O. Box 7337, Zephyrhills, Florida 33643
E-mail: ppeinc@gte.net
"".1...'_ --- - (01,." nnll ""....,., (()",,, "'01\ f.!Inf\O "'AV fO...", n",., nnnll
08/02/2005 14:01
8139070902
P
:-L, --.'.
PROFESSIONAL PIPING SERVICES, INC.
The Piping System Cleaning Specialists
Certified Underground Utility Contra.etor
License No..CU-C055717
REPORT
Clearwate~, Florida
:Nay 21, 2002
JOB LOCAT~ON: Pump Station #15
,
,
LAUNeR SITS:
Hazelwood Drive
lUtTRIBVAL S:I'rB: Country Side
LBNG'!'B OF P:IPE:
S:IZB/nPE PIPE:
1,875
460'
4" eIP
8" eIP
DATB (S) CLEANBD:
5-21-02
PEt().)l:Ct;l' DATA ..; F:IELD RESUL!rS
1I"LCfl HBAStmED
tI 17"""
P1\E-CLBANDlG
POST CLBAN:ING
60 PSI
27 PSI
30 PSI
o PSI
6 PSI
26.5 PSI
Fire Water
Pump 1
Pumps 1&2
Pumps 1&2/Fire Water
Fire Water Only
Pump 'It 2
PRE-CLEANING VELOCITY
'.
60 PSI
27 PSI
31 PSI
o PSI
8 PSI
28 PSI
13.26 mans 176.09 FPM 2.93 FPS
8.19 mins 285.10 FPM 4.75 FPS
POST CLEANING VELOCITY
Highest Pressure Cleaning 40 PS~
Lowest Pressure Cleaning 10-12 PSI
NOTE:
Modified pump header for pig port.
P. O. Box 73(j7, Zep]:iyrhills. J!'lorida 38543
E-mail: pps~nc@gte.net
rp..l""...1..",~.. fAl Q' QQ,LnnQ9 fRnm '7Rn_~nQA 11'6Y fAHn Q(l'7_()Q()'l
PAGE 16/19
08/02/2005 14:01
8139070902
P
<L, . . ,
. ............
PROFESSIONAL PIPING SERVICES, INC.
The Piping System.'Cleaning Specialists
Certified Underground Utility Contractor
Licen\ie No.. OU-0055717
M~a'l'
C~ell.rllfater, Florida
May 21 - Nay 221 2002
JOB ~ION: Pump Station #6 - Run One
LAUNCH SITE: Woodlawn & Hamlet
RB~ SXT.E: D Stroet & Pinellaa Trial
LENG'l'B OF PIPE:
SI~/TYPE PIPE ~
4,460
611 CIP
DATE (S) CLl!:ANED :
5-21-02 - 5-22-02
PROJEC'l DATA - FIELD BESOLTS
I'LOW MZAS~ lmE-CLQN:mG POST ~ING
Fire Water 60 PSI 60 PSI
Pump 1 " 15 PSI 13 PSI
Pumps 1&2 18 PSI 17 PSI
Pumps 1&2/Fire Water 0 PSI 0 PS!
Fire Water Only 0 PSI 0 PSI
Pump 41: 2 16 PSI 13 PSI
PRE-CLEANING VELOCITY 12.02 rnins 371.05 FPM 6.18 FPS
POST CLEANING VELOCITY 10.56 mins 422.35 FPM 7.04 FPS
:
Highest Pre5sure Cleaning 50 PSI'
Lowest Pressure Cleaning 14 PSI
PAGE 17/19
Force main had a couple of spots with material blockage
and carbon build-up. Located main line valve at railroad
right-a-way valve at Martin Luther King was closed had
to exercise valve to op~rate, modified inside val~e box
for pig port.
NOTE :
P. O. Box 7337, Zephyrhills, Florida 33543
E-mail: ppsinc@gtc.nct
/l'I,.l~_l.~_,. (Q1 ')\ OOA .nn~t) (ann' '7l:1n_~nOR 1<'4 v fr;l1~' an7_nonlJ
, 08/0~/2005 14: 01
8139070902
P
, I
\l.... . .........'
