Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Certification of Contract with National Water Main Cleaning Co.
G MIAMIBEACH Co? E CITY OF MIAMI BEACH 9-); - /g CERTIFICATION OF CONTRACT TITLE For Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services CONTRACT NO.: ITB 2018-080-ND EFFECTIVE DATE(S): This Contract shall remain in effect for a period of three (3) years from date of execution by the Mayor and City Clerk of the City of Miami Beach, and may be extended, at the sole discretion of the City Manager, for two (2) additional (1) year terms. SUPERSEDES: NA CONTRACTOR(S): National Water Main Cleaning Co. (Non-Emergency or Planned Work) ESTIMATED CONTRACT AMOUNT: NA A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida ("City"), on September 12, 2018, approving the award of this Contract, and upon execution thereof by the City and National Water Main Cleaning Co., a New Jersey corporation (the "Contractor'). B. EFFECT - This Contract is entered into to provide for For Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services., pursuant to City Invitation to Bid No. ITB 2018-080-ND and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"). This Contract awards to Contractor the Non-Emergency or Planned Work associated with Line Items 1 through 5 of Revised Appendix E- Cost Proposal Form, at the rates specified therein. C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Department of Procurement Management policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number 2018-080-ND. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to City of Miami Beach, Stanley Payne, Stormwater, Public Works Department at 305-673-7000 ext. 2343. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or ITB-2018-037-ND Page 1 Page 2 Certification of Contract any portion of work and/or services required by the Contract Documents without the prior written consent of the City. Contractor warrants and represents that all persons providing/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide/perform same, or services to City's satisfaction, for the agreed compensation. Contractor shall provide/perform the supplies, work, and/or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or work provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS— Excellent Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES — Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and/or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract and/or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. ITB-2018-037-ND Page 2 Page 3 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Stanley Payne City of Miami Beach Public Works DepartmentiStormwater 1700 Convention Center Drive, 3rdd Floor Miami Beach, Florida 33139 With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: National Water Main Cleaning Co. 1806 Newark Turnpike Kearney, NJ. 07032 Attn: Salvatore F. Perri Phone: 800-242-7257 • Fax: N/A E-mail: bidregCa)nwmcc.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and-obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. ITB-2018-037-ND Page 3 Page 4 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. R. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any services, unless set forth in a written Purchase Order. S. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. ITB-2018-037-ND Page 4 Page 5 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this '2. day of tic ' , 20 t% by their respective duly authorized representatives. NATIONAL WATER MAIN CLEANING CO. CITY OF MIAMI BEACH By l4"6- /, � 1 et By -- President/Signature Mayor L Salvatore F.Perri PDt Print Name ATTEST: ATTEST: cretary/ Signatu Rafael nado, City Clerk Raymond Lindsley Secretary/Treasurer I a f t Y Print Name „ igy,Date t/* \yV�)0� Z-y etl2bb� b* DateINCORP ORATED,' ti • QPM'�d' D AS TO .... 'LANGUAGE , 40"-- EXECUTION RA nil_ Z`— IY City,-,Attorney ape a Date ITB-2018-037-ND Page 5 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page I of 2 Competitive Bid Reports-C2 E MIAMI BEACH COMMISSION MEMORANDUM TO. Honorable Mayor and Members of the City Commission FROM: Jimmy L.Morales.City Manager DATE. September 12,2018 SUBJECT REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2018-080- ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION SERVICES. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to bids received, pursuant to ITB 2018-080-ND, Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning,and Closed Circuit Television(CCTV)Inspection Services. ANALYSIS For approximately five years, the City of Miami Beach has had an agreement for the routine and emergency sanitary sewer and storm water pipes cleaning,and closed circuit television (CCTV)inspection services.The current agreement for these services has been extended on a month-to-month basis. In order to establish a replacement contract, on June 28, 2018, the City issued an Invitation to Bid 2018-080-ND(the"ITB").The purpose of the ITB is to establish a contact,by means of sealed bids,with a qualified firm(s)to provide routine and emergency sanitary sewer and storm water pipes cleaning,and CCN inspection services. ITS PROCESS ITB No.2018-080-ND was issued on June 28,2018,with bid opening date of August 17,2018.Five(5)addenda were issued.The Procurement Department issued bid notices to 225 companies utilizing www.publicpurchase.com website.53 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of nine (9) responses from: A & A Drainage & Vac Services, Inc. (`A&A"), Carlos Rivero Plumbing &Septic Tank Contractor, Inc. ("Carlos Rivera Plumbing"). Envirowaste Services Group, Inc. ("Envirowaste"), Flotech Environmental, LLC ("Flotech"), Metro Express, Inc. ("Metro Express"), National Water Main Cleaning Co. ("National Water Main"), T.V. Diversified. LLC ("TV. Diversified"), V Engineering & Consulting Corp. ("V Engineering"),and Vacvision Environmental,LLC("Vacvision').See Attachment A for a tabulation of bids received. The bid submittal from Carlos Rivero Plumbing was deemed non-responsive for failure to meet the minimum licensure requirement of the ITB and cannot be further considered. The bid submittal from A & A was deemed non-responsive for failure to execute Appendix E, Cost Proposal Form, and cannot be further considered.The Procurement Department found that the lowest responsive bids submitted by National Water Main (for non-emergency and planned work)and the bid submitted by Flotech (for emergency and unplanned work) met the requirements of the ITB,including prior experience and licensure. Accordingly,National Water Main has been deemed the lowest responsive and responsible bidders meeting all terms, conditions, and specifications of the ITB for non-emergency and planned work; and,Flotech has been deemed the lowest responsive and responsible bidders meeting all terms,conditions,and specifications of the ITB for emergency and unplanned work. Flotech was established over 18 years ago and is a South Florida based Small Business Administration, Disadvantage Business Enterprise company specializing in the cleaning, inspection and rehabilitation of sanitary sewer and storm drain collection systems. References indicated satisfaction with services provided. National Water Main is headquartered in Kearny, New Jersey and has been registered in the state of Florida as a foreign profit corporation since April of 2014. They provide a full line of environmental infrastructure inspection, cleaning, and repair services. References indicated satisfaction with services provided. Both firms received position references from current and prior clients. CONCLUSION After considering the bids received and staffs review, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida,approve the award of a contract to National Water Main for non-emergency and planned work and to Flotech for emergency and unplanned work;and further authorize the Mayor and City Clerk to execute the contracts. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Grant funding will not be utilized for this project. http s://m i amibeach.novusagcnda.com/agcndapubliC/CovcrSheet.aspx?itcmlo-9639&MCCt... 9/14/2018 Covershect Page 2 of 2 Amount 1 $1,040,000.00 Account 1 427-0427-000325-29-413-517-00-00-00 Total $1,040,000.00 Legislative Tracking Public Works/Procurement ATTACHMENTS: Description o Attachment A haps://miamibcach.novusagenda.com/agendapublic/CovcrShect.aspx?1tem1D=9639&Mcct... 9/14/2018 Z \\ = z - 0 - \ \ \ \ z ) } 3 ii \ a 01 } - \\ ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3"1 Floor,Miami Beach, Florida 33139,www,miomibeacMLgov,305-673-7490 ADDENDUM NO. 5 INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES August 8, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS. Exhibit A: Invoices paid to EnviroWaste Services, Inc. pursuant to contract No. 145-2013 (from April 2016 through July 2018). II. RESPONSE TO QUESTION RECEIVED. 01: Storm Water Pump Stations. Are these being treated the same as lift stations where we only supply the truck and the City will enter the station? Al: The contractor will supply the truck and City personnel will enter and clean the storm water pump stations. Q2: For Bid Items 1 and 2, the bid items call for cleaning the associated pipe downstream to the next structure. a) What is the average length of sewer between two (2) storm water structures that will require cleaning under the contract? b) What is the average length of sewer between two (2) sanitary sewer manholes that will require cleaning under the contract? A2: a) 250 to 300 ft. b) 200 to 300 ft. I,I Q3: The quantity for Bid Item 2 is 1600 manholes to clean with associated piping. The answer to Question 9 in Addendum 2 states that the approximate annual sanitary manholes cleaned are 200. Is the bid item quantity a typo or is an 800 % increase over your normal annual quantities correct? A3: The City estimates that approximately 200 of the 1600 sanitary manholes will need to be serviced by the contractor annually. Q4: The answer to Question 11 in Addendum 2 states that disposal of debris from pump stations will be handled as a pass through with no mark-up. Will the same apply for disposal on storm water and sanitary structure cleaning? A4: Yes Q5: Do you have an annual tonnage estimate for debris removed from the storm and sanitary sewers that was removed in the past? 1 I ADDENDUM NO.5 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES A5: Average monthly debris removal of storm water system is approximately 50 to 75 tons. The average monthly debris removal for sanitary sewer is less than 10 yards per month. Q6: Do you have an annual estimate of the number of days worked on non-emergency planned work? A6: Approximately 216 days. A7: Do you have an annual estimate of the number of"unplanned or emergency response work"that was done? A7: Approximately 23 days. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(r)o.m iamibeachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. •r Al:Lx ►- is icurement Director 2 ADDENDUM NO.5 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES MIAAA IBEACH Procurement Department, 1755 Meridian Avenue, 3'0 Floor, Miami Beach, Florida 33139, vnwu.mlammeachil.gov, 305-673-7490 ADDENDUM NO. 4 INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES August 7, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. ITB DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m. Friday, August 17, 2018 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 •' Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. ' Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaeIGranado(5 miamibeachfl.gov. Procurement Contact: Telephone: Email: Natalia Del ado 305-673-7000, ext. 6263 rlataliadelgado@miamibeachfl.gov I Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and retur the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. •4R I e Di Is I roc (ment Director 1 ADDENDUM NO.4 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3" Floor, Miami Beach, Eorida 33139, www.mlamibeachfl.gay, 305-673-7490 ADDENDUM NO. 3 INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES August 1, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITS is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. ITB DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m. Friday, August 10, 2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 i Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. , Any questions regarding this Addendum should be submitted in writing to the Procurement Department I, to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. - 1, Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your IT6 submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Tr ly, Qd.„�,, 9�tiement Director 1 ADDENDUM NO.3 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, www.mlamlbeachd.gov, 305-673-7490 ADDENDUM NO. 2 INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES July 27, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITS is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. REVISION: Delete Appendix E, Cost Proposal Form, on page 35-36 of the ITB, in its entirety and Replace with Revised Appendix E, Cost Proposal Form, attached hereto as Exhibit A. THE , REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE PROPOSAL SHALL DEEM PROPOSER NON-RESPONSIVE. 2. ATTACHMENTS. Exhibit A: Revised Appendix E, Cost Proposal Form. Exhibit B: Pre-Bid Sign In Sheet 4. RESPONSES TO QUESTIONS RECEIVED. Q1: What is the approximate yearly expenditure for this contract? Al: The approximate yearly expenditure for this contract is $700,000. I!I Q2: a) Is there an estimated budget for this? b)Also, is a plan holders list maintained for bids? A2: a) There is no budget. The approximate annual expenditure is stated in the response to question 1. b) Please refer to Exhibit B: Pre-Bid Sign In Sheet. Q3: Page 28 #4 since 6,000 gallon trucks are not commonly used, will the city allow for (2) 4,000 gallons and back up trucks at 3,600 or other size? A3: The two (2) 6,000 + gallon trucks requirement in Section 1.3.4 has been 111 amended to two (2)4,000 gallon minimum trucks. Q4: CCTV is this for sanitary pipes? A4: CCTV inspection services are for sanitary and storm water pipes. 05: Page 35 the lift stations are different sizes and require a lot of different times to clean 1- will the company be supplying the truck for city personnel to enter the Liftstation's and clean 2- how does the city plan to allow for the differences in sizes? A5: The contractor will supply the truck and City personnel will enter and clean the I ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES lift stations. A5: Please refer to Exhibit A: Revised Appendix E, Cost Proposal Form. The contractor will charge per hour when cleaning sanitary sewer lift stations. Q6: CCTV if this is for storm pipes there are no allowances for plugging and pumping the system. 1 i A6: The City is responsible for plugging the system. The contractor is responsible for pumping the system, pursuant to line items 1 and 2 of the Revised Appendix E, Cost Proposal Form. Q7: Is there a bid bond required? A7: The City does not require a bid bond. Q8: Are the quantities for Bid Items 1-5 the approximate quantities on a yearly basis or for the three (3) year contract period? • A8: The quantities provided in the Cost Proposal Form are annual estimated • quantities that will be used for calculation purposes only. Actual amounts may be greater or less than the annual estimated quantities. • • Q9: What have been the approximate quantities of storm water structures and sanitary manholes cleaned per year on the past contract? A9: The annual approximate quantities cleaned are: 7,500 storm water structures • and 200 sanitary manholes. . Q10: What have been the approximate quantifies of storm water and sanitary pump stations cleaned per year on the past contract? A10: The annual approximate quantities cleaned are: 37 storm water pump stations cleaned twice a year and 24 sanitary pump stations cleaned twice a year. li Q11: If cleaning lift stations is going to be by the hour, will you be putting a line Item for dumping? All: The City will not be adding a line item for dumping. The cost for dumping will be provided as a pass-through cost only,with no mark-ups allowed. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCo)miamibaachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders'questionnaire with the reason(s)for not submitting a proposal. 2 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES Sin ely, i A -x D- •curement Director BIDDERS ARE REMINDED THAT THE REVISED COST PROPOSAL FORM EXHIBIT A ATTACHED HERETO) IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. The remainder of this page was left intentionally blank. i I I i 3 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES Ii EXHIBIT A (REVISED APPENDIX E) 1 Revised Cost Proposal Form THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL 1 4 ADDENDUM NO. NVITATION TO B2ID NO.2C18-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES REVISED APPENDIX E • COST PROPOSAL FORM Failure to submit Appendix E,Cost Proposal Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal beim deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms,conditions, specifications and other requirements stated herein, and that no claim will be made an account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in it advance.The Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form (Appendix E)shall be initialed. The City Manager will make an award recommendation in any combination of items he deems to be in the best interest of the Ci . Total Item Description Quantityt U1 Unit Cost (quantity X Unit Cost) NON-EMERGENCY OR PLANNED WORK - Contractor proposes to furnish all labor, materials, supplies, tools, equipment, transportation, supervision, and maintenance of traffic necessary to perform the routine sanitary sewer and storm water pipes cleaning, and CCTV inspection services for the City of Miami Beach in accordance with the bid specifications. _ _ Cleaning of storm water catch basins, inlets,outfalls,and manholes and per 1 associated pipe to downstream structure 7900 Structure $ $ Cleaning of sanitary sewer manhole and associated pipe to downstream structure(6" per 2 —36") 1600 Structure $ $ Per Pump 3 Cleaning of storm water pump stations 45 Station $ $ Closed circuit televising of pipe(CCTV)(6" Linear 4 -36") 2000 Feel $ $ Hourly 5 Cleaning of sanitary sewer lift stations 1,000 Rate $ $ UNPLANNED OR EMERGENCY WORK - Contractor proposes to furnish all labor, matedais, supplies, tools, equipment, transportation, supervision, and maintenance of traffic necessary to perform unplanned or emergency sanitary sewer and storm water pipes cleaning, and CCTV inspection services for the City of Miami Beach in accordance with the bid specifications. Hourly 6 Emergency sanitary water hauling 500 Rate $ $ Vacuum truck service,with two operators (Regular Workday,See Appendix D, HourlyF 7 Section 4) 500 Rate $ $ Vacuum truck service,with two operators (Non Regular Workday,See Appendix D, Hourly 8 Section 4) 200 Rate $ $ Vdeo inspection unit,with two operators (Regular Workday,See Appendix 0, Hourly 9 _Section 4) 100 Rate $ $ Video inspection unit,with two operators (Non Regular Workday, See Appendix 0, Hourly 10 Section 4) 200 Rate $ $ 1The estimated amounts stated herein are for calculation purposes only.Actual amounts ma be•rector or less than the estimated amounts, Bidders Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 5 ADDENDUM NO.2 INVITATION TO 81D Na 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES I EXHIBIT B Pre-Bid Sign-In Sheet 1 • 6 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES GLEANING.AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES MIAMIBEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE: July 9, 2018 TITLE: ITB-2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION SERVICES 7.71-47' dt x .1�b4Ir"n 'i Pdxty3.u1:•^;'.vt .. . 8ha:-Ww " Iat ' 't4 ,::. iws $ 4114'a,1 • dbk"Ft, :=7-79::',4;'''',E=1-814).1“.14- 1 � e `Sjatw ¢=M3: s' y " ' yt Natalia Delgado Procurement- CMB tat&mdelgado@miamibeachfl ..gov T 63 gAfrot 6448.5d aD6jc7 R,AA: l00ruv.,5 O? e4ra ea SFfroki. j„ .,,,,, @, P' i hen;1-44),,41.5ev E'er 2.393 l.ouldeS Ar-c-cnLoot/Auaree*erVami beArAa,ycsa- tomec, ca b"-l3 4d"a'0S9E 2o-.J ny `orocr;rCL, /�yy ,/ witlee4 41-e. en, 1 MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3'4 Floor, Miami Beach, Florida 33139, www.mlamlbeacMl.gov, 30S-673-7490 ADDENDUM NO. 1 • INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND • CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES •• July 25, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. ITB DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Friday, August 3, 2018 at the following location: • City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at •• RafaelGranadoAmiam ibeachfl.gov. Procurement Contact: Telephone: Email: • • Natalia Delgado 1305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov • Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. • Potential proposers that have elected not to submit a response to the ITB are requested to complete and • retu the"Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. ` mealy, !I RIP'A-x Deni RIP' ocure nt Director I ADDENDUM NO.1 NVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES INVITATION TO BID ( ITB ) ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES 2018-080-ND BID ISSUANCE DATE: JUNE 28, 2018 BID DUE: JULY 30, 2018 BY 3:00 PM ISSUED BY: NATALIA DELGADO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3r1 Floor, Miami Beach, FL 33139 305.673.7000 x6263I nataliadelgado@miamibeachfl.gov I www.miamibeachfl.gov • BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 15 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F EQUIPMENT LIST APPENDIX G INSURANCE REQUIREMENTS ITB 2018-080-ND 2 BEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and,subsequently,the successful Bidders(s) (the"contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. For approximately five years, The City of Miami Beach has had an agreement for the routine and emergency sanitary sewer and storm water pipes cleaning, and closed circuit television (CCTV) inspection services. The current contract for these services expires on August 19, 2018. The purpose of this ITB is to seek a replacement contract, by means of sealed bids,with a qualified firm(s)to provide routine and emergency sanitary sewer and storm water pipes cleaning,and CCTV inspection services in accordance with the requirements and specifications detailed herein and more specifically in Appendix C. 