Loading...
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