PROFESSIONAL P~ING SERVICES, INC.
The Piping System Cleaning SpeciGlist8
Certifie~ Underground Utility Contractor
License No.:CU~C055717
RBPORt;r
Clearwa'ter I Flo~ida
Kay 22, 2002
JOB LQCA7ZON: Pump Station *6 ~'Run Two
LAUNCD SITE: Woodlawn & Hamlet
RETRIBY.AL SITS: Woodlawn & Martin'Luther King
LBNGTB OJ! PIPE:
sxza/TYPE PIPE:
DAD (S) Cl.P.room :
1,985
6" elP
5-22-02
PROJECT DATA "'-:- FIELD lmSULTS
Fu::JW ~ PU-CI.J!;ANDJG POST CUANING
Fire Water 60 PSI' 60 PSI
Pump 1 14.5 PSI PSI
Pumps 1&2 17.5 PSI PSI
Pumps 1&2/Fire Water 19 PSI 0 PSI
Fire Water Only o PSI 0 PSI
Pump #2 15.5 PSI PSI
PRE~CLEANING VELOCITY 8.24 rnins 240.90 FPM 4.02 FPS
POST CLEANING VELOCITY 8.07 m.i.ns 245.97 FPM 4_10 FPS
Highest Pressure Cleaning 20-25 PSI
Lowest Pressure Cleaning . 14-15 PSI
PAGE 18/19
NOU:
Hard carbon at end of pipe, material in force main very
septic and sludge build-up.
"
P. O. Box 7337, Zephyrhilla, Florida 33543
E-mail: pJisinc@gte.net
"'...1...._l......_... '0-;"'" (U'.A nn"lr) roni-., '70n t;:'nnl;) "t;tl\V ICl;O' r"\nf'1 nnnn
08/~2/2005 14:01
8139070902
P
PAGE 19/19
IL.. '~..
PROFESSIONAL PIPING SERVICES, INC.
The Piping System, Cleaning Specialists
Certified Underground Utility Contractor
License No. CU.0055717
RBPOR~
C1aaretater, Florida
May 28 - May 29, 2002
JOB ~IOR: Pump Station #43
LAUNCH SITE: Nursery Rd., & Maple Forest Road
RE~ SITS; Utility Right-a-W~y off Williams Court
LENG'lB OF PIPE:
SIZB/TYP2 PIPE:
DA!rE (S) CLBANBD :
1,970
8" PVc
5-28-02 - 5-29-02
PRO.:JEC'l' DATA ~ FIELD RESULTS
'1fLOff MmASORED PRB-CLQNING POST CLEANING
IR .
Fire Water 60 PSI 60 PSI
Pump 1 4.75 PS.I 2 PSI
Pumps 1&2 5 PSI 4 PSI
Pumps 1&2/Fire Water 12 PSI 10.5 PSI
Fire Water Only o PSI o PSI
Pump # 2 4.5 PSI 3 PSI
PRE-CLEANING VELOCITY 12.00 mins 164 . 17 Fl?M 2.74 FPS
POST CLEANING VELOCITY 11. S6 mins 170.42 FPM 2.84 FPS
Highest Pressure Cleaning 20 PSI
Lowest Pressure Cleaning 2 pst
NOTE:
Material removed was carbon, grease and sludge. Modified
piping for launcher port, installed permanent ell port.
Gravity manhole cover at retrieval site for Station #37
& Station #43 are rotted to point of being very
dangerous.
P. O. Box 7337, Zephyrbills, F10rida 33543
E-mail: ppsinc@gte.net
'T'olDn'hn..,.. (R1 ~\ QQd._OO~? (Rf'to\ 7RO_j:l()QR l?A Y (R1 ~\ Cl07-0QO?
08~e3/20a~ 14:44
8139070902
P
PAGE 01109
PROFESSIONAL PIPING SERVICES, INC.