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: ITB Issued June 28,2018 Pre-Bid Meeting July 9, 2018 @ 9:00 a.m. (ET) Deadline for Receipt of Questions July 19, 2018 Responses Due July 30, 2018 @ 3:00 p.m. (ET) Tentative Commission Approval Authorizing Award TBD 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone: Email: Natalia Del.ado 305-673-7000 x6263 natal iadel.ado. miamibeach0..ov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado • miamibeachfl..ov: or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. ITB 2018-080-ND 3 BEAC- 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation.Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://www.miamibeachfl.00v/city- hall/procurement/procurement-related-ordinance-and-procedures/ CONE OF SILENCE CITY CODE SECTION 2486 PROTEST PROCEDURES CITY CODE SECTION 2-371 DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2406 ' CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2407 THROUGH 2410 ITB 2018-080-ND 4 BEACH • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS 8 SERVICES CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance,furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS.The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2.371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest ITB 2018-080-ND 5 BEACH responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s)and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified,without delay or interference. • The character, integrity, reputation,judgment,experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. 16. BINDING CONTRACT.The signed bid shall be considered an offer on the part of the bidder,which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s). The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1)Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal, In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. ITB 2018-080-ND 6 BEACH 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21.AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request.TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION.The bidder certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS,CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the ITB 2018-080-ND 7 BEACH best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including,without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION.Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties"means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one(1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time(in calendar days) for each item. It must be a firm delivery time; no ranges(For example, 12-14 days)will be accepted. ITB 2018-080-ND 8 3EACH 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidders bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid,with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder,the decision of the City shall be final and binding on all parties. 37. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 38. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturers name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS ITB 2018-080-ND 9 BEACH INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s)offered conform with or exceed quality as listed in the specifications. 39. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 40. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a"first priority" under the emergency conditions noted above. 41. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 42. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 43. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 44. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. AM records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. ITB 2018-080-ND 10 BEACH 45. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 46. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 47. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 48. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 49. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 50. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, andlor rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 51. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 52. MANNER OF PERFORMANCE..Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, ITB 2018-080-ND 11 BEACH authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 53. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 54. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 55. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 56. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 57. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 58. PATENTS & ROYALTIES.The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of,any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 59. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications,free of damage or defect,and properly invoiced. 60. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be ITB 2018-080-ND 12 .• BEACH made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 61. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five(5) calendar days upon request from Purchasing Agent. 62. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 63. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue 3rd Floor, Miami Beach, FL 33139. 64. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 65. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 66. SUBSTITUTIONS.After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 67.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 68. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 69. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained ITB 2018-080-ND 13 • BEACH by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable"cure period"for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 70. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination,which shall become effective thirty (30)days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 71, ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of$50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than$50,000. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. ITB 2018-080-ND 14 BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive.All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2-Bid Certification, Questionnaire and Affidavits(Appendix A). • TAB 3—Documentation indicating compliance with Minimum Eligibility Requirements. • TAB 4—Equipment List(Appendix F) • The City reserves the right to request any documentation omitted,with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire&Requirements Affidavit(Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3)calendar days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 3. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. ITB 2018-080-ND is APPENDIX A Proposal Certification , Questionnaire & Requirements Affidavit ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 n 2018-080-ND 16 Solicitation No: Solicitation Tide. 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television(CCTV)Inspection Services Procurement Contact: Tel. Email- Natalia Delgado 305-673-7000 x6263 nataliadelgado@miamibeachf.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO OF YEARS IN BUSINESS. NO.OF YEARS IN BUSINESS LOCALLY NO.OF EMPLOYEES'. OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS). CITY. STATE. ZIP CODE. TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE. ZIP CODE. PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT'. ACCOUNT REP TELEPHONE NO.. ACCOUNT REP TOLL FREE NO ACCOUNT REP EMAIL. FEDERAL TAX IDENTIFICATION Na: The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure,resumes of relevant individuals, client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2018-080-ND 17 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SOR report from D&B at: https:Ilsupplierportal.dnb.comhwebaDD/wcslstoreslservletlSu malierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three(3)days of request. 3. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly. an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director,agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten(10%) percent or more in the Proposer entity or any of its affiliates. 4. References&Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contacts Email and 6)Narrative on Scope of Services Provided. 5. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation.or had a contract cancelled due to non-performance by,any Public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879. each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http:llwww.miamibeachfi.povlcity-halliprocuremenllprocurement-related-ordinance-and-procedures/. ITB 2018-080-ND 18 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code,as same may be amended from time to time. covered employees shall be paid the required living wage rates listed below: 1. Effective January 1. 2018. covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1. 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least$2.74 per hour.or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least$3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.00v/city-hall/procurement/ SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. .Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal,LCP Tracker(LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractors employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partnere or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the 'other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.00v/dN-hall/procurement/procurement-related-ordinance-and- procedures/ ITB 2018-080—ND 19 10. Public Entity Crimes.Section 287,133(2)(a), Florida Statutes,as currently enacted or as amended from time to time. states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity:and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes,and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No 2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from. or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicants criminal history until the applicant is given a conditional offer of employment; (1i) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply far the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system. PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addenda released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confine Initial to Conran Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. ITB 2018-080-ND 20 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City')for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest.In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including. without limitation, the applicants affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials. shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solidtation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer. and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solidtation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions. or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation, By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2018-080-ND 21 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name or Proposers Authorized Representative' Title of Proposers Authorized Representative: Signature of Proposers Authonzed Representative. nate: State of ) On this_day of 20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the of My Commission Expires: ITB 2018-080-ND 22 APPENDIX B " No Bid " Form ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. n 2018-080-ND 23 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond _ Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Natalia Delgado, Procurement Contracting Officer I PROPOSAL#2018-080-ND 1755 MERIDIAN AVENUE, 3R0 FLOOR MIAMI BEACH, FL 33139 ITB 2018-080-ND 24 APPENDIX C Minimum Requirements & Specifications ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-080-ND 25 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder(defined as the Firm) shall have a minimum of three (3)years'experience providing vacuum cleaning and jetting services for storm water and sanitary sewer for a government agency/utility. Required Submittals: For each qualifying project, the following information is required: 1) project name, 2) project contact information (phone and email), 3) contract dates (MM/YY through MM/YY); and 4)narrative on scope of services. 2. Bidder must possess one (1) of the following certifications or licenses: State of Florida: certified general contractor; or certified plumbing contractor; or certified underground utility and excavation contractor; or Miami Dade County: master plumber;or building contractor. Required Submittals: Not Applicable. C2. Scope of Work Required. The City is responsible for the management and maintenance of the City's wastewater and storm water infrastructure. This includes: storm water management systems consisting of a complex network of over 7,800 drainage structures, weirs, pipes, culverts, catch basins, outfalls and 37 pumping stations; and approximately 110 miles of storm water pipes, 57 miles force mains, over 3,600 manholes, and 23 wastewater lift stations. The work shall consist of furnishing all labor, supervision, materials, equipment, supplies, tools, safety measures, maintenance of traffic (MOT), and services required to accomplish the regular maintenance of the City's storm water management system and sanitary sewer (wastewater) facilities which include, but are not limited to the cleaning of the following: 1. Catch basins 2. Storm water manholes 3. Storm Water pump stations 4. Storm water pipes 5. Storm water pollution control structures,weirs &other appurtenances 6. Sanitary sewer/Wastewater gravity pipes and manholes 7. Sanitary sewer/Wastewater force mains 8. Wastewater lift stations 9. Waste water hauling when needed 10. Closed Circuit Televising of pipe (CCTV)-(can be performed by a subcontractor) 11. Unforeseen emergency work involving the systems stated above and specified herein The successful bidder will be required to respond to and provide services for routinely scheduled and preventative work orders as specified by the City. Additionally, those events where services are needed for the immediate and initial response to emergency situations such as, but not limited to, water line breaks/repair, wastewater line blockage, sanitary sewer overflows (SSO), potholing, street wash down and cleanup sewage decontamination, storm water pipe and culvert investigations. ITB 2018-080-ND 26 The successful bidder shall comply with all federal, state, and local laws, rules, practices and regulations including but not limited to dewatering, turbidity, sediment and permitting. C3. Specifications 1.1 Cleaning/Maintenance. The Contractor shall be responsible for performing the cleaning of the entire storm water infrastructure and sanitary sewer system. The intent of storm water cleaning is to remove all sludge, dirt, sand, rocks, and other solids or semisolid material from the pipe. Pipe cleaning shall be performed with a hydraulically propelled high-velocity jet. The equipment shall be capable of removing tree roots, dirt, grease, rocks, sand and other materials and obstructions from the sewer lines and manholes. As a minimum,jetting of lines must be performed by pulling the high velocity spray nozzle in the direction opposite to the force created by the water pressure. The Contractor shall employ a debris trapping system or implement vacuuming in the outlet of the downstream manhole prior to cleaning any sewer line to contain all foreign materials in the manhole. The Contractor will remove all trapped materials from the manhole prior to leaving the storm water infrastructure or sanitary sewer system. All Materials resulting from the storm water or sewer line cleaning shall be removed from the lines and associated structures prior to moving to the next line segment. The Contractor shall use precautions to ensure that the water pressure created by the cleaning operations does not damage or cause flooding of public or private property. Also, Contractor shall take precautions in the use of cleaning equipment, so as to prevent damage to the existing pipe and manholes. The Contractor shall be responsible for all costs involved in damage to public or private property through its cleaning/maintenance operation. Any damage to the pipe shall be repaired by the Contractor immediately at no cost to the City. The Contractor shall not dispose of or allow any liquid or solid waste from the sanitary sewer cleaning operation to enter the City's storm water system. All debris removed from the storm water or sanitary sewer system needs to be properly disposed of. The designated sanitary sewer sections shall be cleaned using hydraulically propelled, high- velocity jet equipment. Selection of the equipment used shall be based on the conditions of the lines at the time the work commences. The equipment and methods selected shall be in accordance with industry and the City's best management practices. The equipment shall be capable of removing tree roots, dirt, grease, rocks, sand, and other materials and obstructions in the storm water or sewer lines and manholes. If cleaning of the entire section cannot be successfully performed from one manhole, then the equipment shall be set up at the upstream manhole and cleaning attempted again. 1.2 National Pollution and Discharge Elimination System (NPDES). The City is a co-permitee of the Dade County Municipal Separate Storm Sewer System (MS4) NPDES, permitee FLS000003-004. As a result and as directed by the City, the Contractor shall support the requirement of the (MS4) NPDES Permit and the implementation of appropriate Best Management Practices (BMPs) for preventing or reducing the amount of storm water pollution. The current maintenance schedule includes but is not limited to the following. ITB 2018-080-ND 27 Pollution Control Boxes Annually Storm Water Pump Stations Semi-annually or> Major Storm Water Outfalls Annually Weirs or Other Control Structures Same as Storm Water control with which it is Associated with Storm Water Structural Controls associated Pipes/ Culverts, Storm Water Inlets, Catch Basins, Grates, Ditches and Other Storm Water Annually Conveyances Moreover, Contractor shall demonstrate that two or more of its employees assigned to work on this contract possess and maintain one of the following NPDES trainings: (1) Erosion and Sediment Control, or (2) Illicit Discharge Detection and Elimination (IDDE), or (3) Construction Site throughout the duration of the contract. 1.3 Equipment. All Contractor equipment must be in a good state of repair and maintained in such good state during the progress of the work. No worn or obsolete equipment shall be used, and in no case shall the maker's rating capacity for any equipment be exceeded. Contractor must provide City with a list of equipment to be used for sanitary sewer and storm water infrastructure cleaning. The following requirements shall be met: 1. Contractor must provide City with a list of equipment to be used for storm water and sanitary sewer infrastructure cleaning (Appendix F, Equipment List Form). 2. Contractor shall own or lease High-Velocity Hydraulic (Hydro-Cleaning) Equipment (Vacuum and Jetting Truck): The equipment shall be operated at industry standard for proper cleaning of the City's sanitary sewer lines. All equipment manufacturer recommendations for pound per square inch (PSI) and gallons per minute need to be followed. The nozzles shall be capable of producing or scouring action, in the lines designated to be cleaned, to remove debris and sand from the flow line. Equipment shall also include a high-velocity jetter for washing and scouring manhole walls and floors. The jetter shall be capable of producing flows from a fine spray to a solid stream. 3. Contractor shall have a minimum of two (2) permitted vacuum/jetting trucks available for the City at all times. Trucks and equipment used for sanitary sewer operations shall not be used on storm water or water main break related operations. 4. Contractor shall own or lease two (2) 6,000 (+) gallon pumping trucks with pumps for emergency sanitary sewer hauling. 5. Root Removal Equipment: Hydraulic or mechanical driven cutters, as dictated by pipe material, may be used to remove root intrusion. 6. In the instance that the Contractor's equipment becomes lodged in the storm water or sewer lines, the Contractor will notify the City within one (1) hour, and take all necessary steps for removal. The Contractor shall take precautions when removal occurs not to damage the storm water or sewer lines or cause an overflow. If the equipment must be removed by excavation of the storm water or sewer line, the Contractor will be responsible for all costs incurred. 1.3.1 Equipment Safety. Equipment shall have proper safety devices maintained at all times while in use. If equipment does not contain proper safety devices and/or is being operated in an unsafe manner, the City may direct the Contractor to remove such equipment and/or the operator until the deficiency is corrected to the satisfaction of the ITB 2018-080--ND 28 City. The Contractor shall be responsible and liable for injury to persons and property caused by the operation of the equipment. 1.4 Disposal of Waste Debris. 1.4.1. Contractor shall accurately record transport activity via shipping manifests. 1.4.2. The Contractor is responsible for the safe removal and disposal of all debris in accordance with federal, state, and local codes, regulations, and statutes, including those specific to hazardous materials. 1.4.3. Contractor shall not mix waste (hazardous or not) with the City's waste, except when disposing it at an approved disposal facility. 1.4.4. The Contractor shall assume all liability and all applicable costs. Contractor is responsible for the cost of required permits and the disposal of the waste debris, including testing fees from disposal. 1.5 Overflows/Spillage. The Contractor is solely responsible if the cleaning causes a sanitary sewer overflow (SSO). The Contractor shall immediately mitigate the situation and contact the City. Contractor shall within 24 hours from the occurrence, submit to the City representative a written report describing the following: 1. Location of Spill 2. Type of remedial/clean up measures 3. Duration 4. Cause 5. Corrective/Preventative actions 6. Impacted water bodies 7. The cost of travel shall be included in the proposal prices. 