The Piping System Cleaning Specit:dists
Certified Underground Utility Contractor
License No. CU-C055717
TO:
Scott Oster
City of Clearwater
FROM:
Roger M Cimbora
General Manager
DATE;
August 2, 2005
The infonnation contained in this facsimile tqmsmission is intended only for the use of
the individual Or entity named zmd may contain information that is privileged Qr
confidential. If the reader of this message is not the intended recipient, or the employee or
agent responsible to deliver it to the intended recipient, you are hereby notified that any
disseminati~ distribution, or copying of this communication is strictly prohibited.
Receipt by anyone other than the intended recipient is not a waiver of any attomey-client
or work product privilege. If you have received this commWlication in error, .please
discard this material in a secure manner. Thank you for your cooperation.
9 Pages including cover
Hard copy to follow in mail
P. O. Box 7337, Zephyrhills. Florida 33543
E-mail: ppsinC@gte.net
Telephone (813) 994-0032(800) 780-6098 FAX (813) 907-0902
081.03/20a5 14:44
8139070902
P
PAGE 02/09
GENERAL
1. SCOPE
The General Provisions contained in this section are intended to be cooperative with, and
to supplement, or to modify General Conditions.
The Contractor shall provide project proven poly pig pipe cleaning proced:ures to safely
and effectively clean and restore to their maximwn flow capacity, piping systems whose
contents or inline operating conditions impair their functioning by reducing their volume
capacity, laminar flow characteristics or negatively impact the quantity or quality of the
flows transported through them.
Systems which may require cleaning are;
a) Potable water
b) Raw water
c) Wastewater
d) Reuse water
e) Leachate water
f) Sludge systems
g) Siphon
The materials to be removed in these systea:ns are bown to be but are not limited to;
a) "Foreign" materials including solids and construction-oriented debris
b) Scale, chemical and carbon deposits
c) Iron tuberculation and calcium deposits in many forms and. degrees of attachment
and hardness
d) Sand, sludge., silt, slime and bentonite
Types of piping in service in the City of Clearwater include cast ~ ductile ~ carbon
steel, lIDPE, asbestos cement and rye
2. LOCATION OF PROJECT
The Project is located in the 'Water. sewer and reclaimed service areas of City of
Clearwater Utilities (Pinellas County), Florida, and is to be situated on the City owned
property and in streets or easements.
3. fROmCf SCOPE
Provide all supervision, labor, tools, transportation, material and equipment necessary to
clean the pressure pipeline or force main, using poly pigs and an approved poly pig
procedure. Install all items required, including the poly pig launching and retrieval
devices as required in this specification and the furnishing of poly pig swabs and poly
08/03/2005 14:44 8139070902
P
PAGE 03/09
ptgS.
It will be the Contractor's responsibility to install the equipment, disassemble the
equipment tmd clean up and store materials at the direction of the Engineer.
4. FINANCING
. Funds have been budgeted for this purpose and are presently available in the City
Utilities budget.
5. CONTRACT TIME
The Conb:act time for the Pinellas County Utilities Pigging shall be Thirty Six months
from and after the starting day established in the "Notice to Proceed". The Contract may
. be extend~ by mutual agreement ofboth parti~, subject to approval by the City of
Clearwater Board of City Commissioners, for an additional two 12-month options of
renewal beyond the original Contract period. Said extension sba1l be subject to the same
terms and conditions as the original Contmct.
6. CONTRACT ASSIGNMENT
The successful Bidder will be required to perform the work as the prime Contractor. The
Contractor shall not suh.;ontract any portion of the W01k. (No auipment of the
Contrad will be allowed).
7. SAFElY CODE REOlJ]REMENTS
The Contractor shall at all times during pipe pigging operations conform to Occupational
Safety and Health AdministJ:ation (OSHA) and all other applicable safety codes or
standanls. No additional compensation will be allowed for OSHA or other safety code
standanIs or requirements. The Contractor shall conform to traffic control requirements
of the Sta~ of Florida Department of Transportation at all sites within roadway right of
ways.