1.6 Closed Circuit Televising (CCTV) of Pipe. The Contractor shall digitally record the internal condition of the pipes and structures. The types of pipe found in the storm water infrastructure or sanitary sewer system include but are not limited to ductile iron, corrugated metal, corrugated high- density polyethylene (HDPE), concrete, and polyvinyl chloride (PVC). All structures and appurtenances shall record actual sizes, condition, number of inlets and outlets, and materials used in construction. The CCTV camera inspection technique shall be recorded on a CD and all work will be performed following the Pipe Assessment Certification Program (PACP) and shall be formatted for GIS import. All photo and video will be in color and will have a minimum of 2 megapixel resolution. Video data will be indexed to allow accurate length and diameters to be recorded. 1.7 Maintenance of Traffic (MOT). The Contractor shall be responsible for proper MOT at all times. Cones and proper signage must be used to stage vehicles and equipment and to protect work area on or near roadways. 1.8 Emergency Callouts. The Contractor shall be available for emergency callouts. Emergency response and deployment of staff and equipment shall be on scene within one (1) hour of notification. The Contractor shall supply the City with the name(s), and telephone number(s) of responsible person(s) representing the Contractor for twenty-four(24) hour, seven (7)days a week emergency response. This information shall remain current at all times. Any changes shall be forwarded to the City in writing. All procedures for emergency callouts will be consistent with the ITB 2018-080-ND 29 Dade County regulations. Hourly rates for staff and equipment responding to emergency call outs, after hours, shall be stated in Appendix E, Cost Proposal Form. The City shall compensate Contractor for a two(2) hour minimum regardless if less time is spent resolving the emergency. 1.9 Permits. Contractor shall be responsible for attaining permits. Permit costs will be charged to the City separately from the unit price and will be reimbursed to the contractor. The City will only reimburse the contractor for the cost to obtain the permit. The City will only reimburse for initial review and one resubmission. Costs associated with additional re-submissions will not be reimbursed. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and or fines imposed on the City or the contractor for failure to obtain required licenses, permits or fines shall be borne by the Contractor. The remainder of this page was left intentionally blank. ITB 2018-080-ND 30 APPENDIX D I Special Conditions ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITS 2018-080-ND 31 1. TERM OF CONTRACT. This Contract shall remain in effect for a period of three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two(2), one (1)year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be on a month-to-month basis and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6)months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation,the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and firm during the three (3)year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contract term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms, if mutually agreed upon by both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the successful Contractor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the successful Contractor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The Contractor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the Contractor, the City will assume that the Contractor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. 3. METHOD OF PAYMENT. The City shall provide periodic payments for inspections and/or repairs rendered by the vendor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty(30)calendar days after the inspection and/or repair has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the inspection and/or repair has been completed and a City representative has reviewed and approved the service. ITB 2018-080-ND 32 4. WORK DAY. Regular working hours are from 7:30 a.m. to 4:00 p.m., Monday through Friday. Calls outside these hours and days will be considered non regular. 5. RESPONSE TIME. 5.1 Unplanned or Emergency Work. In case of an emergency or unplanned service request, placed within or outside of the regular work day schedule, the Contractor shall respond within one (1) hour from initial contact by an authorized City representative. 5.3 The Contractor shall maintain a telephone line which is monitored 24 hours a day 7 days a week. 5.4 The Contractor shall maintain an email address that is capable of receiving work orders 24 hours a day 7 days per week. 6. LIQUIDATED DAMAGES. Failure to respond to a service call within the time specified, Special Condition 5, may result in the Contractor being assessed the additional cost incurred by the City (liquidated damages) for any and all cost associated with the services performed by a secondary vendor. 7. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. 8. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. The remainder of this page was left intentionally blank. ITB 2018-080-ND 33 APPENDIX E Cost Proposal Form ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-080-ND 34 APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E.Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Total Item Description Quantity, U 1 M Unit Cost (Quantity x Unit cost) NON-EMERGENCY OR PLANNED WORK - Contractor proposes to furnish all labor, materials, supplies, tools, equipment, transportation, supervision, and maintenance of traffic necessary to perform the routine sanitary sewer and storm water pipes cleaning, and CCTV inspection services for the City of Miami Beach in accordance with the bid specifications. Cleaning of storm water catch basins, inlets,outfalls,and manholes and _ 1 associated pipe to downstream structure 7900 Each $ $ Cleaning of sanitary sewer manhole and associated pipe to downstream structure(6" 2 -36') 1600 Each $ $ 3 Cleaning of storm water pump stations 45 Each $ $ Closed circuit televising of pipe(CCTV)(6" Linear 4 -36') 2000 Feet $ $ 5 I Cleaning of sanitary sewer lift stations 23 Each $ $ UNPLANNED OR EMERGENCY WORK - Contractor proposes to furnish all labor, materials, supplies, tools, equipment, transportation, supervision, and maintenance of traffic necessary to perform unplanned or emergency sanitary sewer and storm water pipes cleaning, and CCTV inspection services for the City of Miami Beach in accordance with the bid specifications. Hourly 6 Emergency sanitary water hauling 500 Rate $ $ Vacuum truck service,with two operators (Regular Workday,See Appendix D, Hourly 7 Section 4) 500 Rate $ $ Vacuum truck service,with two operators (Non Regular Workday,See Appendix D, Hourly 8 Section 4) 200 _ Rate $ $ Video inspection unit,with two operators (Regular Workday.See Appendix D, Hourly 9 Section 4) 100 Rate $ $ Video inspection unit,with two operators (Non Regular Workday,See Appendix D, Hourly 10 Section 4 200 Rate $ $ TOTAL(Line 1-10) $ *The estimated amounts stated herein are for calculation purposes only.Actual amounts may be greater or less than the estimated amounts. ITB 2018-080—ND 35 Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: The remainder of this page was left intentionally blank. ITS 2018-080-ND 36 APPENDIX F ) i Equipment List Form ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 IIB 2018-080-ND 37 MI AM BEACH APPENDIX F EQUIPMENT LIST FORM Item Description of Equipment Owned/Leased No. (Type of Equipment, Chassis/Body Manufacture,Year) (circle one) 1 Owned/Leased 2 Owned/Leased 3 Owned/Leased 4 Owned/Leased 5 Owned/Leased 6 Owned/Leased 7 Owned/Leased 8 Owned/Leased 9 Owned/Leased 10 Owned/Leased The remainder of this page was left intentionally blank. ITB 2018-080-ND 38 APPENDIX G Insurance Requirements ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-080-ND 39 MIAM BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2018-080-ND 40 ATTACHMENT C CONSULTANTS RESPONSE TO THE ( ITB ) Detail by FEI/EIN Number Page 1 of 2 eepatlment or State r Division or corporations / search Records / Detail By Document Number/ Detail by FEI/EIN Number Foreign Profit Corporation NATIONAL WATER MAIN CLEANING CO Filing Information Document Number F14000002034 FEI/EIN Number 22-1753261 Date Filed 04/29/2014 State NJ Status ACTIVE Principal Address 1806 NEWARK TURNPIKE KEARNY, NJ 07032 Mailing Address 1806 NEWARK TURNPIKE KEARNY, NJ 07032 Registered Agent Name&Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Officer/Director Detail Name 8 Address Title President PERRI,SALVATORE 1806 NEWARK TURNPIKE KEARNY, NJ 07032 Title VP LOUNSBERY,JAMES 0 1806 NEWARK TURNPIKE KEARNY, NJ 07032 Title Secretary LINDSLEY, RAYMOND R 1806 NEWARK TURNPIKE KEARNY, NJ 07032 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 9/17/2018 Detail by FEI/EIN Number Page 2 of 2 Title Treasurer LINDSLEY, RAYMOND R 1806 NEWARK TURNPIKE KEARNY, NJ 07032 Title AVP Perone,Joseph 1806 NEWARK TURNPIKE KEARNY, NJ 07032 Annual Reports Report Year Filed Date 2016 03/08/2016 2017 03/17/2017 2018 03/06/2018 Document Images 0106/$018-ANNUAL REPORT View Image in PDF formal 0117/2017-ANNUAL REPORT New image in PDF formal 0108/2016-ANNUAL REPORT View image in PDF formal 0118/2015--ANNUAL REPORT View image in PDF formal 00/29/2010—Foreman Profit View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 9/17/2018 APPENDIX E . j Cost Proposal Form ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2078-080-ND 34 REVISED APPENDIX E • COST PROPOSAL FORM Failure to submit Appendix E,Cost Proposal Form,in its entirety and fully executed by the deadline established for the • • receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the hems in full accordance with the requirements of this ITB, inclusive of its terms,conditions,specifications and other requirements stated herein,and that no claim will be made an account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form(Appendix E)shall be completed mechanically or, 8 manually, in ink.Cost Proposal Forms • (Appendix E)completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form(Appendix • E)shall be initialed.The City Manager will make an award recommendation in any combination of items he deems to be in the best interest of the Ci Total Item Description Quantity' UIM Unit Cost (Duanlity x unit Cost) NON-EMERGENCY OR PLANNED WORK- Contractor proposes to fumfsh all labor, materials, supplies, tools, • equipment, transportation, supervision, and maintenance of traffic necessary to perform the routine sanitary sewer and storm water pipes cleaning, and CCTV inspection services for the City of Miami Beach in accordance with the • • bid specifications. Cleaning of storm water catch basins, inlets,outfalls,and manholes and Per 1 associated pipe to downstream structure 7900 structure $ 100.00 $790,000.00 Cleaning of sanitary sewer manhole and associated pipe to downstream structure(6" Per 2 -36') 1600 Structure $ 100.00 $ 160,000.00 Per Pump 3 Cleaning of storm water pump stations 45 station $ 4500.00 $ 67,500.00 Closed circuit televising of pipe(CCTV)(6" Linear 4 -36') 2000 Feet $ 5.00 $ 10,00000 Hourly • 5 Cleaning of sanitary sewer lift stations 1,000 Rate $ 170.00 $ 170,000.00 UNPLANNED OR EMERGENCY WORK - Contractor proposes to furnish all labor, materials, supplies, tools, equipment, transportation, supervision, and maintenance of traffic necessary to perform unplanned or emergency sanitary sewer and storm water pipes cleaning, and CCTV inspection serAces for the City of Miami Beach In accordance with the bid specifications. Hourly 6 Emergency sanitary water hauling 500 Rate $ 125.00 $ 62,500.00 Vacuum truck service,with two operators (Regular Workday,See Appendix D, Mouth), 7 Section 4) 500 Rate $ 200.00 $ 100,000.00 Vacuum truck service,with two operators (Non Regular Workday,See Appendix D, Hourly 8 Section 4) 200 Rata $ 235.00 $ 47,000.00 Video inspection unit,with two operators (Regular Workday,See Appendix 0, gaudy 9 Section 4) 100 Rat $ 200.00 $ 20,000.00 Video inspection unit,with two operators (Non Regular Workday,See Appendix D, Hourly 10 I Section 4) 200 Rate $ 235.00 $ 47,000.00 +The estimated amounts stated herein are for calculation•urposes only.Actual amounts ma be!teeter or less than the estimated amounts, Bidder's Affirmation Company: National Water Main Cleaning Co. Authorized Representative: Salvatore F.Perri-President Address: 1806 Newark Turnpike,Kearny,NJ 07032 Telephone:(973)483-3200 1 Email: bidreg@nwmcc.com • Autherleed Representative's Signature. 1.246 ZZ jt .,Le:k- 4009-- 4 t4%. Ut au\t- sxJb:\•t- — vOo-r• ft•u•bcri"-circ "a- 3 rcr:• n, or- 4'-e Conte�- 5 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES 1t NATIONAL WATER MAIN CLEANING CO. l AM Specializing in todays needs for environmental pro 1806 Newark Turnpike•Kearny,NJ 0]032•Phhne'.97T:1;3200.Fax:W&4635065•E-Mail'.office apnwmcc.cem 25 Marshall Street•Canton.MA 02021•Phone:781-828-0863•Fax 78L828-4397•E-Mail:boston@nwmce.com SPECIFICATION SECTION Sewer Cleaning and CCTV System and Equipment for CleaninE of Sewers t lit $ as � s-- rt' a •YJf tvvn _ t[ q4 _ V3 . liy Cdr h National Water Main Cleaning Company will utilize a combination Jetter Vacuum Truck to clean all sewer lines which are to be inspected through the use of closed circuit television and sonar. The purpose of the sewer cleaning operation is to either "Light Clean" the sewers to remove light materials with up to three pass, or "Heavy Clean" the sewers with more than three passes to remove such accumulation of sediment, debris, blockages, mineral deposits, bricks, and grease. The cleaning will permit a thorough and complete examination of the condition of the sewer through internal closed circuit color television and sonar inspection. Equipment: Combination Jetter Vacuum Truck (Jet Vac) National Water Main Cleaning maintains a fleet of combination Jet Vac trucks. These trucks contain a mounted vacuum blower in combination with a high pressure jetting pump. The trucks utilized throughout the course of this project will contain a vacuum blower capable of generating air flows up to 4500 CFM and a high pressure jetting pump capable of generating from 120 — 170 GPM at pressure up to 2,500 PSI. The Jet Vac has a self-contained water tank, debris tank, and auxiliary engines to power the vacuum and pump. These truck come equipped with 600 to 800 linear feet of high-pressure A Carylon Company hydraulically driven jetting hose and 30 feet of vacuum suction hose. Furthermore, each truck shall have a selection of jetting nozzles to allow for cleaning different types of debris. The nozzles shall be capable of producing a scouring action from 10 to 45 degrees in all size lines to be cleaned. If required a high velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a long distance solid stream. Method: The equipment and methods selected shall be acceptable to the Engineer or Contract Administrator. National Water Main Cleaning company will maintain a daily log of the location, size and material of all sewer lines cleaned, method of cleaning and observations made during the cleaning process. A. Each designated sewer section and appurtenance shall be cleaned using hydraulically propelled high velocity jet. The equipment shall be capable of removing dirt, grease, rocks, sand and other deleterious materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If successful cleaning cannot be performed from the second manhole, or the equipment fails to traverse the entire length between manholes, it will be assumed that a major blockage exists and the cleaning effort shall be abandoned until which time the blockage is identified. Any suspected blockages shall be reported to the Engineer or Contract Administrator immediately. B. The typical cleaning will take place by positioning the equipment on a downstream manhole and inserting the nozzle into the upstream sewer line. The water pressure will then be turned on and the hose will propel itself toward the upstream manholes. The hose will be sent out and retracted using the hydraulic motor attached to the hose reel. Any debris in the line will be jetted back towards the downstream manhole where it will be vacuumed into the debris tank. C. Roots shall be removed by hydraulic means in the designated sewers where root intrusion will inhibit the inspection of the section. When heavy roots are encountered, a root cutting blade can be placed on the jetting hose for removal. D. National Water Main Cleaning Company will not conduct sewer-cleaning operations during rain events. During all sewer cleaning operations, satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. Whenever hydraulically propelled cleaning tools which depend upon water pressure to provide their cleaning force or any tools which retard the flow of water in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property being served by the sewer section involved. The flow of sewage in the sewer lines shall be used to provide necessary pressures for hydraulic cleaning devices whenever possible. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed so as to prevent its use in case of a fire in the area served by the hydrant. All cleaning equipment must be equipped with a backflow preventer to prevent any contamination to the public water supply. If required a hydrant meter will be obtained before accessing the water supply. National Water Main Cleaning Company will coordinate hydrant connections with the owner's operational staff and/or the supplier of the city's water. A Carylon Company E. As noted above, all sludge, dirt, sand, rocks, grease and other solid or semisolid residue, debris, and material resulting from cleaning operations shall be vacuumed at the downstream manhole of the section being cleaned. The suction hose will be inserted into the downstream manhole so that solids are trapped for removal. Passing material from manhole section to manhole section shall not be permitted. National Water Main Cleaning Company shall contain materials in a watertight container, transport and dispose of all debris from cleaning operations in accordance with local, Commonwealth, and Federal regulations at no additional cost to OWNER or as specified in the contract. F. Acceptance of sewer line cleaning shall be verified by internal color TV and sonar imaging inspection. If post-cleaning inspection shows the cleaning to be unsatisfactory to the owner and/or engineer, National Water Main Cleaning company shall re-clean and re-inspect the sewer line until cleaning is shown to be satisfactory. Disposal of Debris: All non-hazardous dirt, debris, roots and other material removed from the sewers shall be contained, transported and hauled away and dumped at a facility licensed to handle ID-27 materials. All regulations of the Environmental Protection Agency and all other regulating agencies shall be followed. All debris for this project will be removed and dumped at the following facility: LEMCOR, INC Solid Waste Transfer Station/Material Recovery Facility Lot 1, Block 2755; Lot 28,Block 2780 Newark City,Essex County Facility ID Number: 132133 Permit Number: TRP140002 As a backup facility SPECTRASERV INC will be used: SPECTRASERV INC 75 Jacobus Ave Kearny Town, Hudson County Permit Number: NJ0079570 A Caryton Company Color Television Inspection of Sewers INSPECTION REPORT ... ! National Water Main Cleaning Company will supply the labor, materials, equipment, services and incidentals required to visually inspect by means of closed-circuit television, designated sewer line sections and appurtenances including,but not limited to,all recording and playback equipment, materials and supplies such as VHS tape and CD's/DVD's in MPEG-I format The inspection shall be done one sewer line section(manhole to manhole,chamber to chamber,etc.) at a time and the section being inspected shall be suitably isolated from the remainder of the sewer system. The inspection of a section shall include the inspection of the manhole,siphon chamber,meter chamber, etc. used for access to the sewer. All structure shown on the drawings located along the sewer routing shall be inspected as indicated. When used to describe an access way to the sewer system or a starting/ finishing location for inspections,the term"manhole"should be construed as any access port(manhole, lamphole,chamber opening or other structure)to the sewer system. Video recordings shall be made of the television inspections and copies of both the recordings and printed inspection logs shall be supplied as specified in contract specifications. Final copies of all records and reports will be provided in a DVD MPEG-I format. QUALITY ASSURANCE(O&M/TRAINING) a. TV inspection software shall be furnished by a single manufacturer who is fully experienced, reputable and qualified in the manufacture of the equipment to be furnished. Software for this project shall be furnished by WinCan America. b. All inspection work shall be in accordance with the WRC Manual of Sewer Condition Classification. The latest edition of the manual shall be used. c. All inspection equipment technicians and operators shall have been trained and certified to assess the conditions of the sewers according to the WRC guidelines. Proper evidence of inspection training shall be provided in advance of the work for each person assessing the sewers and operating the inspection equipment. PART 2 PRODUCTS VIDEO NSPECTION EQUIPMENT A. National Water Main Cleaning Company will furnish the inspection studio,television cameras,video capture equipment and any other necessary equipment,materials, electricity, labor and technicians as may be required to perform the inspection. B. The inspection equipment will be capable of inspecting a minimum of two thousand linear feet of sewer line, when entry into the sewer can be accessed from the upstream or downstream manhole. When entry is at one end only,the inspection equipment shall be capable of inspecting seven hundred feet by a self-propelled unit. The equipment package will be able to provide a picture of acceptable quality at this maximum length,regardless of the vibration caused by normal movement of the camera within the pipe and the length of the signal conductor cable between the camera and the recording device. If necessary, longer runs of pipe may be inspected by completing separate portions from the manholes