8. ORDER "TIME OF WORK.
The City of Clearwater Utilities reserves the right to establish the specific order in whieh
the work: is to be completm. All cleaning and pigging shall be performed during daylight
hoUl'8 of 7:00 am. and 6;00 p.m., unless the SIte Representati\'e authorizes other hours.
9. VQ~UME OF WO~
The City cannot assure the Contractor of any number of systems or amount of piping to
be cleaned during one mobilization or for the length of the contract period. All work will
be done on an as needed basis.
08/,03/2065 14:44 8139070902
p
PAGE tJ4/09
10. EXECUI10N
A. The materials and work specified herein sball be furnished and performed by
firms who are fully experienced, reputablet and qualified in the manufacture,
installation and use of the specified items. The materials specified shall be
consttucted and installed in accordance with the best practice and methods
B. The work will be provided by a Contractor who has the following qualifications.
1. Current and in force license by the State ofFtorida as an Underground Utility
Contractor. The Contractor shall provide evidence of qualification by
providing copies of their state certification or lieense to ~41 such work as
hetein described. Such documentation must be included as part of the proposal
package.
2. All project personnel sball be in compliance with OSHA 29 CFR 19010.120J
Safely Training
3. All project personnel shall be in compliance with Florida Law, Chapter
287.087 and the Florida Worker's Compensation Standard, Drug-Free
Workplace Program.
4. Provide adequate insurance ~overage which includes;
a) Comprehensive General Liability ($1,000,000 eaOO occunence with a
$2,000,000 aggregate)
b) Worker's Compeosation Insurance
c) Automobile Liability Insurance (51,000,000 ead1 occurrence)
11. CONTRACTOR ~SroNSIBILlTIES
A. SOpcmsioD - There sball be on-site at all times duriDg the 'WOrk, one
supcrintcndent with a minimum. of five years supervisory experience to survey,
layout and supervise the construction of the work under this Contract.
B. Propesed MedaOO of Work - The method of cle&Ding shall be by use of poly
pigs/or swabs. The Contmctor shall furnish pol)'UIdhane pipe cleaning pigs of
the appropriate diameter and covering material for use in the pipe system to be
cleened.
C. CJea~d~ - The cleaning shall restore the original flow characteristics of new pipe
without over abrading or over tleaDing the interior walls of the pipe.
D. Equipment - The COntraetOf shall furnish pig-launching equipment, which will
minimize the County's need to provide for additional valving, fittings and
08/03/20~5 14:44
8139070902
P
PAGE 05/09
auxiliary water supplies. Said equipment shall be of the larest design and
construction and shall include the means to maintain ~ monitoring of the
in..liDe flows and pressures of the system being cleaned and the constant location
of the cleaning pigs in the system. The contractor shall maintain on site for the
duration of the project and have available for immediate use an electronic pig
detector with the appropriately sized ca'Vity poly pig for use in the systmn being
cleaned to provide a means of tracing the passage oftbe pig in the system to
locate areas of potential or suspected blockage and to find "lost" valves and other
disparities within the system. Documentation of this equipment will be required as
part of the bid submittal.
Launching and retrieval devices :mall be fabricated, designed and manufactured
according to ANSI standards and capable of withstanding working pressure of
150 P.S.I.O.
Lmmch and receiving tubes shall be fabricated of steel; pipe sized one diameter
larger than the system to which it will be attad1ed with a minimum length of 2.5
times the diam*t. FOI poly pig launchers and receivers twelve-inch or smaller in
size, steel wall thickness shall be a minimum of five-sixteenths inch. For poly pig
launchers and receivers fourteen~inch or larger, wall thidmess sball be a
minimum of tbIee eights inch.
The Contractor shall maintain on site for the dmation of the project and have
available for immediate use cen1rifugal pumps and high pressure water jetting
equipment.
F. Testiag - The Conh'actor shall perform p:re-cleaning and post-cleaning flow
testing to determine sizes, types, densities and numbers of pigs and/or swabs to be
used, to establish the m~s and procedures to properly omd safely clean the
piping, to evaluate the system and to measure the effects of the cleaning
operation.
Tests sbaU include in-line velocity and volume capacity calculations and any
other tests as may be required to properly and safely pedoIDl the work under this
Contract.
O. .C....tulicatio. - The Con1ractor sball provide radio communication and job
site traDsportation between launching and retrieval points.
H. Report upon Completion -1be Contnwtor shall provide a written report upon
completion of line cleaning to outline and detail information aequired during the
cleaning process about the system or to oonfirm existing information.
I. DisiDfeetioDlClIIorination - The Contractor shall provide, for those systems
where dis~tion is rnJt.orl~ted. or required, a plan to provide these services in
coDlplia:nce wi1h all applicable A WW A standards.
08/03/200p 14:44 8139070902
P
PAGE 06/09
J. Work Ana - The Contractor shall containldiRct the eft1uent flow from the
a.trected system. This shall include use ofhay bllles or silt fences to prevent the
dispersal of water and sediment from adjacent private property. The Contractor
shall also implement and provide a County approved method of containing the
solids/sediments generated from the pigging operation.
K. Settiag Coatraeto.. Eqaip.eat -The Contractor shall provide all equipment to
hoist, move or set their own equipment on site.
12. SUBMITIAL
A. In accordance with the General Conditions and as speclfic:d herein, submit to the
F.ngjoeer for review. complete detailed infor.m.ation including shop drawings as
required.1iterature, and other pertinent infonnation relating to the installation and
operation of pressure pipeline cleaning devices an(,1 appurtenances.
13. PRODUCTS:
POLY PIGS
A. Poly pigs shall be constructed of blown elastomeric polyuretbarie with an open
cen constnJctiori and a density equal to or sui~le for use in the piping system
being cleaned. Poly pig configwation shall consist of a parabolic nose and a
concave base, and it shall be coated with resilient surface material that will
maintain a peripheral seal and win effectively clean the piping system without
over abrading the interior pipe wall or approved equal. Poly pig characteristics
when in use shall include the ability to naVigate through ninety degree and one
hundred and eighty degxee turns, bi-directional fittings, full port valves and
comparable in-line appurtenances, reduce its cross sectiooaI area and Iestore itself
to its original design configuration, be propelled by applications of hydraulic and
pneumatic pressure while maintaining its primary function as an internal cleaning
device of conduits. When effectively and properly applied the poly pig shall
clean and restore piping sy~ of all sizes, types, uses, and lengtbs to their
design 01: maximum flow capacity.
Furnish poly pigs in sufficient numbers and sizes, of appropriate densities,
coatings and cotdigurations as manufactured by Knapp Polly Pigs of Houston,
Texas or IlIl approved equal.
Provide pig sigoal devices as required and shown on the drawings. These devices
shall be those as manufactured by Maloney Pipeline Products, Houston, Texas or
an approved equal.
14. EXECUllQN
08/03/20~5 14:44 8139070902
P
A. Contractor will assist, in coordination with the Counties ~.ted Project
Manager, in estabJisbiug the design of the cleaning procedure including the
provision of:
I) Selection of starting and end.h\g points for the cleaning process.
2) Evaluation of total volume offluids to be used and the disposal and the
source(s) of these fluids.
3) Mechanical or piping adaptation to the existing piping configumtion.
4) Coordination and scheduling of the cleaning process to include selection of
the distances and size$ of the piping to be cleaned as one procedure.
5) Immediately available alternative procedures to be applied if the cleaning of
the system requires such remedial action.
B. Equipment shall be installed in accon1l!1DCe with manufacturerts
recommendations.
C. Initial selection of 1he clemrlng pigs shall be provided by personnel thoroughly
trained, knowledgeable and experienced in the technology and procedures
required for the proper and safe "pigging" of this system.