on either end.The inspection equipment shall be capable of clearly televising the interior of a six inch diameter sewer and all larger sizes. C. The television equipment will be transported in a stable condition through the sewer line under inspection. Throughout the inspection the camera equipment shall be positioned with the camera directed along the longitudinal axis of the sewer. According to NASSCO and PACP Standards the CCTV camera shall be transported through sewers at a maximum speed of 30 feet per minute and 20 feet per minute for Sonar Inspection. When the television equipment is towed by winch and bind through the sewer line,all winches shall be stable with either locking or ratcheting drums. All winches shall be inherently stable under loaded conditions. The binds shall be of steel or of an equally non- elastic material to ensure the smooth and steady progress of the camera equipment. The binds shall be oriented as to enable unhindered extension or retraction through the sewer conduit. All efforts will be made to prevent damage to the sewer conduit during the television inspection. D. The multi conductor steel armored video cable will be a towing type with 2000-lb break strength to be furnished in a minimum 1500-ft continuous length. The 'h-in cable exterior shall have a thick polyurethane jacket and is abrasion resistant. The reel will be equipped with a variable speed electric power rewind motor and a 5-speed transmission. E. The television studio will be large enough to accommodate two people for the purpose of viewing the television monitor while the inspection is in progress. The television studio is insulated against noise and extremes in temperature,and is provided with means of controlling external and internal sources of light in a manner capable of ensuring that the monitor screen display is in accordance with the specification. The Contract Administrator,Engineer and or City will have access to view the television screen at all times. P. The television camera used for the sewer line inspection will be one specifically designed and constructed for sewer pipeline inspection. The camera will be waterproof and will be operative in any conditions that may be encountered in the inspection environment. The camera will be operative in 100%humidity conditions. National Water Main Cleaning Co will provide a pan and tilt color camera to facilitate the inspection of service laterals and sewer line and manhole defects. The television camera will be capable of 360 degree rotational scan indicating any salient defects. The adjustment of focus and iris will provide a minimum focal range from 6-in in front of the camera's lens to infinity. The illumination will be such as to allow an even distribution of the light, which will produce a clear picture around the sewer perimeter, regardless of diameter and without the loss of contrast, flare out of picture or shadowing. The lighting system will also minimize reflective glare and the intensity shall be fully adjustable. The television camera,monitor and other components of the video system will be capable of receiving and transmitting a picture having not less than 500 lines of resolution. The travel speed of the television inspection camera(through the sewer)will be uniform and shall not exceed the maximum speed of 30-ft per minute. G. The camera will be mounted on a skid assembly including stainless steel runners with a ski-tip shape to ride over obstructions and a cast aluminum yoke to firmly cushion the camera against shock plus spacer plates for every size pipe to 30-in diameter. Corrosion resistant stainless steel skid runners for towing will be provided with stainless steel skid guards to keep the camera in line in case ofa turnover due to an obstruction. For large diameter pipelines,National Water Main Cleaning Co may use a rubber tired,self-propelled,tractor-mounted camera for inspection. H. National Water Main Cleaning Co will provide a down hole equipment set up to be inserted into the manhole from aboveground. There will be ample pulleys to protect all cables in any size pipe. This unit will use lightweight aluminum roller assemblies,plus galvanized quick lock poles for fast set-up. 1. All television inspection equipment will be tested to verify the picture quality. The equipment manufacturer's recommendation shall be used to clearly differentiate between the following colors: white,yellow,cyan,green,magenta,red, blue,and black. J. The television inspection equipment shall be of such quality as to enable the following to be achieved: 1. Color: With the monitor adjusted for correct saturation,the six colors plus black and white shall be clearly resolved with the primary and complementary colors in order of decreasing luminance. 2. Linearity: The background grid shall show squares of equal size, without convergence or divergence over the whole picture. The center circle shall appear round and have the correct height and width relationship(±5%). 3. Resolution: The live picture must be displayed on a monitor capable of providing a clear, stable image free of electrical interference with a minimum horizontal resolution not less than 500 lines. 4. Color Consistency: To ensure the camera shall provide similar results when used with its own illumination source, the lighting shall be fixed in intensity prior to commencing the survey. In order to ensure color consistency generally no variation in illumination shall take place during the survey. 5. The Contractor shall note that the Contract Administrator or Engineer may periodically check both the live and video picture color consistency against the color bar. Any differences will necessitate re-survey of the new length or lengths affected, at the Contractor's expense. K. The Closed Circuit Television monitor display shall incorporate an automatically updated record in feet and tenths of a foot of the distance along the line from the cable calibration point to the center point of the camera. National Water Main Cleaning Co shall use a suitable metering device which enables the cable length to be accurately measured; this shall be accurate to+2%. L. CCTV of sewers shall be accompanied by a computer generated report that contains all pertinent information including but not limited to service line location, clock position, all defects noted, pipe type,size and length,ground conditions,surface cover and weather conditions. National Water Main Cleaning Company shall not be required to fully inspect the laterals, however, the camera should be tilted to allow a visual inspection of the pipe. The location of service lateral lines shall be noted in the inspection report SOFTWARE PACKAGE 1. Supporting software will be provided for all reports and video inspections if required by project specifications. 2. The software's core module shall be capable of providing complete survey reports in format that is Microsoft compatible. 3. The software will be pre-programmed with the pipeline defect conditions described in WRC Sewer Condition Classification Manual. 4. There will be WRC compliant codes pre-programmed and grouped by WRC pipe and WRC brick. 5. The software shall be capable of providing reports in format that is Microsoft compatible with the ability to modify or add to the pipeline condition descriptions and to group them for ease of use. 6. The footage reading from the camera equipment shall be automatically entered into the Survey Log through an RS232 cable and shall directly correspond to the noted defect location throughout the pipe graphic and tabular reports generated. 7. The inspection and reporting software program will be menu driven and will have a complete on screen help file. 8. Drop-down boxes shall be utilized to quickly reference common information such as defects, pipe materials,survey purpose,locations,pipe usage,etc. 9. The Browser screen will allow quick viewing of: A. Sequential survey/segment as setup number(automatically input by software) B. User selected categories C. Upstream and downstream manhole numbers D. Street name E. Pipe segment details 10.All relevant pipe segment information will be entered prior to the actual survey.The below listed minimum pipe detail must be supplied in the software for proper system management. The graphic and tabular survey reports generated shall include the below listed information as weft as footage, defect,pipe location reference,severity and special remarks. A. Pipe Diameter B. Starting Manhole Number C. Ending Manhole Number D. Starting Manhole Depth E. Ending Manhole Depth F. Direction of Survey G. Pre-clean(yin) H. Total Surveyed Length I. Pipe Material J. Pipe Section Length K. Pipe Shape L. Road Name M. Address or Place Name N. Work Order Number O. Video Cassette/CD-Rom Number • P. Engineering Drawing Number Q. Purpose of Survey R. Pipe Age/Year of Construction S. Inspection or Survey Date 11. The basic module software shall maintain a database of underground pipe and manhole assets. The database(s) shall have a structure similar to one referencing pipe usage (i.e. sanitary, storm drainage, etc.), sections (i.e. projects, areas or quadrants), surveys with a method of pipe segment numbering and a chronological survey set-up numbering system. 12. The software's basic module database shall have the means to sort in ascending and descending order according to date, pipe segment reference number, road name, manhole number(s), observed footage, pipe materials, pipe diameters, work order numbers, etc. A filtering system shall also be made available. 13. The basic module software shall also have search capabilities in order to find information about past surveys located in the database(s). 14. A summary paragraph shall be made available for a conclusive pipe segment assessment. A minimum of 15 summary statements shall be quickly accessible stating the overall condition of the pipe(s). 15. The graphical reports shall print in color for quick glance referencing of the defect category. The color-coding scheme shall allow for quick reference as to the quantity of service, structural,hydraulic and constructional defects within a particular survey. lb. A scoring system incorporated in the software will assist the user/management personnel in making proper assessment of pipe conditions. Scoring is to be based upon defect severity entered by the operator. 17. An inspection"health check"feature shall be incorporated to ensure that the information has been correctly entered. The health check allows for verification of essential information to complete a survey. This feature can be implemented individually or on a total section basis. 18. A site sketch feature shall also be supplied so that a drawing or sketch will indicate special details or locations about a particular set-up site. 19. The software shall also have the capability to import and export survey results in a variety of industry standard formats. 20. Summary Reporting a. Summary reports compiling data from multiple inspections shall be available. Such reports shall indicate individual survey results in tabular form and list (sort) surveys based on a user defined description field. Individual summary reports shall tabulate pipe survey results observed and include the following minimum information: b. Defect report shall be programmable to list specific defects observed with corresponding footage,starting and ending manhole numbers,structural pipe defects, (i.e.cracks,offsets,defective laterals,collapsed pipe,etc.)and service oriented defects (i.e.roots,grease, obstructions,infiltration, etc.). c. An inspection summary report including starting and ending manhole numbers and depths,pipe material,total survey length and pipe diameter. d. The grading scores report shall summarize the manhole numbers, pipe material and diameter and the grade scores for each survey with totals. e. Service and structural aspect scoring reports are to list the pipe segment reference number, total observed length.number of defects and total score with reference to the condition of the total pipe,average of the pipe,total defects and average of defects. f. Section summary reports are to be made available so that all surveys within a section are listed showing purpose of inspection,dates,manholes,road names and total lengths. 21. Image Capture Reporting System 22. The expanded basic module shall include an image capture module. 23. The video image capture module shall be capable of capturing multiple color video frames of the defects found during inspection and then be attached to the inspection reports. The Contractor will be required to take video frame snapshots of all defects with a grade rating of 4 or 5. 24. The video image capture module shall be capable of recording multiple film clips of an observation of between 5 to 20 seconds duration. The Contractor will be required to record film clips of continuous structural defects, such as longitudinal cracks, with a grade rating to show the magnitude of the defector of service defects,such as infiltration, to show the degree of the defect. 25. Images or video clips shall be capable of being launched for viewing during inspection report review. 26. Footage count shall be attached to the corresponding video image and shall appear on the reports indicating the correct footage when the image was captured during the pipeline inspection. 27. Images noted on the reports shall appear in a highlighted color,based on nature of defect, on both the computer monitor and on the printed reports. 28. While reviewing graphical or tabular reports prior to printing, the captured image shall be quickly launched for monitor viewing by positioning the cursor over the media icon and right clicking the mouse button. 29. Video logging and image capturing shall be available to enter video surveys either in real time or at a later time from previously videotaped inspections. 30. The video image capture module shall have the capability to send output to the color printer for printing up to 16 multiple images on a single 8.5"x I I"sheet of plain paper. 31. A summary report for images captured shall be made available. This will include a thumbnail photo,the relative footage count,the defect code and the actual picture name (i.e.XXX.jpg) 32. DVS(Digital Video Surrey) a. A module will be available that will allow surveys to be recorded as a digital MPEG file, b. The MPEG file will have indexes to the observations saved as a time reference. c. A player will be provided to view these MPEG files with the database and have instant access to the indexed observation. d. The player will show a list of the observations along with detail about the pipe. 33. Manhole Module a. The expandable basic module shall include provisions for collecting information specific to the manhole. b. A schematic of pipe configurations for entry/exit of pipes shall be provided. c. A digital picture file or a sketch will be attached to the manhole information. d. A graphical report will be available to illustrate an overview of the manhole and observations made about it, including piping materials, diameters and orientation sketch; structural condition of manhole; depth and type of debris; degree of infiltration; depth of flow; depth of manhole; condition of manhole steps, casting, cover, etc.; and any other general comments or recommendations. e. Manhole information will be accessible from the survey header for modification. 34. Reader Module a. A reader module shall be available that allows viewing of all collected data. b. All pictures will be available to review or print. c. All reports will be available to review or print individually. 35. Video Tape Recorder Compatibility Issues a. When working with the software during inspection reporting, a video index field shall prompt the operator to enter the video cassette recorder's numeric value. This value, coupled with the video tape number field, makes the relocation of the tape for live video readily accessible. b. The video index field shall be made available to the graphical and tabular survey reports and the video image picture list. c. The videotape number value shall be made available for immediate access in the drainage schedule report,the defects report and the grading scores report. d. When using a VCR that has RS232 connection the video controls will be built into the software for use. e. The RS232 VCR will be capable of indexing the observation and automatically searching for the observation during editing mode. f. The RS232 VCR will record the counter number automatically into the correct field on the observation form. 36. Software Operation Training A. Training of employees responsible for preparing the final inspection reports for a total of sixteen hours of on-site software and computer specific operation shall be required. Software and computer training shall cover the full operational capabilities of the camera inspection system reporting software. The software training shall include an appropriate amount of field training under live field pipeline inspection conditions including training in the generation of field reports covering all possible reporting functions of the software. The training shall be delivered by factory authorized representatives of the inspection software manufacturer. PART 3 EXECUTION EVALUATION CRITERIA A. Sewer condition grades shall be based upon Water Research Center(WRC) guidelines contained in the WRC Sewer Condition Classification Manual, latest edition. Each sewer segment shall be given an internal condition grade of I to 5. The condition grades imply the following regarding the structural condition of the sewer segment: Grade 5 Collapsed or collapse imminent Grade 4 Collapse likely in foreseeable future Grade 3 Collapse unlikely in near future but further deterioration likely Grade 2 Minimal collapse risk in short term but potential for further deterioration Grade 1 Acceptable structural condition B. The worst defect along the individual sewer length will be used to give a single condition grade for that particular sewer length; i.e.,the grade for the sewer length is based on the highest internal condition grade along the sewer length. C. The defects to be applied to each Condition Grade will be established prior to the commencement of inspection activities under this contract through a series of meetings between the Contractor, City, Engineer and Contract Administrator. The software system proposed for use must be sufficiently flexible to permit tailoring of the defect descriptions and condition grades to the unique features of the City's sewer system.The general framework for assigning condition grades will be similar to the following. 1. Brick Sewers Condition Typical Defect Descriptions Grade 5 Already collapsed, missing invert, deformation>10%and fractured, displaced/hanging brickwork and deformation<10%,extensive areas of missing brickwork 4 Total mortar loss with deformation>10%,deformation up to 10%and fractured,displaced / hanging brickwork, small number of missing bricks, dropped invert, moderate loss of level,spatting large,wear large 3 Total mortar loss without other defects,singe bricks displaced,deformation<5%with no fracture and only moderate mortar loss,spalling medium,wear medium 2 Minor cracking,surface mortar loss,spoiling light, wear light 1 No structural defects 2. Clay,Concrete and Iron Sewers Condition Typical Defect Descriptions Grade 5 Already collapsed,deformation>10%and broken,extensive areas of fabric missing,fracture with deformation>10% 4 Broken,deformation up to 10%and broken, fracture with deformation 5-10%,multiple fracture,serious loss of level,spelling large,wear large 3 Fracture and deformation<5%, longitudinal cracking or multiple cracking, minor loss of level, more severe joint defects—large open joint or large displacement of joint, spalling medium,wear medium 2 Circumferential cracking, moderate joint defects — medium open joint or medium displacement of joint,spalling light,wear light No structural defects D. It will be the responsibility of the Contractor to ensure that defects arc reported uniformly and consistently by all inspection crews. As part of the Quality Assurance Program to be developed by the Contractor,a single individual shall be designated to review the work of the inspection crews. PROCEDURE I. The camera shall be moved through the line in either direction at a uniform rate,stopping when necessary to ensure proper documentation of the sewer's condition, or to `picture capture" defects. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches,power winches,TV cable and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If, during the inspection operation, the television camera will not pass through the entire sewer line section,then the camera will he removed and the entire line cleaned and then re-inspected. If during the re-inspection, the camera again fails to pass through the entire section,then the equipment shall be removed and repositioned in a manner so that the inspection can be performed from the opposite manhole. If, again,the camera fails to pass through the entire sewer line section,the inspection shall be considered complete and no additional inspection work will be required for this section of sewer. No additional payment will be made for the repositioning of the inspection equipment for re-inspection of lines that are blocked or need to be cleaned. 2. If it becomes apparent that a section of sewer may need to be cleaned during the inspection of that section of sewer,the Contractor shall immediately suspend the inspection activities and clean the sewer in accordance with the provision set forth in project specifications. a. [f it is deemed necessary to clean the pipe section in question, the inspection of the entire length of the section shall be completed after the cleaning activities are finished. b. If it is deemed that the pipe section in question does not need to be cleaned, the Contractor shall resume the inspection at the location in the pipe where the inspection activities had been suspended. 3. The Contractor shall not be required to television inspect service connection laterals. However, the camera shall be rotated in order to view into the lateral or service connections. The line position station should be recorded for each service connection. 4. In addition to service connections and laterals,the camera shall be stopped to inspect any areas of concern captured on tape by using the pan and tilt feature of the television camera. For the purposes of this section of the specifications, an "area of concern" shall be considered as any one of the following: a. Locations of structural damage to the piping, manholes and other appurtenant structures, including cracked or collapsed sections. b. Joints which appear to be damaged,incorrectly installed,shifted, or in any way deficient. c. Areas in which noticeable infiltration is occurring. The approximate flow into the pipe at these locations shall be recorded as a field observation. d. Unusual or deficient conditions such as roots, storm sewer connections, and the presence of scale and corrosion. e. Any other discernable feature or condition which, in the opinion of the Contractor, Contract Administrator, Engineer or City's Representative may pose a problem to the integrity of the sewer. 5. The Contractor shall be responsible for the inspection of all lengths of designated pipe within the sewer system. 6. Whenever possible, the Contractor shall complete the inspection of a pipe section in one continuous run. 7. Whenever non-remote powered and controlled winches are used to pull the television camera through the line, telephones, radios, or other suitable means of communication shall be set up between the two manholes of the sewer line being inspected to ensure that good communications exist between members of the crew. 8. The accuracy of the measurements cannot be stressed too strongly. Measurement for location of defects shall be above ground by means of a meter device coordinated to a clearly defined reference point. Marking on cable, or the like, which would require interpolation for depth of manhole, shall not be allowed. Measurement meters shall be accurate to two-tenths of a foot over the length of the sewer line section being inspected. Accuracy of the measurement meters shall be checked daily by use of a walking meter,roll-a-tape,or other suitable device. 9. The Contractor shall also be required to inspect the manholes,siphon chambers,meter chambers or any other structure located along the sewer routes. The Contractor shall be required to television inspect the portion of the sewer running into or through these structures. Additionally, the contractor shall visual inspect any structure used for access to the sewer. Any infiltration, structural damage or other areas of concern shall be recorded as a field observation. 10. Wherever prevailing conditions allow,the CCTV camera head shall be positioned to reduce the risk of picture distortion. In circular sewers the CCTV camera lens shall be positioned centrally (i.e. in prime position) within the sewer. In non-circular sewers, picture orientation shall be taken at mid-height, unless otherwise agreed, and centered horizontally. In all instances, the camera shall be positioned as to be directed along the longitudinal axis of the sewer when in prime position. A positioning tolerance of+10% of the vertical sewer dimension shall be allowed when the camera is in prime position. DEPTH OF FLOW I. When sewer line depth of flow at the upstream manhole for any pipe segment is above the maximum allowable for television inspection, the flow shall be reduced to the level shown below by flow control methods as specified. Flows above the maximum shall be diversion pumped in accordance with the requirements contained herein. As an alternative to bypass pumping,the work may be scheduled during off peak hours. Work at off peak hours shall be coordinated with the City,Engineer and or Contract Administrator. 2. Depth of flow shall not exceed that shown below for the respective pipe sizes as measured in the manhole,unless otherwise approved by the Engineer,Contract Administrator or his representative: MaximumDepth of Flow for Television Inspection 6"- 10" Pipe 10% of pipe diameter 12" - 24" Pipe 15%of pipe diameter >24"Pipe 20%of pipe diameter 3. If the conditions do not allow for diversion of the flow or if the work cannot be performed during off peak hours, inspection can be completed through the use of sonar imaging. The Contractor shall receive the authorization of the Engineer or Contract Administrator prior to conducting sonar inspections. RECORDING OF FIELD OBSERVATIONS Television Inspection Reports Printed location records shall be kept which shall clearly show the location, in relation to adjacent manholes,chambers,etc.,of each source of infiltration or structural defect discovered. In addition, other data of significance including the locations of building and house service connections, along with an estimation of infiltration from such services, joints, unusual conditions,roots, storm sewer connections,cracked or collapsed sections,presence of scale and corrosion,sewer line sections that the camera failed to pass through and reasons for the failure and any other discernible features or areas of concern as discussed above shall be recorded and a copy of such records shall be supplied to either the City, Engineer and or the Contract Administrator. These logs shall include any areas of concern noted during the visual inspection of the structures used to gain access to the sewers. 2. A television inspection code sheet shall be used consistently throughout the contract. The code sheet shall include abbreviations for specific defects based on the WRC Manual of Sewer Condition Classification. 3. All electronic data files shall be submitted in the Microsoft Access Database on CD-ROM as directed and approved by the Engineer or Contract Administrator. Electronic data files shall be formatted for implementation into the City's GIS program. 4. Video Data Display: At the start of each sewer length being surveyed, the length of pipeline from zero up to the cable calibration point shall be recorded and reported in order to obtain a full record of the sewer length. The length reading entered on to the data display at the cable calibration point must allow for the distance from the start of the survey to the cable calibration point such that the footage at the start of the survey is zero. In the case of surveying through a manhole where a new header sheet is required,the distance shall be set at zero with the camera focused on the outgoing pipe entrance. 5. Television Inspection Record: At the start of each manhole length a data generator shall electronically generate and clearly display on the viewing monitor and video recording a record of data in alphanumeric form containing the following minimum information: 6. Once the survey of the pipeline is under way,specific data should be continuously displayed on the viewing monitor and video recording. The size and position of the data display shall be such as not to interfere with the main subject of the picture yet shall be easily readable when the recording is replayed. At minimum,the following data should be displayed: a. Automatic update of the camera's position,in feet and tenths, in the sewer line adjusted from zero. b. Upstream manhole and downstream manhole reference numbers. c. Each sewer length,i.e.the length of sewer between two consecutive manholes,shall be entered on a separate coding sheet. Thus,where a Contractor elects to"pull through"a manhole during a CCTV Survey,he shall start a new coding sheet at the manhole"pulled through"and shall re-set the distance to zero on the coding sheet. d. The videotapes and corresponding reports shall be submitted to the Engineer or Contract Administrator on a weekly basis for all work accomplished the previous week. 7. Digital Images Color images,digital or otherwise,of the television monitor presentation of the areas of concern shall be produced, as directed by the Engineer, Contract Administrator and or City's Representative,to document unusual,questionable,or severe conditions found during the course of the work. 8. Digital Recordings The digital recordings shall supply a visual and audio record of problem areas of the lines that may be replayed both daily and at future presentations by the City. All recording playback shall be at the same speed that it was recorded. Slow motion or stop motion playback features shall be supplied. Continuous recordings of the inspection view as it appears on the television monitor shall be taken. It is intended that a recording will be made of the complete television inspection of all the sewer lines as part of this project. The recorded video shall be one on which both sound and video information can be reproduced with a video image equal to or better than the quality of the original picture on the television monitor. The replay of the recorded video information, when reviewed on a monitor-receiver, shall be free of electrical interference and shall produce a clear, stable image with a horizontal resolution equal to that of the television monitor in the television inspection studio. The audio portion of the complete signal shall be sufficiently free of electrical interference and background noise to produce an oral report that is clear and complete, and easily discernible. The audio portion of the recording report shall include the location or identification of the section,the manhole-to-manhole direction of travel, and the distance traveled on the specific run encountered. The audio portion of the recording shall also identify all defects and include all information required by the WRC Sewer Condition Classification Manual. The videotaping equipment shall be continuously connected to the television inspection or monitoring equipment. At the completion of this project,National Water Main Cleaning Company shall transfer the recordings onto a DVD or digital hard drive and furnish copies as directed in the Contract Specifications APPENDIX A ,. • ., � . Proposal Certification , Questionnaire & Requirements Affidavit ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-080-ND 16 Solicitation No: Sobcifatlon Tltle'. 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, . and Closed Circuit Television(CCTV)Inspection Services Procurement Contact: Tel: Email', Natalia Delgado 305-673-7000 x6263 nataliadelgado@miamibeacha.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: National Water Main Cleaning Co. NO.OFYEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 54 Years .4 Years 136 N AER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 1806 Newark Turnpike CITY. Keamv STATE: ZIP CODE: !New Jersey 107032 TELEPHONE NO: (973)483-3200 TOLL FREE NO.: (800)242-7257 FAX NO.. (973)483-5065 FIRM LOCAL ADDRESS: 115551 Okeechobee Blvd. CITY. Loxahatchee Groves STATE: ZIP CODE: Florida 33470 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. Salvatore F.Perri ACCOUNT REP TELEPHONE NO.. (973)483-3200 ACCOUNT REP TOLL FREE NO.: (800)242-7257 ACCOUNT REP EMAIL: BidReg@nwmcc.com FEDERAL TAX IDENTIFICATION NO 22-1753261 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,finandal information,or any information the City deems. necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2018-080-ND 17 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES N0 SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving That firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of 0e SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: https:l/supplierportal.dnb.comlwebapp/wcslstores/servletl5upplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun& Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three(3)days of request. 3. Conflict Of Interest.Al Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director, agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 4. References&Past Performance.Proposer shall suhmit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title.3)Address,4)Telephone,5)Contacts Email and 6)Narrative on Scope of Services Provided. 5. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any mblic sector agency? F-1 YES In NO SUBMITTAL REQUIREMENT: If answer to above is-YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code') and submit that Code to the Procurement Department with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachf,govlcitv-hall/procuremenUorocurement-related-ordinance.and-nroceduresl. ITB 2018-080-ND 18 8. Living Wage.Pursuant to Section 2-408 of the City of Miami Beach Code,as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least$2.26 per hour,ora living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least$2.74 per hour,ora living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least$3.22 per hour, or a living wage rate of no less than$15,00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft.Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive,and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at http:/,'www.miamibeachti.govlcity-hall/procurement) SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement..Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal,LCP Tracker(LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits'to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of tie City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? ✓ YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? ✓ YES NO C. Please check all benefits that apply to your answers above and list in the 'other' section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health ✓ ✓ Sick Leave ✓ ✓ _ Family Medical Leave ✓ ✓ Bereavement Leave ✓ ✓ If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Managers decision is final. Further information on the Equal Benefits requirement is available at http:/Iwww.miami beachfi.govrcity-hall/procurementiprocurem enl-related-ordinance-and- procedures/ ITB 2018-080-ND 19 10. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided ins. 287_017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2.375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City - Code (-Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicants criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages tat may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addenda released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Iretial to Confirm Recett Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 _ 4 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additionafconflrmation of addendum is required,submit under separate cover. ITB 2015-080—ND 20 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City')for the recipients convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the pal of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicants affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. My reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be hound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.My response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the)Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes,until the date and time selected for opening the responses.At that time,all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be govemed by and construed in accordance with the laws of the State of Florida. ITB 2018-080-ND 21 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses,data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Pmposer's Authorized Representative: Tee of Proposers Authorized Representative: Salvatore F. Perri- President Signature ofPropo rs Authorized Representaauve(1 Dale. LG'l-L&-;:f t,, [vt--Li 8/3/2021 State of New Jersey) On this 3rd day of August 2018,personally ) appeared before me Salvatore F.Perri who County of Hudson ) stated that (s)he is the President NIDw nl Webr Mmn of C�ennln0 Cr. , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: . Notary Public for the state ,of`--' New Jersey . My Commission Expires: 8/32021 IRNESA OKANOVIC NOTARY PUBLIC OF NEW JERSEY • Comm.# 50043132 My Commission Expires 8/312021 ITB 2018-080—ND 22 *_ STATE OF FLORIDA All DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION -�_y ;: ` ,om- CONSTRUCTION INDUSTRY LICENSING BOARD (350) 487-1395 4 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 KREIDLER WILLIAM THOMAS NATIONAL WATER MAIN CLEANING CO 2500 W ARTHINGTON ST CHICAGO IL 60513 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and STATE OF Professional Regulation. Our professionals and businesses range DEPARTMENT ATEOFFLORIDAFLRI BUSINESS AND from architects to yacht brokers,from boxers to barbeque PROFESSIONAL REGULATION restaurants,and they keep Flodda's economy strong- - toEvery day work to improve the Information way ut ou b services in ea er CUC1225236 ISSUED: 07/07/2016 los onto you better. For eflse about our services,please log ontow about ur divisionsandth There you can find more CERT UNDERGROUND&EXCAV CNTR informationosubscribe oto p tnew&etersgdfleas rn hat more abot KREIDLER, ATER MAHOMA3 you,subscribe to department newsletters and learn more about NATIONAL WATER MAIN CLEANING CO the Departments initiatives. Our mission at the Department is:License Efficiently,Regulate Fairly We constantly strive to serve you better so that you can IS CERTIFIED under ED the provisions c l Ch 489 FS. serve your customers. Thank you for doing business in Ronda, E.�aralvu T EAUG s. L1607070001238 and congratulations on your new license! DETACH HERE KEN LAWSON,SECRETARY RICK SCOTT,GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONS a CONSTRUCTION INDUSTRY LICENSING BOARD I LICENSE NUMBER CUC1225236 The UNDERGROUND UTILITY&EXCAVATION CO 4a"" z,y, Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 0. 710 KREIDLER, WILLIAM THOMAS ,7 ;:y.117 NATIONAL WATER MAIN CLEANING CO } .'. FF .t 1506 NEWARK TURNPIKE y_ I; KEARNY NJ 07032 rri o.I State of Florida Department of State I certify from the records of this office that NATIONAL WATER MAIN CLEANING CO is a New Jersey corporation authorized to transact business in the State of Florida, qualified on April 29,2014. The document number of this corporation is F14000002034. I further certify that said corporation has paid all fees due this office through December 31, 2017,that its most recent annual report/uniform business report was filed on March 17,2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Thirtieth day of June,2017 ` 4 y} B t. pit b� fi 40 Secretary of State Tracking Number:CU2885977163 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https:/lservices.sunbiz.orgJFilings/CertificateOfStatus/CertificateAuthenticatien `" isr ^cTt ' „Y�L Y n CL^�i�TY fY Yi U v%�NJq lu �"7- a =dMiatCIs1at ,C% ainnlviazi z ±Grci �dfi, iiYraniliai by II t „ 1` slrit c ®, �S j °f 3 Department of Matt zir 'AK Ng J gels I certify from the records of this office that NATIONAL WATER MAIN CLEANING trg CO, is a corporation organized under the laws of New Jersey, authorized to p_}`,. ZIffi transact business in the State of Florida, qualified on April 29, 2014. 175 i >_�z The document number of this corporation is F14000002034. <, t (41=F. I further certify that said corporation has paid all fees due this office through -^_< '` December 31, 2014, and its status is active. (2 att I further certify that said corporation has not filed a Certificate of Withdrawal. Ars J-CZ OA al ♦IY e' l j . Given under my hand and the Great Seal of the State of Florida ZliTi .E sem, at Tallahassee, the Capital, this the 04Ninth day of May, 2014 Zitit5 5.0,,Lt. Y1 x . P. J gi5. .VOt tt- .4371E \JIMA., ilia.WMA 13.3 spa av 1¢artart of'tate t WI CH2E022 (1-0l) 4: , Y �Y=gY rsxbl-s�Y1.>Yx Y<>fi,�:Yte Y,�s Y�a(tivlilztr YK�Y.�rY.NY. Y+-aY ln+lllrm n�FR,...�r�fii�: Open Ratings Past Performance Evaluation ..t r,,:`ar_:''....Yt*4'k+."s` 3" a ^'r.^: Past PerfomarNe Evalwrmn Primary Mane: Natiaal Water Main Cleaning Co Repoli Ode: 09-30-2016 Alternate Name: (none) Order Number 3069314 13-U--Se: 01-151-5814 Address: 1806 Newark Turnpike Keamy,NJ 07032 Telephone Number: e1(973)483-3200 Company Information Year Started; 1925 Year of Current Control: 1964 Annual sates: Total Employees: 100 SICRkte of Business: 7699/Repair services.neo The supp'veYs welat performance brg is an assessment of p3eUidILecl perfoman;Ratugs am on a scale from Oto 100.where 100 represents the highest level of customer satislaw The SIC-level benchmark mtliCares how the suppler5 overall performance rating ranks in conpanson agdrit peers. siciRoingie Overall Performance Rating BT 00000 Bottom MEM. Top Overall how satisfied do you feel about SIC: 5690IRepar the performance d this conary during enures,neo This tansacticn? [Detailed Performance Ratings R 25 Se TS 1801 I [ H;RELIABILITY: s'•; cut mGady tlo ymu lhiNc lie company(allcw5 tum JM1 on Rs 09 ,'x- `:' t ... + -. . . commitments? COST: How closely fid your find total 0sts correspond to your as expeclaeons at Re beginnng al the oarsacion? ORDER ACCURACY: Haw well do you Mink the Womxtlsaaice tldivered matched you r9 Order specifications and Bandy' F IOELNERYfl *ELME55: delNer sfied da you fed about lM1eimelNassd Me proeura5nvic 05 .......o ,- --�---- QUALITY: Hawsedbyddo ynufaabout the 9uafiydme PmhxSservke se h o � Y �.^ prou [BUSINESS by this company? IONS How easy RELATIONS. ±.— How easy dmya think this cgnpanysbd0 business with? 0.5 [PERSONNEL. How satisfied da you fed about Ue amide,courtesy.and a ,..m„ � z_ + o professionalism d d1s wmpanys sort? CUSTOMER SUPPORT: , How satisfied do you fed about the customer support you received ss __ , from lis company .. RESPONSIVENESS: a^_ ,,. re, �IHou respomswe do you Mink Mu company was to information al sy':j v'w'- 5 r.a--"+u'S�..+`.w'V_ requ issues ourp Nems that arose in me Course d da Past Pstmmance Evaluation ®IXm 8 eretlmeeL Ina. Page 1 N 2 Open Ratings Past Performance Evaluation Business Name: National Water Main Cleaning Co o-u-N-Se : 01-151-S814 Report Date : 0330-2016 This supp5er s ratings were based in part on survey feedback from past c s[aners.TMs than pmvbes a breakdown of the survey responses recav L bom alstcmers n Me lass 12 months.Fo each N the sweY questions the responses.Slier were Rondec on a0to 10 sale.Me cateyonzed as"positive'(910 t0),'newa"(6 to8).or'negative(0 mn).al Customer feedbacks weeded cmRdatdzllly and ndual reference responses are not dlscbsed. The percentages a responses falling rim each category are shown below. 0 25 50 75 100 OVERALL PERFORMANCE -- -- __= - -- RELIABTLm - == -_ -_ .- COST --- ., 1 _ ORDER ACCURACY --- --- '---- "--- DELIVERYIrIMELINESS - --- - - -- QUALITY _.-._ BUSINESS RELATIONS - --- PERSONNI7. _— --- -._-. I CUSTOMER SUPPORT _ - -- - ----- - RESPONSIVENESS - - -.