1 S. SAFETY
The Contractor shall conduct his operations in strict accordance with all
applicable Federal, State and Loc:al safety codes and statutes and shall be fully
responsible and obligated to maintain procedures for safety of the public us well
as wolt, personnel and equipment involved in the Project.
16. MEAS~ANQeAYMENT
The unit cost .for piping cleaned shaIl include all costs incUl1'ed by the Contractor
including mobilization and demobilization, providing, installing and removing all
equipment incl_g poly pig launching and retrieval devi~ supervision and
technicians, poly pigs, electronic transmitter and high pressure jetting machine,
tooling and vehicles, chlorination and de-chlorinatioo..
Unit prices fOJ' pipe lengths and diameters as subnJittb.i will be used to
determine paymem.
17. MEASU~MENT AND PAYMENT ANNUAL AQJUSTMENT
The thirty six month contnIct sball have adjustable unit pricing at 12-month
intervals after the date of award. The adp.stment shall be. based on the (CPI)
PAGE 07/09
08/03/200~ 14:44
8139070902
P
PAGE 08/09
Consumer Price Index for the U.S. City Avemge; All Items, Urban Wage Earners
and Clerical Workers as published by the Uni1r:d States Department of Labor,
Bureau of Labor Statistics, but shall not to exceed lOOA. for any 12-month period.
18. MEASUREMENT AND PA ~ FOR ~SPECIFIED WORK.
The work covered by this item consists of unf'oreseen items of work not included
in other bid items but necessary for accomplishing the work and shall apply only
to extra wodc. or additional items over and above those specified or shown on the
plans.
The; cost of this additional work shall be agreed upon in writing and approved by
the Director of Utilities Engineering 01" his authori~ representative prior to
starting this additional work.. The value of the work shall be besed on unit prices
of similar Bid Items called for in the proposal.
In the event of project d.elays or disruption caused by I but not limited to, system
failure, pwnp(s) failure or causes outside the scope of work or sphere of
~bility of the Contractor.which result in the Contractor being prevented
from or unable to perform the assigned work, a standby charge rate will apply.
This rate will cover all costs incurred for supervision, labor, tooling, equipment,
vehicles, mobilization and demobilization.
08/.03/200.5 14: 44 8139070902
P
~CITY WD..L PROymE
A. Water for Flushing - The City agrees to provide water at no expense to the
Contractor within a reasonable distance of the area where it is to be used.
B. Syatea DiagrqI- The City will provide a system diagram detailing all known
existing valves and appurtenances.
C. Vehicle Accessibility - The City agrees to provide accessibility of the pipeline at
designated points previously agreed upon between the Contractor and the City.
D. Manpower - The City will provide manpower to assist the Contractor for the
duration of the opeIfltion, including valve operations and dismantling and
restoring of fire hydrants.
E. E;w:cavatio_ - The City wiD provide site locates and all labor, materials and
equipment for required ~ons to provide the Contractor access one foot (1 ')
below the pipe and for restoration of the C)tC8vated area after completed
operations.
F - Sheeting aad Bnebag - The City agrees to Provide sheeting and bracing and
mRIintenancc of all excavations to pevalt accidents, cave-ins, or breaking of the
ground outside of the excavation &rea.
G. Notif"aeation of CUltomen - The City will be responsible for distribution of the
approved customer notification format provided by the Contractor 1D the affected
utility customers.
H. Cutdag of Pipe, Installation ofFittiBp - The City will upon renew of the
project requirements wi1h the Contractor provide and install those fittings, and
valves necessary for the implementation of the work required. The County will
provide the manpower, tooling and equipment necessary for the cutting of the
pipe and dewatering for the excavated sites.
1. Traffic CODtrol-' The City will provide and maintain traffic control in
compliance with all applicable regulatioDS.
1. Colleetie.., HlIlldJing aod DDposal- This will be at a City approved site, of
solids and materials which require special handling to be in ~1iange with
safety and environmental regulations.
PAGE e9/09