- - Q Positive Feedback® Neutral Feedback® Negative Feedback 74117i.7si -274 _x `"elt--074 777 v ,r,r4 The most recea fee�,ack oboe on tlis stgptier came flan Coipani¢in ee Idlawing indus0ies. SIC/Line of Business: Total number of surveys Completes'.6. onee:ncsqmxraawtinsge ofuunngBaramsetrienemt rSmonantee Mcerreencceess may roo M1ceeairngsobaa surveyed ccetmer aspects. Tire report mar rot be eeuced'nwhde«p nin anV_�whet�vn. __-_ -_-- Past Performance Evaluation *Dun&Bradstreet.Inc. Page:2 of 2 S ��. NATIONAL WATER MAIN CLEANING CO. l The Environmental Protection Specialists An Equal Opponunfy Employer NYC BIC License 468 Experience and References Government Agency Sewer Cleaning and Inspection Experience New York City Department of Environmental Protection INYCDEP). 96-05 Horace Harding Expressway Corona, NY 11368 Contact: Ronald Lochan, Chief, Interceptor Improvement Section Tel.: (718)595-4724 E-mail: rlochan(&dep.nvc.gov PS-266:Intercepting Sewer Condition Assessment—Short Pipes, Various Locations, Citywide Contract Amount: $2,103,375.00 Completion Date: November 2011 Sonar and CCTV inspection of pipe segments less than 2,000 feet(less than 2,000 linear feet between manhole access).Approximately 800,000 linear feet of thirty-six (36)inch to sixteen (16) foot diameter pipes inspected. PS-267:Assessment, Long Pipes(LP)Video&Sewer Inspection of Limited Access Contract Amount: $731,430.00 Completion Date: July 2012 Sonar and CCTV inspection of pipe segments longer than 2,000 feet(more than 2,000 linear feet between manhole access). Approximately 90,000 linear feet Of.thirty-six (36) inch to sixteen (16) foot diameter pipes inspected. REG-028:Interceptor Flow and Capacity Maximization, Citywide Original Contract Amount: $6,999,500.00 Change Order Increase: $4,269,330.00 Total Contract Amount: $11,268,830.00 Completion Date: November 2015 Originally awarded an approximately 7 million-dollar citywide contract to remove 15,000 cubic yards debris and sediment from intercepting sewers, and post-cleaning simultaneous CCTV and sonar inspection, based on the client's desire to do more work with our company,we were awarded a change order of over 4.25 million dollars to clean and inspect a Coney Island Drainage Area pipeline in the Borough of Brooklyn, New York, which had large debris accumulations (approximately 3,000 cubic yards) resulting from fallen tiles in the flow channel which could not be removed by other contractors utilizing conventional cleaning methods, and required our technical expertise to remove these accumulated obstructions from the flow channel. NATIONAL WATER MAIN CLEANING CO. kThe Environmental Protection Specialists M Equal Oppo.tun*y Employer NYC SIC Ucenee 11488 SC-101: Removal and Disposal of Debris/Residuals Accumulated in the Trunk Line of the City Sewer System, Citywide Contract Amount: $2,893,375.00 Completion Date: July 2016 Furnish all necessary labor, materials, permits and equipment for the removal and disposal of debris/residuals accumulated in trunk sewer lines ranging in size from sixty (60)to two hundred four(204) inches in equivalent diameter throughout the City, perform COW and/or sonar inspection of the above sewers. We would like to note that our company has been awarded this contract since it was SC-01. Agency Contact: Gregory Tamarin, P.E. Chief, Engineering Unit Sewer Analysis Tel: (718)5954217 Email: gtamarin(cildep.nyc.gov SCM-09: Contract SCM•09 Sewer and Catch Basin Cleaning Machine with Operator and Labor for Various Location within the 5 boroughs Contract Amount: $466,650.00 Contract Extension: $233,325.00 Total Contract Amount: $699,975.00 Completion Date: March 2012 Cleaning of six(6) inch to eighty-four(84)inch in equivalent,diameter sewers at any location throughout the Ave Boroughs of New York City on an as-needed basis. Due to the client's confidence in our company and desire to do more work,we were awarded a change order worth half the original contract. SCN--13: Cleaning and CCN Inspection of Sewers Up to Eighty-Four(84)Inches in the City Sewer System at Unknown Locationson an as Needed Basis, Citywide Contract Amount: $1,985,950.00 Completion Date: July, 2016 SCTV-14: Cleaning and CCTV Inspection in the Sewers System Downtown City-wide(NYC) Contract Amount: $2,930,760.00 Completion Date: May, 2016 Provide all labor, equipment and material required for the removal and disposal of all deposits in the sewers and appurtenances(manholes, chambers, catch basins, etc.) at various locations throughout the Five Boroughs of New York City, as well as post-cleaning closed circuit television inspection. The sewers vary from six (6)inches to eighty-four(84) inches in equivalent diameter, and are of various material like clay, cement, brick, concrete, etc. Cleaning and removal of deposits from the sewers is performed by utilizing combination sewer cleaning machines (fetter plus vacuum). M� NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists An EeuS Opportunty Emplcyer NYC BIC license MB TV-10 PROJECT Contract Amount: $2,000,000.00 Completion Date: October, 2008 Cleaning and Television Inspection of 500,000 Ft.of 8"through 48"sewer pipe prior to road restoration in various locations throughout the City of New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City owned landfills. CRO—327— Video Inspection—Storm Sewer System—Kensico Reservoir Watershed Contract Amount: $ 312,700.00 Completion Date:April, 2005 Cleaning and Televising 66,000 linear feet of 8-inch through 48-inch storm sewer pipe to determine illicit sanitary sewer connections into the storm sewer system draining into the Kensico Reservoir. Digitally map all drainage structures in the Reservoir area using Global Positioning Systems. The project also included the cleaning of manholes and disposal of all materials at minimum of 25% solids at the City owned landfills. HI-1 PROJECT Contract Amount: $7,500,000.00 Cleaned, disposed of materials, and installed hoods and hangers on 29,000 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. HI-2 PROJECT Contract Amount: $8,000,000.00 Completion Date: Cleaned, disposed of materials, and installed hoods and hangers on 29,000 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. H1-3 PROJECT Contract Amount: $8,000,000.00 Completion Date: October, 1999 Cleaned, disposed of materials, and installed hoods and hangers on 35,000 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. Of. NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Special/Ms An Eq al Opportunity Employer MIC BIC Lanse#488 HI-4 PROJECT Contract Amount: $1,500,000.00 Completion Date: May, 2005 Cleaning, disposing of materials, and installing hoods and hangers on 7,500 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. Via the HI-1 to HI-4 contracts, our company cleaned over 100,000 catch basins in the City of New York. Agency Contact: Mr. Steve Camaiore Director, Asbestos Control Program Tel: (716)595-4424, for information regarding TV-7A, TV-8, SC-68,SC-KISS, HI-1, HI-2, HI-3, HI- 4, &SC-77 New York City Department of Design and Construction (NYCDDC) 30-30 Thomson Avenue Long Island City, NY 11101 Contact: Ben Perrone, Contracts Tel: (718)391-2200 Fax: (718)391-2615 SETVDDCO2:Dragging, Television Inspection, and Video Tape Recording of Sewers at Unknown Locations, Citywide Contract Amount: $372,950.00 Under this contract, our company deployed multiple crews to"Ground Zero" in the mammoth cleanup operation in the aftermath of the September 11, 2001 terrorist attack on the World Trade Center. Approximately 68,000 linear feet cleaned and 85,000 linear feet of eight(8)inch to forty- eight(48)inch sewer pipe inspected via CCTV. Our vast resources of equipment crews,and experience helped restore normality to the lives of New York City residents in the shortest time possible. SETVDDCII: Cleaning, Television Inspection and Digital Audio-Visual Recording of Sewers at Unknown Locations in the City Sewer System on an as Needed Basis— Citywide Contract Amount:$1,427,184.00 Completion Date: May 2014 Cleaning 214,000 linear feet of less than twenty-four(24) inch diameter sewer and 55 manholes, as well as CCTV inspection of all 210,000 linear feet of sewers citywide. CiM NATIONAL WATER MAIN CLEANING CO. The Environmenbl Protection Specialists An Equal OppocuntyEmpby t NYC BIG Liunu pa88 SETVDDCI3: Cleaning, Television Inspection and Digital Audio-Visual Recording of Sewers at Unknown Locations in the City Sewer System on an as Needed Basis; Together with All Work Incidental Thereto, All Boroughs— Citywide Contract Amount: $2,074,920.00 Completion Date: July 2016 Cleaning 140,000 linear feet of less than twenty-four(24) inch diameter sewer and 35,000 linear feet of twenty-four(24)inch to forty-eight(48) inch diameter, as well as CCN inspection of all 175,000 linear feet of sewers citywide. Port Authority of New York and New Jersey (PANYNJ1 Four World Trade Center 150 Greenwich Street, 21st Floor New York, NY 10016 Contact:Alex Alvarez, Staff Services Engineer Tel: (201)216-2975 Performance of Expert Professional Cleaning and Closed Circuit Television Inspection of Storm Drain 8,Sewer Services as Requested on a "Call-In"Basis Contract Amount to Date: $909,244.00 Our company is under contract to perform professional storm drain and sewer cleaning and inspection services for the Port Authority at its various properties on a call-in basis, including: • Approximately 8,300 linear feet of storm drainage line with pipe diameter of thirty-six (36)to sixty(60) inches at Newark Liberty International Airport(EWR) • Approximately 800 linear feet of storm drainage lines of various pipe sizes at LaGuardia Airport (LGA)on Marine Terminal Road and Bowery Bay Boulevard • Approximately 1,300 linear feet of six(6)inch water main at the Lincoln Tunnel • Cleaning, rehabilitation, and inspection of storm drains under Runway 4L-22R at John F Kennedy Airport • Approximately 8,300 linear feet of storm drainage line of various sizes at John F Kennedy Airport (JFK) • McLester Street Improvement at Port Elizabeth We have consistently been awarded this contract when it was released for bid, and had our term renewed every year. In addition, we have been a subcontractor for the following projects at PANYNJ facilities: Jl . NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists _._ M EpjS Opportunity Empioyer NYC BIC License#469 2010, Contract WTC-264.595 PATH Hall for the WTC Transportation Hub Project Contractor: Skanska USA Civil Northeast, Inc./Granite Construction Northeast, Inc./Skanska USA Building Inc. (Skanska/Granite JV) GC Project Amount: $542,325,000.00 NW MCC Contract Amount: $51,249.00 Cleaned and inspected the sewer systems at the PATH Hall in the World Trade Center site's west bathtub. 2011, Contract No. WTC-264.613: World Trade Center Transit Hall Plumbing Contractor:WDF, Inc. 30 MacQuestin Parkway Mount Vernon, NY 10550 Contact: (914) 716-8000 GC Project Amount: $10,060,000.00 NW MCC Contract Amount: $85,650.00 Provided a video survey of the World Trade Center Transit Hall's sanitary sewer system and cleaning by jetter/vacuum truck. New York City Housing Authority. 23-02 49th Avenue Long Island City, NY 11101 Contact: Joseph Schmidt, Deputy Director,Technical Services Department Tel: (718)707-8921 E-mail: Joseph.Schmidt(Wnvcha.nvagov Amount of Work Performed to Date;.$469,294.10 Hurricane Sandy Clean-up Work::$377,655.85 Completion Date: October, 2013 Our company has completed nearly$500,000 worth of sewer cleaning and CCTV inspection for the New York City Housing Authority, including nearly$400,000 of post-Sandy cleanup work. Jersey City Housing Authority 400 US Highway#1 (Marion Gardens) Jersey City, NJ 07306 Contact: Mr. Kenneth Pinnock, Jr., Purchasing Agent Tel: (201)547-6600 Fax: (201) 547-6643 E-mail: kpinnock(uaicha.us Sewer Cleaning, T.V. Surveying and Minor Repairs,As-Needed, at all JCHA Developments Amount of Work Performed to Date: $184,812.50 Perform sewer cleaning, CCTV surveys, and minor repairs as needed at all Jersey City Housing Authority developments. titNATIONAL WATER MAIN CLEANING CO. .! The Environmental Protection Specialists M Equal OppoeurMy Employer NYC SIC ucente#485 Newark Housing Authority 500 Broad St Newark, NJ 07102 Contact: Nitin Patel, Principal Engineer Tel: (973)273-6000 1999- Ongoing: Contract No. 07-2168: Cleaning, Inspection 8 Repair of Catch Basins, Spray Pools, Lawn Inlet Basins, Sanitary 8 Storm Manholes, Pipe Lines and Emergency Sewer Cleaning and Repair at Various Housing Developments Amount of Work Performed to Date: $4,564,404.75 (On-Going) Since 1999, our company has had a sewer cleaning, inspection, and repair contract with the City of Newark which has been renewed numerous times. The City has taken care to set aside money in their annual budget to include our contract New Jersey Department of Transportation (NJDOTI Contact: Mr. Roy A. Neuman, Field/Project Manager Bureau of Roadway Maintenance Engineering and Operations 1035 Parkway Avenue Trenton, NJ 08625 Tel: (609) 530-2974 E-mail: Rov.Neuman@)dot.ni.aov Drainage Restoration Contract, North-2014;Routes 9W, 15,:17, 23, 24, US 46, 57, 94, 1-80, 1-80 Local, 94, 124, 183, US 206, Counties of Bergen,Essex,Moms, Sussex, Union & Warren-North of Route 57; Federal Project No:STP-COOS(687), PE No:2621868, CE No: 2205841, DP No: 15401 Contract Amount: $1,896,561.48 (On-Going) Drainage Restoration Contract, Central-2014;Routes US 9, US 22, 33, 34, 35, 36, 57, 66, 72,1-78, 1-195, US 206, 1-287, &440, Counties of Hunterdon, Mercer, Middlesex, Monmouth, Ocean, Somerset 8 Warren-South of Route 57;Federal Project Number: STP-COOS(688), PE Number. 2621870, CE Number. 2205842,DP Number: 15405 Contract Amount: $1,292,180.51 (On-Going) /M NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M Equal Opportunity Empbyx NYC INC license A468 Drainage Restoration Contract, South—2014;Routes US 9, US 30, US 40, 41,47, 48, 50, 54, 55, 56, 68, 70, 73, 140, 143, 147, US 130, 1-295& US 322, Counties of Atlantic, Burlington, Camden, Cape May, Cumberland, Gloucester& Salem; Federal Project Number STP-COOS (689), PE Number: 2621869, CE Number: 2205843, DP Number 15402 Contract Amount: $1,393,502.85 (On-Going) Our company has successfully been performing the above three contracts repeatedly for the NJDOT since 2002. The scope of work includes the removal of sediment, debris, roots and/or vegetation in pipelines, drainage structures, storm water intakes &outfalls, and the stabilization of areas subject to erosion regardless the size and type of blockage in order to restore facilities to their original hydraulic capacity and function. It also includes video inspection and complete inventory of the existing highway drainage facilities within jurisdiction of the NJDOT CAMBRIDGE. MA City of Cambridge 147 Hampshire Street Cambridge, MA 02139 Contact: Owen Oriordan Tel: (617)349-4845 Contract Amount: $192,000.00 Cleaned and Inspected 10,000 ft.of 107 through 96"sewers in the City of Cambridge, the project included testing and disposal of both non-hazardous and hazardous debris. LYNN WATER AND SEWER COMMISSION Clinton Bogert Associates Consulting Engineers 270 Sylan Avenue Englewood Cliffs, NJ 07632 Contact: Johannes De Waal Tel: (201)567-7979 Contract Amount: $1,140,000.00 Clean and inspect the Wester Interceptor, including 13,380 Ft. of 18"through 75" Interceptor sewer and submain; disposal of material, and environmental restoration work. BOSTON WATER AND SEWER COMISSION (BWSC1 980 Harrison Avenue Boston, Massachusetts 02119 Contact: John Sullivan Tel: (617)989 -7000 Contract Amount: $1,600,000.00 Cleaned and Television inspected 17,000ft of 18"through 72"of the Westside Interceptor sewer in Boston, MA. The project also included cleaning and inspection of a siphon beneath the Massachusetts Turnpike and the Christian Science building, as well as the installation of three manholes J 19 NATIONAL WATER MAIN CLEANING CO. Tho Environmental Protection Specialists ��. M Equal Oppmdney Empoyer NYC BIC license.4813 Municipal Sewer Cleaning and Inspection Experience Woodbridge Township. New Jersey 1 Main St. Woodbridge, NJ 07095 Contact: John Kociolek Tel: (732)6344500 2010—Ongoing: Contract No.1040 Sanitary Sewer General Cleaning& Television Contract Amount: $316,326.30 Cleaning & televising of approximately 105,982 linear feet of six(6)inch through twenty-four (24) inch of sewer pipe, includes a Cured-in-Place pipe repair, re-establishing of service connection and cutting protruding lateral connection. City of Hollywood. Florida American Infrastructure Technologies Corporation 8799 US Hwy 31 Hanceville, AL 35077 Tel: (256) 739-4747 Hollywood Florida Clean & CCTV(2017-2018) Contract Amount: $168,595.00 National Water Main Cleaning Company working as a subcontractor for American Infrastructure Corporation, completed 97,000 linear feet of clean& CCTV work in Hollywood Florida in March of 2018. This job posed multiple complexities that would require close coordination with the general contractor and other subcontractors.The city of Hollywood had placed many of their sewer lines and manholes in sewer easement alleyways between residential properties.At one point the city decided to close the alleyways and give the property to-the residents, leaving the manholes inside of their backyards. This created a difficult task when it came time to clean the lines.With state of the art equipment, like our Hvidtved Larsen Doriky Reel easement machine and crews with decades of experience, these easements would barley put a dent in our production. Setting up at these manholes meant driving the easement machine through gated backyards and running hundereds of feet of flex hose for vaccuming. On top of the difficult access, many of the laterals were in poor shape and would allow vast quantities of sand into the main line during jetting. Most setups would end up requiring more than 4 passes with the jetter and ample time spent vaccuming out the sand. New manholes were also being installed by another contractor at the same time we were cleaning and televising the line. This added another layer of coordination that would be required to keep our crews running everyday without crossing paths with the manhole installations.When it comes to getting jobs like this done, it boils down to having the right guys and the right gear, and we have both. 0NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists An Equal OppwNnily EmPluIlle NYC BIC License n480 Jersey City, NJ Contract CT 200826 Northwest Interceptor Cleaning &Sonar/TV Inspection (2008-2010) Mayo, Lynch &Associates 333 Meadowlands Parkway Secaucus, NJ Seamus Cunningham (201)866-7171 Boswell McClave Engineering 330 Phillips Ave, P.O. Box 3152 South Hackensack, NJ Contact: John Englese Tel: (201)641-0770 Contract Amount: $3,843,653.00 Cleaning&Sonar/TV Inspection of 24,255 linear feet of eighteen (18) inch though eighty- Four(84) inch drainage, 90 manholes, regulator lines and siphons. A unique idea,to a potentially hazardous situation,turned into a reliable solution for both the project engineer and the owner;Jersey City Municipal Utilities Authority(JCMUA)thanks to our Vice President—Joseph Perone. This idea saved JCMUA a substantial amount of costs and exposure to a very hazardous material PCB(poly-carbonated bi-phenyl).The idea was to safely remove contaminated materials from the existing sections of pipe,and minimize any exposure to the working staff and public. A standard CCTV&Sonar Inspection project of approximately 24,255 linear feet of an 18 to 84-inch interceptor pipe came to an abrupt halt,when PCBs where discovered during a required scheduled material test. Mr. Perone along with his experienced team worked by a plan to isolate, remove, contain,dewater,transport and dispose of all contaminated material.The plan was presented to the engineering staff:Jersey City MUA officials and the New Jersey Department of Environmental Protection. After months of delay, the plan was approved and put into works.The termination point of the interceptor flow is a wet well at an abandoned treatment plant in Jersey City,which handled about 33MGD. The plan was to prevent the flow,that carried suspended contaminated materials due to high pressure jetting from entering the wet well at the abandoned treatment plant.It included blocking the wet-well and setting up an intensive by-pass pumping system to divert the flows back into the empty abandoned settling tanks at the treatment plant.This plan allowed the suspended contaminated materials(PCB's)to settle out of the flows and into the primary and secondary tanks.A secondary pumping system was put in place to pump the 33MGD of clarified flows back to its original destination, the wet well. From there, the flows are sent to the Passaic Valley Sewer Commission for further treatment.The removed solids were taken to licensed DEP facility by trucks for Incineration.All tanks used for this process were cleaned and released back to the city. The solution arrived at by the project team did not only save the Municipality the enormous cost of building a bypass sewer, it also eliminated the need to put workers into the interceptor pipe to vacuum out the PCB-contaminated material and putting them in harms-way. To date,the Jersey City Municipal Utilities Authority(JCMUA)is ultimately satisfied and still is a contented customer of NW MCC. I SM NATIONAL WATER MAIN CLEANING CO. The Envfronmenial Protection Specialists An Equal Oppw[umly Empbyer NYC INC License 104a8 Joint Meeting of Essex & Union Counties Wastewater Treatment Plant & Sludge Dewatering Facilities 500 South First Street Elizabeth, NJ 07202 Tel: (908)353-1313 Fax: (908)353-7925 Cleaning Equipment Rental and CCTV Inspection Services to the Trunk Line Collection System On an "As Needed"Basis Contract Amount: $85,175.00 Completion Date: November, 2013 Provided cleaning equipment rental and CCTV inspection services to the treatment plant and sludge dewatering facilities on an "as needed" basis. Rockland County Sewer District No. 1 4 Route 340 Orangeburg, NY 10962 Contact: Martin Dolphin, PE Tel: (845)365-6111 E-mail: dolphinmOco.rockland.nv.us SM2012.01: 2012 Sewer System Maintenance Project Contract Amount: $598,280.29 Completion Date:April, 2014 SM2013.01: 2013 Sewer System Maintenance Project Contract Amount: $721,411.50 Completion Date: June,2015 SM2014-01: 2014 Sewer System Maintenance Project Contract Amount: $885,852.45 Completion Date: March,2016 SM2015.01: 2015 Sewer System Maintenance Project Contract Amount: $976,377.75 Completion Date: April, 2016 SM2015-03: Sewer System Maintenance Project Contract Amount: $532,159.24 Completion Date: May, 2016 SM2016-01: Sewer System Maintenance Project Contract Amount: $1,077,981.85 (On-going) Since 2012, our company has consistently been awarded the annual sewer system maintenance contract by Rockland County Sewer District No. 1, which includes cleaning and televising, sewer manhole inspections, sealing, and grouting of eight(8)to ten (10) inch sanitary sewer, as well as miscellaneous additional work, totaling nearly$4 million. VI NATIONAL WATER MAIN CLEANING CO. II The Environmental Protection Specialists M EwnI Opportunity Employer NYC&C license#466 Lining Experience City of White Plains, New York 255 Main Street, White Plains, New York 10601 Contact: Anthony Carr Tel: (914)422-1212 Contract Amount: $154,634.75 Performed a Manhole Rehabilitation in order to improve the overall Structural Condition, Eliminate Infiltration and Inflow and also to provide Corrosion Protection. Borough of Avon-by-the-Sea 301 Main Street Avon-by-the-Sea, NJ 07717 Contact: Charles J. Rooney Tel: (732)671-6400 Contract Amount: $ 113,324.25 2016 Sanitary Sewer Lining &Trenchless Rehabilitation Project Bangor Borough Authority,Pennsylvania 58 Market Street Bangor, PA 18013 Contact: Edward J. DiMond Tel: (856)983-8739 Contract Amount $349,876.00 Performed series of Sewer Repair and Cured-in-Place lining on the North and South Main Street of Bangor. Department of the Navy Navfac Mid Atlantic Reference: Nadiad Inc. 1026 Old Corlies Avenue Neptune, NJ 07753 Contact: Barry Halprin Tel: (908)675-0443 Contract Amount: $532,296.00 Performed cleaning, fabrication,assembly,erection of CIPP lining of existing sewer lines. NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists _ An Equal Opperenity Employer NYC BFC license#468 Fort Dix 52 Liberty Street Trenton, NJ 08611 Contact: Rome Management Associates, Judy Brooks Tel: (609)393-7600 Completion Date: 2013 Contract Amount: $451,129.75 Installed 7400 linear feet of 8"and 12" liner Franklin Township 3141 Bordentown Avenue Parlin, NJ 08859 Contact: CME Associates, Joseph Gemmell Tel: (732)727-8000 Completion Date: 2015 Contract Amount: $435,595.36 Installation of 10 CIPP point repairs and installation of 1,300 LF of MTM. Hanover Sewerage Authority 1000 Route 10 Whippany, NJ 07981 Contact: Hatch Mott MacDonald, Robert Haller Tel: (973)912-2538 Completion Date: 2013 Contract Amount $ 102278 Installation of 1200 LF of MH to MH Lining 8"main installation of 2-6 ft. sectional CIPPs. Maybrook Township 11 Schipps Lane Maybrook, NY 12543 Contact: DeWinter Engineering, Jim DeWinter Tel: (845) 888-2722 Completion Date: 2013 Contract Amount: $ 124295 Installation of 2200' of 8" and 10" GIP Sewer Main I NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M Equal Opportunity Empbyef NYC SIC License e488 Village of Northport 224 Main Street Northport, NY 11768 Contact: Gannett Fleming Engineering, Nathan Wheeler Tel: (516) 364-4140 ext.: 1322 Completion Date: 2014 Contract Amount: $ 351,834.75 Installation of 3,180 LF of MH to MH lining in 8"-10" sanitary sewer mains and installed 15 -6 ft. sectional CIPP repairs Town of Revere MA Reference: CDM Smith Contact: Jonathan Kunay(CDM) Tel: 617-452-6583 Completion Date: 2012, 2013, 2014 Contract Amount: $3,300,000.00 & $6,250,000.00 Sewer System Rehabilitation IV& V Town of Dedham MA Contact: Jason Mammone PE Tel: 781-751-9350 Completion Date: 2012, 2013,2014 . Contract Amount: $1,200,000.00 Sewer on-call services—Contract#1.#3.  Town of Norwood, MA Reference: CDM Smith Contact: David Polcari Tel: 617-452-6583 Completion Date: 2013, 2014 Contract Amount: $410,000.00 &$1,900,000.00 Sewer Rehabilitation project— Hoye! Street Area & Meadowbrook Area Village of Roslyn 1200 Old Northern Boulevard Roslyn, NY 11576 Contact: Sam Daliposki Tel: (516)204-3469 Completion Date: 2015 Contract Amount: $ 1,654,301.13 Installation of 8"to 10" MH to MH sanitary sewer lining. OfIt NATIONAL WATER MAIN CLEANING CO. The Environmental Protectlon Specialists M Equal OppoeWnrty Emp4er NYC 81C License e488 Suffolk County 310 Center Drive S. Riverhead, NY 11901 Contact: Ralph Sergio Tel: (631)854-4901 Completion Date: 2014 Contract Amount:$ 191,472.05 Installation of 1,900 LF of 8" sewer main and 450 LF of 12" sewer main. Installation of 2-6 ft. sectional CIPPs. Castle Shannon Borough, Pennsylvania Reference: Lennon Smith Souleret Engineering, Inc. 846 Fourth Avenue Coraopolis , Pennsylvania 15108 Contact: Steve Scheidler Tel: (412)264-4400 Installed 400 cured-in-place point (CIPP)repairs under the supervision of Lennon, Smith, Souleret Engineering, Inc. Elizabeth Township, Pennsylvania '. Senate Engineers 420 William Pitt Way Pittsburgh, PA 15238 Contact: Ken Hillman (412)826-5454 Performed 250 cured-in-place point(CIPP)_repairs. Woodbridge Township, New Jersey 1 Main St. Woodbridge, NJ 07095 Contact: John Kociolek Tel: (732)634-4500 Installed 325 cured-in-place point (CIPP) repairs for the Township since 2010. Scott Township, Pennsylvania Reference: Lennon Smith Souleret Engineering, Inc. 846 Fourth Avenue Coraopolis, Pennsylvania 15108 Contact: Eric Beringer Tel: (412)264-4400 Installed 1,200 cured-in-place point (CIPP) repairs under the supervision of Lennon, Smith, Souleret Engineering, Inc. 'It NATIONAL WATER MAIN CLEANING CO. The Environmental Pmrection Specialists M Equal Opportunity Employer WC SIC License 0408 Smoke Testing Experience Saint Joseph's Abbey (June 2008) Spencer, MA Contact: Mr. Warren Ramsey, Spencer Water Department Tel: (508)208-2959 Performed smoke testing on 6,000 linear feet of sewer in St. Joseph's Abbey, known for having the only Trappist ale distillery in the United States. Town of Burlington, MA(June 2009) SEA Consultants Contact: David Peterson Tel: (617)498-4755 Performed smoke testing on 150,000 linear feet of eight(8) inch to fifteen (15) inch sewer. Industrial Sewer Cleaning and Inspection Experience AMTRAK Contact: James Convery Tel: (215)349-1812 Cell: (646)761-6928 Contract Amount: $800,000 Superstorm Sandy Port of Remedial Cleanup (On-Going) Sump cleaning in Bergen Portal NJ-Cleaning of Sump Infrastructure Utilize a combined jetter/rodder and vactor on rads(High Rail)in order to clean and remove silt, sand and other debris from sumps. All non-hazardous disposed at a licensed disposal facility. Amtrak National (Railroad Passenger Corp) Penn Station New York 7th Ave West 31st Box 17 New York, NY 1001 Contact: George P. Hurchik Tel: (212)630-6827 Fax: (212)630-7301 Contract Amount: $100,000.00 Cleaning of Sewer Pipes Using a High Rail Gear Combination JetterNacuum Truck. Project Locations:New York and New Jersey I tiltr- NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M Erma Opportunity EmpbYer NYC BIC License#488 Dewberry c/o Metropolitan Transportation Authority (MTA) / New York City Transit (NYCTI 15 East 26th StreeU13th floor New York, NY 10010-1505 Contact: Sufian Khondker, P.E. Email: sufian.khondker(ou)arcadis.com Contract Amount: $169,500.00 Utilized a Rovver Camera System to conduct video inspections of 21 different MTA Subway Stations in New York City. Parsons c/o Metropolitan Transportation Authority (MTA) One Penn Plaza New York, NY 10119 Contact: Brian Cresenzi, P.E. Tel: (212)465-5000 x 5211 Contract Amount: $39,000.00 Utilized a Rower Camera System to conduct video inspections of six (6) different MTA Subway Stations in New York City. HDR c/o New York City Transit (NYCT) 500 Seventh Avenue, 15t1 Floor New York, NY 10018 Contact: Dan Siragusa Tel: (212) 542-6159 CM-1361: 2013—207TH Street Rail Yard Contract Amount: $191,612.50 CM-1364: 2015— 148TH Street Rail Yard Contract Amount: $ 14,850.00 CM-1364: 2016— 207TH Street Rail Yard Contract Amount: $489,400.00 STV c/o New York City Transit (NYCT) 225 Park Avenue South, New York, NY 10003 Contact: Michael Tumulty, P.E.Vice President Tel: (212)614-3369 Contact: Karen W. Robinson Tel: (212)614-3465 CM-1409: 2015— Coney Island Rail Yard Contract Amount: $ 403,412.10 Conducted activities related to drainage, sanitary, combined sewer, structures /system cleaning and evaluation including the cleaning and close circuit color television (CCTV)inspection. i AS NATIONAL WATER MAIN CLEANING CO. linThe Environmental Protection Specialists �.�. M Equal Opportunity Employer NYC BIC license e488 United Water(New York & New Jersey) United Water Environmental Services, Inc. 200 Old Hook Road, Harrington Park, NJ 07640 Contact: Gerry Remsen, III, P.E., Senior Project Engineer MASTER CONSTRUCTION SERVICES AGREEMENT BETWEEN UNITED WATER MANAGEMENT AND SERVICES INC. ON BEHALF OF ITS AFFILIATES AND SUBSIDIARIES AND NATIONAL WATER MAIN CLEANING COMPANY FOR MANHOLE REHABILITATION, JETVAC CLEANING, CCTV INSPECTIONS AND RELATED SERVICES(AGREEMENT NO. 13672) United Water is an American water service company that owns and operates 16 water and waste water utilities, and operates 90 municipal water and waste water systems through public-private partnerships and contract agreements, including for Bayonne, New Jersey, and Nassau County, New York. Our company has contracted with United Water to provide manhole rehabilitation, jetvac cleaning, CCN inspections, and related services on a task order basis for its various municipal waste water utilities. Insituform Technologies Global Headquarters 17988 Edison Avenue St. Louis, MO 63005 Phone: 800.234.2992 Fax: (636)519.8010 Insituform Technologies, LLC isa leading worldwide provider of cured-in place pipe (CIPP) and other technologies and services for the rehabilitation of pipeline systems. Insituform's businesses consist of sewer,drinking water and industrial pipeline rehabilitation and protection. Our company maintains a working relationship with Insituform, and performs the sewer cleaning and television inspection for them before they begin their CIPP work. - Baltimore County, Maryland Insituform performs CIPP repairs throughout Baltimore County. Our company has performed pre- installation cleaning and television inspection for them, and has installed 1,766 full wrap lateral connection repairs (LCRs)totaling approximately 5,000 linear feet for Insituform since 2010. Insituform was awarded a contract valued at approximately$10 million from the City of Baltimore, Maryland to install nearly seven miles of small-and medium-diameter CIPP in wastewater pipelines located throughout the Baltimore area. Our company performs pre-installation cleaning and television inspection, as well as lateral connection repairs for Insituform and has installed approximately 1,250 full wrap LCRs totaling approximately 2,500 linear feet since 2011. St. Louis, Missouri Insituform was awarded a contract valued at $5.2 million from the Metropolitan St. Louis Sewer District (MSD). The project requires the rehabilitation of over 25 miles of small- and medium- diameter pipelines throughout the St. Louis metropolitan area. Our company performs pre- installation cleaning and television inspection, as well as lateral connection repairs for Insituform and has installed approximately 3,000 full wrap lateral connection repairs totaling approximately 4,700 linear feet since 2011. e NATIONAL WATER MAIN CLEANING CO. The Environmanfel Protection Spacialfsts M Equal OppoauntY EmpbYer NYC BIC Ucanse flee Greater New Haven Water Pollution Control Authority Contact: Rick Hurlburt, Superintendent of Sewer Tel: 203-466-5263 Completion Date: 2012 -Present Contract Amount: $2,500,000.00 Sewer Rehabilitation Project and Interceptor Maintenance Metropolitan District Commission Contact: Jason Waterbury Tel: 860-278-7850 Ext. 3380/Cell 860-209-8181 Completion Date: 2007- Present Contract Amount: $5,000,000 + Multiple Sewer Rehabilitation Projects Narragansett Bay Commission Contact: Meg Goulet(Interceptor Maintenance Manager) Tel 401-461-8848 Ext.302/Cell:401-639-3217 Completion Date: 2005-Present Contract Amount: $2,500,000.00+ Multiple Sewer Maintenance and.Ill Rehabilitation Project The Town of Wellesley. MA Contact: Meghan Condon Tel: (781) 223-2404 Completion Date: 2013, 2014, 2015 Contract Amount $1,200,000.00 Sewer System Rehabilitation Year 1-3 NATIONAL WATER MAIN CLEANING CO. An Tho Environmental Protection Specialists An Equal Opportunity Empty& NYC BIC license#468 Inflow & Infiltration Study Experiences ( I&I ): Westchester County, NY Consortium Sanitary Sewer Evaluation Study (2016-2017) GHD Consulting Services Inc. 1 Remington Park Drive Cazenovia, NY 13035 Tel: (315) 679-5800 Contract Amount: $2,990,631.60 National Water Main Cleaning Company(NWMCC) working with GHD Consulting Inc. will be concluding the Consortium SSES in September 2017 with just over 1,000,000If of cleaning & televising completed in 8"-30" pipe. The study's focus was to locate sources of inflow and infiltration as well as classifying all structural deficiencieswithinthe sanitary sewer systems of four municipalities in Westchester County New York. Aside from cleaning and televising, the study also included 950,000lf of smoke testing, 7,000 manhole inspections and 150 dye test setups. The project endured all seasons of the year throughout the harsh northeast climates only shutting crews down for 3 weather related occurrences. At its peak, the SSES had up to 6 Clean & TV crews, 2 Smoke Testing crews, and 3 manhole inspection crews working simultaneously onany given day. Upon completion NWMCC will have 20,000 man-hours on the project spread over a 10-month period. The proposed area of work spread across roughly 15 square miles and included the City of New Rochelle, the Town of Mamaroneck, the Village of Larchmontand a portion of Pelham Manor. Locations of sewers across that area varied from the centerline on a 2-lane highway to a 3,000lf stretch down the fairway of a country club. Many setups required ingenuity and skill to properly clean and TV due to diverse sewer placement and access to a water supply. The wide array of equipment at our disposal and the versatility of our crews are what made it possible to accomplish a project of this scale in such a short timeframe. ill. NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists _�. An Equal Opportunity Employer NTC SIC license#468 Scarsdale, NY Scarsdale Sanitary Sewer Evaluation Study(2017) 142M Architects+ Engineers 538 Broad Hollow Road Melville, NY 11747 Tel: (631) 756-8000 Contract Amount: $484,290.00 National Water Main Cleaning Company(NWMCC) working with H2M Architects + Engineers will be concluding the Scarsdale SSES in the Mamaroneck Sewer District in September 2017 with just over 150,000lf of cleaning & televising completed in 6"-24" pipe. The study's focus was to locate sources of inflow and infiltration as well as classifying all structural deficiencies within the Mamaroneck Sewer District inside the Village of Scarsdale's municipality. Supplemental to cleaning & televising, NWMCC was also responsible for the completion of 550 manhole inspections. The project lasted two months and averaged over 3,000lf of cleaning & televising per day. The Village had many problematic locations to setup in including over 6,000lf of sewer within the Quaker Ridge Golf Club and 4,000lf down the Hutchinson River Parkway right of way. NWMCC's coordination with the New York State Department of Transportation, The Village of Scarsdale and private owners was critical to the success of all-work done on these easements. Utilization of pipe locating equipment as well as the Rower inspection system also played a key role in the completion of this study. Through keen management, experienced field crews and the right equipment for all scenarios, NWMCC was able to conclude this study while running concurrently with another large scale sanitary sewer evaluation study. rte. � NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Spseisllsts M Equal Oppatur y Employer NYC BIC License#66a Large Diameter Project Experiences: CITY OF NEW YORK, NY SC-68—Fourth Avenue Sewer Cleaning Mr. Steven Camaiore, (718)595-4424 New York City DEP 59-17 Junction Boulevard, 17th Floor Corona, NY 11368 Contract Amount:$380,320.00 Cleaned and Televised 2,114 Linear Feet of 30"through 114"sewers. Removed approximately 4,000 cubic yards of solids in an effort to regain lost capacity in a major outfall system in Brooklyn, New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City owned landfills. SC-77—Inspection of Sewers up to and including 72" in Diameter Mr. Steven Camaiore, (718)595-4424 New York City DEP 59-17 Junction Boulevard, 17th Floor Corona, NY 11368 Contract Amount: $941,500.00 Cleaning and Televising 154,600 Linear Feet of 8" through 72" sewer pipes prior to road restoration in various locations throughout theCity of New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25%solids at the City owned landfills. SC-Contract—Cleaning 8.Inspection of Sewers on Flushing Avenue, Brooklyn, NYC Mr. Warren Gordon (347)260-4751 New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 Contract Amount: $1,000,000.00 Cleaning and Televising 5,000 Linear Feet of a 13-foot wide x 9-foot high Tile Lined sewer pipes as part of a capacity restoration program in the Borough of Brooklyn, NYC. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City approved landfills. CSO -FC Contract— Cleaning 8 Inspection of Sewers on Flatlands Avenue, Brooklyn, NYC Mr.Warren Gordon (347)260-4751 New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 Contract Amount: $4,300,000.00 Cleaning and Televising 7,500 Linear Feet of a 15-foot wide x 9-foot high sewer pipes as part of a capacity restoration program in the Borough of Brooklyn, NYC. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City approved landfills. (e NATIONAL WATER MAIN CLEANING CO. f The Environmental Protection Specialists M Equal Oppoiturey Employer NYC BIC License$468 REG—028 Contract—Cleaning & Inspection of Sewers up to and including 120" in Diameter Mr. Linus Mensah (718) New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 Contract Amount: $11,000,000.00 Cleaning and Televising 80,000 Linear Feet of 54" through 120" sewer pipes as part of a capacity restoration program throughout the City of New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25%solids at the City owned landfills. 1417-PS—Removal &Disposal of Residuals from Large Diameter& Long Sewers Mr. Linus Mensah (718) New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 Contract Amount: $4,881,807.00 Removal and Disposal of Residual from Interceptor and Sewer pipe of up to 2000ft. SCTVDDCO2 — Dragging, Television Inspection and Video Tape Recording of Sewers at Unknown Locations, Citywide Mr. Avi Levy, (212)442-1890 Mr. Tony Creus, (212)442-1893 Contract Amount: $372,950.00 Cleaning of 62,000 Linear Feet and Televising 85,000 Linear.Feet of 8" through 48" sewer pipes prior to road restoration in various locations throughout the City of New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City owned landfills. Under this contract National Water Main Cleaning Co respondedwith multiple crews to Ground Zero in the September 11'",2001 aftermath. NATIONAL WATER MAIN CLEANING CO. ii .! The Environmental Protection Specialists An Epuai Opporvnily Empbyee NYC SIC license#468 BOSTON, MA Boston Water and Sewer Commission 980 Harrison Avenue Boston, Massachusetts 02119 John Sullivan, (617)989-7000 Irene McSweeney Woodfall, (617)989-7000 Joseph Crossins, (617)989-7000 Cleaned and television inspected 17,000 Ft. of 18" through 72" of the Westside Interceptor sewer in Boston, MA. The project also included cleaning and inspection of a siphon beneath the Massachusetts Turnpike and the Christian Science building, as well as the installation of three manholes. Contract Amount: $1,600,000.00 Cleaned and television inspected 84,650 Ft. of 8" through 60" pipe in various locations throughout the City of Boston. Contract Amount: $ 320,000.00 Cleaned and inspected 260,000 Ft. of 8" through 96" sanitary and combination sewer in the Dorchester suburb of Boston.The project also included testing and disposal of material removed from the sewers. Contract Amount: $455,000.00 Cleaned and inspected 10,000 Linear Ft. of 144" through 204"x 312" combination sewer in the City of Boston. The project also included testing and disposal of approximately 12,400 tons of material removed from the sewers. Contract No. 00-309-007 Contract Amount: $5,000,000.00 CAMBRIDGE, MA City of Cambridge 147 Hampshire Street Cambridge, MA 02139 Owen ORiordan, (617)3494845 Jeya Niranjan, (617) 349-4845 Cleaned and inspected 10,000 Ft. of 10" through 96" sewers in the City of Cambridge, the project included testing and disposal of both non-hazardous and hazardous debris. Contract Amount: $192,000.00 Fresh Pond Parkway, clean, inspect and dispose of debris from 3000 Ft. of 54"through 72"storm sewers Contract Amount: $459,000.00 Contracts 7, 8 and 9, clean, inspect and dispose of debris from 60,000 Ft. of 8" through 42"sewers Contract Amount: $400,000.00 Cleaning and inspection of 112,000 Ft. of 8" through 72" sewers in the City of Cambridge, this project includes testing and disposal of both non-hazardous and hazardous debris. Contract Amount: $488,595.00 APPENDIX F f r Equipment List Form ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach. Florida 33139 ITE 2018-080-ND 37 i1IAM BEACH APPENDIX F EQUIPMENT LIST FORM Item Description of Equipment Owned/Leased No. (Type of Equipment, Chassis/Body Manufacture,Year) (circle one) t _ Owned/Leased 2 Owned/Leased Owned/Leased Owned/Leased Owned/Leased Owned/Leased Owned/Leased Owned/Leased 9 Owned/Leased 10 Owned/Leased The remainder of this page was left intentionally blank. ITB 2018-080-ND 38 NATIONAL WATER MAIN CLEANING COMPANY EQUIPMENT LIST MOBILE TELEVISION STUDIOS 22 Color,computer aided,robotic camera-transporter,pan&tilt 360°by 270° 14 CCTV Units with Internal Launchers(Cues,Lamp Systems) 10 Color mini camera systems(UEMSI,RIGID,CUES,AIRES SYSTEMS) SONAR INSPECTION 2 Sonar/Multi Sensor Trucks GROUTING RIGS 6(Cues-Joint/Internal Sealing Units with Standard CCTV Units) COMBINATION VACUUM JET UNITS(WET/DRY) 7(170gpm,27"Hg 6400cf . 18cyd)Supervac 2000 40(120gpm, 18"-27"Hg 5000-6400 cfm, 15cyd)Supervac,Vactor,Vacall 10(80gpm, 16"-18"Hg 3500cfn, 12cyd) Supervac,Vector,Vacall 5(80gpm, SIC Unit)Single Axle t (170gpm letter Truck Aux Engine(Jumbo letter) 27(120gpm Jumbo letter Combo Unit) 5 Ace Style—27inch blower 2 Classic 27inch blower with Aux Engine STRAIGHT HIGH PRESSURE JETTER UNITS 1 (330gpm®2500pic,twin 1/2"jethose 5000)NLB 1 (170gpm @ 2500pic,1'/2"jethose 2500)NLB 6(65-80gpm @ 2500pic,1"jethose 800)F.E Meyers,General 1 (65gpm @ 2500pic, 1"jethose 800)Railgear,Ft Meyers 9(35gpm @ 4000pic,1/2"jethose 500)Harsin JETTER UNITS I (80gpm letter Trucks)—PTO Driven 5(80gpm letter Tracks—AUX Engine 9 Trailer letter(Harben) 2 Easement Machines—Racked STRAIGHT VACUUM UNITS 7(27"-28"Hg,5400-6400cfm, 18cyd)Supervac,Vactor CLAMSHELLLS/CATCH BASIN CLEANERS 12(Hydroclamshell,35gpm @ 2000pic, PA" ton crane,8cyd) Stetec 4(11/2ton Crane,8cyd)Stetco 3 Clam—No pump BUCKET DRAG LINES 10(RMF,4cyl,I00hp,1500 of cable)RMF TRAILERS 3 Pull Behind Trailers 4 Pull Behind 175 CFM Air compressor MANHOLE REHABILITATION 10 Track and Trailer mounted cement pumps(Strong Seal) 2 Track Mounted Cement Pump Units(Chem-grout) 3 Plural Component Epoxy Rigs 6 Grout Support Trucks TRENCHLESS LINING EOUIPMENT 4(Trelleborg Trenchless Spot Repair Units) 7(Trelleborg Main to House(MTH)boiler inversion units complete with Multiple 8"-24"launchers 1 Manhole to Manhole inversion system with boiler/stem and air compressor(6"-24") 6 Trelleborg Lateral Connection Repair Units 3 TV/Wolverine Reinstatement Units I TV/IBG Reinstatement Units 10 Support Rack Trucks MISCELLANEOUS EOUIPMENT 3 Air compressors, 185 cfm 6 3"-8"trash pumps 4 Electronic utility tracing/locating equipment 3 Hammer drills 20 Inflatable pipe stoppers,6"-60" GLOBAL POSITIONING SYSTEMS 8 Trimble®GeoXITs.handheld, from the GeoExplorer®series,combining submeter GPS with Microsoft® Windows Mobile )"2003 software for Pocket PCs in one unit GEOGRAPHICAL INFORMATION SYSTEMS 3 ArcView 9.0 Licenses including ArcMap,ArcCatalog and ArcToolbox LIVE PRESSURE PIPE INSPECTION UNITS 3 3D7 LDS 1000 Units,320011 Video Cable,HD Video Inspection,Hydrophonic Leak Detection,GPS XY Coordinate Location(12"—48"Diameter Pipelines) 5 JD7 Investigator Units,300ft Video Cable,HD Video Inspection Hydrophonic Leak Detection,GPS XY Coordinate Location(2"—12"Diameter Pipelines) 3 Echologics Leak Finder ST.Correlator Systems STREET SWEEPERS 5 Whirlwind ATTENUATORS 4 Truck Mounted BUCKET MACHINE 1 NPR(RMF STEEL) WATER TANKER 4 4000Ga1 Water Tanker CRANES Truck Mounted Crane NATIONAL WATER 11 MAIN CLEANING A Carillon Company NYC BIG License#468 SUBMITTAL BOOK TABLE OF CONTENTS National Water Main Cleaning Co. Submittal Book 1 Table of Contents 2 Business Registration Certificate 3 Public Works Contractor Registration 4 Certificate of Employee Information Report 5-6 Equipment List 7-30 Municipal Work Experience and References 31-45 Industrial Work Experience and References 46 General Work Procedures 47-63 Financial Statement 64 Financial References 65-66 Contracts at Hand 67-91 Organizational Flow Chart and Officer's & Superintendent's Resumes 92-97 Affirmative Action Plan 98 Non-Collusion Certification 99 Stockholder Disclosure Certification 100 W-9 Form 101 Corporate Resolution New Jersey Office New York Office Bonen Office Connecticut Office 1806 Newark Turnpike 928 Broadway 25 Marshall St 1000(Near)Elm St Kearny,NI 07032 Ulm,NY 13501 Canton,MA 02021. Rocky Hill,006067 P:973483.3200 P:315.624.9520 P:781.828.0863 Ft 860393.2808 F:973.483.5065 F:315.624.9523 F:781828.2473 Email:boston@nwmccmm Email:office@nwmcccom Email:boston@nwmctcom Email:boron@nwmcdmm Taxpayer Identification 04130/14 N 221-753.251!000 Dear Business Representative: Congratulations! You are now registered with the New Jersey Division of Revenue. tt "' Use the Taxpayer Identification Number listed above on all correspondence of Revenue and Taxation, as well as with the Department of Labor Of the business is subject to unemployment withholdings).Your tax returns and payments will be filed under this number, £' 52, r and you will be able to access information about your account by referencing it. O Additionally, please note that State law requires all contractors and subcontractorsx�//ithh r` t" agencies to provide proof of their registration with the Division of Revenue The r Iso a Section 92 of the Casino Control Act, which deals with the casino service indu ed + We have attached a Proof of Registration Certificate for your use. To corn •With ''` a currently under contract or entering into a contract with a State agency, uurhust p w' if you are of the certificate to the contracting agency. x$copy l(YoulYeug,anY 9peettwis of acre more in? - ; ,. .}2F-91/4, - ,{?;ao. ematjan, (eel iree� ration NoNlne at. d° **INPn9i nge4r+ es�Gt y06CbXe0leSs"dr. 1 sm y�,NSCIOR6 tt - ; : . ' - v1 . ` 'arse)'DlviVl�t at R�fiYseue .... c • • .. . :� . �.. , L J RSTATE OF NEW JERSEY V. •••:. t A. -iirt, (NESS REGISTRATION CERTIFICATES ai '� OF TREASURY/ �M •�� +1 L YoY ��r ul✓e. .f. TRE E T' s 2,aQ ,.iE Y, ..a...� A -I- t,d v sr+Y$ADE NAME:•• qy' A N ft�fANIXG CO0.1pANSrf22 ,x S';� -r t,. /,.5t'. 1,,,m.,, } E 's PcE}UENCE NUMBER p'•t"`'.^.NNY 47'5365 ,(EFFECTIVE • - &Tf,W '` / ir ', Y ISSUANCE DATE; ' jt.,a; 7/02(64 > •e 04/30/14 yf^ +f C' friliITOCIZIT . Ul.....,.... -. Now army DEMon of nwemii..,......m..,m ^•V'n �atNn 4 „ µ 2/101 • 0 • • • • -. . - _ wfi. m- yN -Om Oa..NmAm . N m o 3 •�., A • _> - Q S O .n ry O. Nrn m -,•s.„::, Q 0 • m m m m • m • N Z ` os m , n a CC (pt m - :y St mj rn_ n{ R yA N•D 0 om-a • m v c z O m WO p o a � O O • • • • y O0 \/ } /\ \ / 1 \ . toL # . 2 )/ \ §a /} \{ . \ \ � / / 7e . dimly »a \ <& . ©§ nn . , a � \ ƒƒ\ r : \\�» y» ¥ . m(/ / , m\\ $ , r/ �ƒ�. \ }� t4Slit ', \{ z 2 w! : a re ! « > 1 co 'ael x : /. co / . ? C . . . NI , %I. \ NATIONAL WATER MAIN CLEANING COMPANY EQUIPMENT LIST MOBILE TELEVISION STUDIOS 22 Color,computer aided, robotic camera-transporter,pan&tilt 360°by 270° 14 CCTV Units with Internal Launchers (Cues,Lamp Systems) 10 Color mini camera systems (UEMSI,RIGID, CUES, AIRES SYSTEMS) SONAR INSPECTION 2 Sonar/Multi Sensor Trucks GROUTING RIGS 6(Cues-Joint/Internal Sealing Units with Standard CCTV Units) COMBINATION VACUUM JET UNITS(WET/DRY) 7(170gpm, 27" Hg 6400chn. 18cyd) Supervac 2000 40(120gpm, 18"-27"Hg 5000-6400 cfm, 15cyd) Supervac, Vactor,Vacall 10(80gpm, 16'-18"Hg 3500efm, I2cyd)Supervac, Vactor,Vacall 5 (80gpm, SJC Unit) Single Axle 1 (170gpm letter Truck Aux Engine(Jumbo Jetter) 27(120gpm Jumbo letter Combo Unit) 5 Ace Style—27inch blower 2 Classic 27inch blower with Aux Engine STRAIGHT HIGH PRESSURE JETTER UNITS I (330gpm @ 2500pic, twin 1%"jethose 5000):NLB 1 (170gpm @ 2500pic,l%"jethose 2500)NLB 6(65-80gpm @ 2500pic,I"jethose 800).F,E Meyers,General 1 (65gpm @ 2500pic, l"jethose 800)Railgear,F.E Meyers 9(35gpm @ 4000pic, 'A"jethose 500)Harkin JETTER UNITS 1 (80gpm Jetter Trucks) —PTO Driven 5 (80gpm fetter Trucks—AUX Engine 9 Trailer Jetter(Harben). 2 Easement Machines—Racked STRAIGHT VACUUM UNITS 7(27"-28"Hg,5400 -6400cfm, Iscyd)Supervac,Vactor CLAMSHELLLS/CATCH BASIN CLEANERS 12 (Hydroclamshell, 35gpm @ 2000pic, 11/4" ton crane, 8cyd) Stetec 4(1T/2ton Crane, Seyd)Stetco 3 Clam—No pump BUCKET DRAG LINES I0 (RMF,4cyl, 100hp,1500 of cable)RMF TRAILERS 3 Pull Behind Trailers 4 Pull Behind 175 CFM Air compressor MANHOLE REHABILITATION 10 Track and Trailer mounted cement pumps(Strong Seal) 2 Track Mounted Cement Pump Units (Chem-grout) 5/101 3 Plural Component Epoxy Rigs 6 Grout Support Trucks TRENCHLESS LINING EQUIPMENT 4(Trelleborg Trenchless Spot Repair Units) 7(Trelleborg Main to House(MTH) boiler inversion units complete with Multiple 8"-24"launchers I Manhole to Manhole inversion system with boiler/stem and air compressor(6"-24") 6 Trelleborg Lateral Connection Repair Units 3 TV/Wolverine Reinstatement Units 1 TV/IBG Reinstatement Units 10 Support Rack Trucks MISCELLANEOUS EQUIPMENT 3 Air compressors, 185 elm 63"- 8"trash pumps 4 Electronic utility tracing/locating equipment 3 Hammer drills 20 Inflatable pipe stoppers, 6"-60" GLOBAL POSITIONING SYSTEMS 8 Trimble®GeoXTTM handheld, from the GeoExplorer®series, combining submeter GPS with Microsoft® Windows Mobile'2003 software for Pocket FCs in one unit GEOGRAPHICAL INFORMATION SYSTEMS 3 ArcView 9.0 Licenses inctuding ArcMap,ArcCatalog and ArcToolbox LIVE PRESSURE PIPE INSPECTION UNITS 3 JD7 LDS 1000 Units,3200ft Video Cable, HD Video Inspection, Hydrophonie Leak Detection, GPS XY Coordinate Location(12"—48"Diameter Pipelines) 5 ID7 Investigator Units, 30011 Video Cable, HD Video Inspection Hydrophonie Leak Detection, GPS XY Coordinate Location(2"—12"Diameter Pipelines) 3 Echologics Leak Finder ST. Correlator Systems STREET SWEEPERS 5 Whirlwind ATTENUATORS 4 Truck Mounted BUCKET MACHINE 1 NPR(RMF STEEL) WATER TANKER 4 4000Ga1 Water Tanker CRANES Truck Mounted Crane 6/101 / I NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists An Equal Opportunity Employer NYC SIC License 0488 Experience and References Government Agency Sewer Cleaning and Inspection Experience New York City Department of Environmental Protection (NYCDEP) 96-05 Horace Harding Expressway Corona, NY 11368 Contact: Ronald Lochan, Chief, Interceptor Improvement Section Tel.: (718)595-4724 E-mail: rlochan@dep.nvc.gov PS-266:Intercepting Sewer Condition Assessment Short Pipes, Various Locations, Citywide Contract Amount: $2,103,375.00 Completion Date: November 2011 Sonar and CCTV inspection of pipe segments less than 2,000 feet (less than 2,000 linear feet between manhole access).Approximately 800,000 linear feet of thirty-six (36) inch to sixteen (16) foot diameter pipes inspected. PS-267:Assessment, Long Pipes(LP)Video& Sewer Inspection of Limited Access Contract Amount: $731,430.00 Completion Date: July 2012, Sonar and CCN inspection of pipe segments longer than Z000 feet(more than 2000 linear feet between manhole access). Approximately 90,000 linear feet of thirty-six (36) inch to sixteen (16) foot diameter pipes inspected. REG-028:Interceptor Flow and Capacity Maximization, Citywide Original Contract Amount: $6,999,500.00 Change Order Increase: $4,269,330.00 Total Contract Amount: $11,268,830.00 Completion Date: November 2015 Originally awarded an approximately 7 million-dollar citywide contract to remove 15,000 cubic yards debris and sediment from intercepting sewers, and post-cleaning simultaneous CCTV and sonar inspection, based on the client's desire to do more work with our company, we were awarded a change order of over 4.25 million dollars to clean and inspect a Coney Island Drainage Area pipeline in the Borough of Brooklyn, New York, which had large debris accumulations (approximately 3,000 cubic yards) resulting from fallen tiles in the flow channel which could not be removed by other contractors utilizing conventional cleaning methods, and required our technical expertise to remove these accumulated obstructions from the flow channel. 7/101 Al NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists An Equal Opportunity Employer NYC me license#4133 SC-101: Removal and Disposal of Debris/Residuals Accumulated in the Trunk Line of the City Sewer System, Citywide Contract Amount: $2,893,375.00 Completion Date: July 2016 Furnish all necessary labor, materials, permits and equipment for the removal and disposal of debris/residuals accumulated in trunk sewer lines ranging in size from sixty(60) to two hundred four(204) inches in equivalent diameter throughout the City, perform CCN and/or sonar inspection of the above sewers. We would like to note that ourcompany has been awarded this contract since it was SC-01. Agency Contact: Gregory Tamarin, P.E. Chief, Engineering Unit Sewer Analysis Tel: (718)595-4217 Email: gtamarin(Tdep.nvc.gov SCM-09: Contract SCM-09 Sewer and Catch.Basin Cleaning Machine with Operator and Labor for Various Location within the 5 boroughs Contract Amount: $466,650.00 Contract Extension: $233,325.00 Total Contract Amount: $699,975.00. Completion Date: March 2012 Cleaning of six (6)inch to eighty-four(84)inch in equivalent.diameter sewers at any location throughout the Five Boroughs of New York City on anas-needed basis. Due to the client's confidence in our company and desire to do more work we were awarded a change order worth half the original contrail. SCTV-13: Cleaning.and CCTV Inspection of Sewers Up to Eighty-Four(84) Inches in the City Sewer System at Unknown Locations on an as Needed Basis, Citywide Contract Amount: $1,985,950.00 Completion Date: July, 2016 SCTV-14: Cleaning and CCTV Inspection in the Sewers System Downtown City-wide(NYC) Contract Amount: $2,930,760.00 Completion Date: May, 2016 Provide all labor, equipment and material required for the removal and disposal of all deposits in the sewers and appurtenances (manholes, chambers, catch basins, etc.)at various locations throughout the Five Boroughs of New York City, as well as post-cleaning closed circuit television inspection. The sewers vary from six(6)inches to eighty-four(84) inches in equivalent diameter, and are of various material like clay, cement, brick, concrete, etc Cleaning and removal of deposits from the sewers is performed by utilizing combination sewer cleaning machines (letter plus vacuum). 8/101 /� NATIONAL WATER MAIN CLEANING CO. l The Environmental Protection Specialists M Epai Oppo.tundy Employer NYC ale license#468 TV-10 PROJECT Contract Amount: $2,000,000.00 Completion Date: October, 2008 Cleaning and Television Inspection of 500,000 Ft. of 8"through 48"sewer pipe prior to road restoration in various locations throughout the City of New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City owned landfills. CRO—327— Video Inspection—Storm Sewer System—•Kensico Reservoir Watershed Contract Amount:$ 312,700.00 Completion Date:April, 2005 Cleaning and Televising 66,000 linear feet of 8-inch through 48-inch storm sewer pipe to determine illicit sanitary sewer connections into the storm sewer system draining into the Kensico Reservoir. Digitally map all drainage structures in the Reservoir area using Global Positioning Systems. The project also included the cleaning of manholes and disposal of all materials at minimum of 25% solids at the City owned landfills. HI-1 PROJECT Contract Amount: $7,500,000,00 Cleaned, disposed of materials,:and installed hoods and hangers on 29,000 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. 111-2 PROJECT ContractAmount: $8,000,000.00 Completion Date: Cleaned, disposed of materials, and installed hoods and hangers on 29,000 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. HI-3 PROJECT Contract Amount: $8,000,000.00 Completion Date: October, 1999 Cleaned, disposed of materials, and installed hoods and hangers on 35,000 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. 9/101 VNATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M Equal Opportunity Employer NYC BIC crenae.eaee 111-0 PROJECT Contract Amount: $1,500,000.00 Completion Date: May, 2005 Cleaning,disposing of materials, and installing hoods and hangers on 7,500 catch basins in the City of New York. The work included coordinating work between the various New York City Community Boards, the Department of Environmental Protection, Mapping Engineers and Inspection Engineers. Via the HI-1 to HI-4 contracts, our company cleaned over 100,000 catch basins in the City of New York. Agency Contact Mr. Steve Camaiore Director, Asbestos Control Program Tel: (718)595-4424, for information regarding TV-7A, TV-8, SC-68, SC-KISS, HI-1, HI-2, HI-3, HI- 4, &SC-77 New York City Department of Design and Construction (NYCDDC) 30-30 Thomson Avenue Long Island City, NY 111W Contact: Ben Perrone, Contracts Tel: (718) 391-2200 Fax: (718)391-2615 SETVDDCO2:Dragging, Television Inspection,and Video Tape Recording of Sewers at Unknown Locations, Citywide Contract Amount $372,950:00 Under this contract,our company deployed multiple crews to"Ground Zero"in the mammoth cleanup operation in thsafternath of the September 11,2001 terrorist attack on the World Trade Center.Approximataty 88,000 linear feet cleaned and 85,000 linear feet of eight(8) inch to forty- eight(48)inch sewer pipe inspected.via.CCTV. Our vast resources of equipment, crews, and experience helped restore normality to the lives of New York City residents in the shortest time possible. SETVDDCI 1: Cleaning, Television Inspection and Digital Audio-Visual Recording of Sewers at Unknown Locations in the City Sewer System on an as Needed Basis— Citywide Contract Amount: $1,427,184.00 Completion Date: May 2014 Cleaning 214,000 linear feet of less than twenty-four(24) inch diameter sewer and 55 manholes, as well as CCTV inspection of all 210,000 Hear feet of sewers citywide. 10/101 0411. NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M Equal Opportunity Employee NYC SIC License 41408 SETVDDCI3: Cleaning, Television Inspection and Digital Audio-Visual Recording of Sewers at Unknown Locations in the City Sewer System on an as Needed Basis; Together with All Work Incidental Thereto, All Boroughs- Citywide Contract Amount: $2,074,920.00 Completion Date: July 2016 Cleaning 140,000 linear feet of less than twenty-four(24) inch diameter sewer and 35,000 linear feet of twenty-four(24) inch to forty-eight(48) inch diameter,as well as CCTV inspection of all 175,000 linear feet of sewers citywide. Port Authority of New York and New Jersey(PANYNJ) Four World Trade Center 150 Greenwich Street, 21st Floor New York, NY 10016 Contact:Alex Alvarez, Staff Services Engineer Tel: (201)216-2975 Performance of Expert Professional Cleaning and Closed Circuit Television Inspection of Storm Drain 8 Sewer Services as Requested on a "Call-In"Basis Contract Amount to Date: $909,244.00 Our company is under contract to perform professional storm drain and sewer cleaning and inspection services for the Port Authority at its various properties on a call-in basis, including: • Approximately 8,300 linear feet of storm drainage line withpipe diameter of thirty-six (36)to sixty (60) inches at Newark Liberty International Airport(EWR). • Approximately 800 linear feet of storm drainage lines of various pipe sizes at LaGuardia Airport (LGA)on Marine Terminal Road and BoweryBay Boulevard • Approximately 1,300 linear feet of six (6)inch water main at the Lincoln Tunnel • Cleaning, rehabilitation, and inspection of storm drains under Runway 4L-22R at John F Kennedy Airport-. .., • Approximately 8,300 linear feet of storm drainage line of various sizes at John F Kennedy Airport (JFK) • Molester Street Improvement at Port Elizabeth We have consistently been awarded this contract when it was released for bid, and had our term renewed every year. In addition, we have been a subcontractor for the following projects at PANYNJ facilities: 11/101 CoNATIONAL WATER MAINiCLEANING CO. The Environment./Protpcfbn An Equal OpponvnaY EmpJYer NYC BIC License#408 2010, Contract WTC-264.595 PATH Hall for the WTC Transportation Hub Project Contractor: Skanska USA Civil Northeast, Inc./Granite Construction Northeast, Inc./SkanskaUSA Building Inc. (Skanska/Granite JV) GC Project Amount: $542,325,000.00 NWMCC Contract Amount: $51,249.00 Cleaned and inspected the sewer systems at the PATH Hall in the World Trade Center site's west bathtub. 2011, Contract No. WTC-264.613: World Trade Center TransitiHall Plumbing Contractor:WDF, Inc. 30 MacQuestin Parkway Mount Vernon, NY 10550 Contact: (914) 716-8000 GC Project Amount: $10,060,000.00 NWMCC Contract Amount: $85,650.00 Provided a video survey of the World Trade Center Transit Hall's sanitary sewer system and cleaning byjetter/vacuum truck. New York City Housing Authority 23-02 49th Avenue Long Island City, NY 11101 Contact Joseph Schmidt, Deputy Director,Technical Services Department Tel: (718) 707-8921 E-mail: Joseph.SchmidtRnycha,nvc:gov Amount of Work Performed to Date:$469,294.10 Hurricane Sandy Clean-up Work: $377,655.85 Completion Date: October, 2013 Our company has completed nearly$500,000 worth of sewer cleaning and CCTV inspection for the New York City Housing Authority, including nearly$400,000 of post-Sandy cleanup work. Jersey City Housing Authority 400 US Highway#1 (Marion Gardens) Jersey City, NJ 07306 Contact: Mr. Kenneth Pinnock, Jr., Purchasing Agent Tel: (201)547-6600 Fax: (201)547-6643 E-mail: kpinnockalcha.us Sewer Cleaning, T.V. Surveying and Minor Repairs,As-Needed, at all JCHA Developments Amount of Work Performed to Date: $184,812.50 Perform sewer cleaning, CCTV surveys, and minor repairs as needed at all Jersey City Housing Authority developments. 12/101 0JNATIONAL WATER MAIN CLEANING CO. The Environmental Prolaction Specialists M Equal Opportunity Emporer NYC SIC license 0608 Newark Housing Authority 500 Broad St Newark, NJ 07102 Contact: Nitin Patel, Principal Engineer Tel: (973)273-6000 1999- Ongoing: Contract No. 07-2168: Cleaning, Inspection 8 Repair of Catch Basins, Spray Pools, Lawn Inlet Basins, Sanitary 8 Storm Manholes, Pipe Lines and Emergency Sewer Cleaning and Repair at Various Housing Developments Amount of Work Performed to Date: $4,564,404.75 (On-Going) Since 1999, our company has had a sewer cleaning, inspection,and repair contract with the City of Newark which has been renewed numerous times. The City has taken care to set aside money in their annual budget to include our contract New Jersey Department of Transportation (NJDOT) Contact Mr. Roy A. Neuman, Field/Project Manager Bureau of Roadway Maintenance Engineering and Operations 1035 Parkway Avenue Trenton, NJ 08625 Tel: (609)530-2974 E-mail: Roy.Neuman(o)dot. Locty Drainage Restoration Contract North-2014;Routes 9W, 15, 17, 23, 24, US 46, 57, 94, 1-80, 1-80 Local, 94, 124, 183, US 206, Counties of Bergen, Essex, Morris, Sussex, Union 8 Warren-North of Route 57; Federal ProjectNo:SW-COOS(687), PE No:2621868, CE No: 2205841, DP No: 15401 Contract Amount $1,896,561.48 (On-Going) Drainage Restoration Contract, Central-2014;Routes US 9, US 22, 33, 34, 35, 36, 57, 66, 72, 1-78, 1495, US 206, 1-287, 8 440, Counties of Hunterdon, Mercer, Middlesex, Monmouth, Ocean, Somerset 8 Warren-South of Route 57;Federal Project Number STP-COOS(688), PE Number: 2621870, CE Number 2205842, DP Number: 15405 Contract Amount: $1,292,180.51 (On-Going) 13/101 FANATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists An Equal Oppmtundy Employe, NYC BIC U[nnee#469 Drainage Restoration Contract, South—2014;Routes US 9, US 30, US 40, 41,47, 48, 50, 54, 55, 56, 68, 70, 73, 140, 143, 147, US 130, 1-295 8 US 322, Counties of Atlantic, Burlington, Camden, Cape May, Cumberland, Gloucester 8 Salem;Federal Project Number:STP-COOS (689), PE Number: 2621869, CE Number:2205843, DP Number: 15402 Contract Amount: $1,393,502.85 (On-Going) Our company has successfully been performing the above three contracts repeatedly for the NJDOT since 2002. The scope of work includes the removal of sediment,debris, roots and/or vegetation in pipelines, drainage structures, storm water intakes&outfalls, and the stabilization of areas subject to erosion regardless the size and type of blockage in order to restore facilities to their original hydraulic capacity and function. It also includes video inspection and complete inventory of the existing highway drainage facilities within jurisdiction of the NJDOT CAMBRIDGE. MA City of Cambridge 147 Hampshire Street Cambridge, MA 02139 Contact: Owen Oriordan Tel: (617)349-4845 Contract Amount $192,000.00 Cleaned and Inspected 10,000 ft. of 10"through 96"sewers in the.City of Cambridge, the project included testing and disposal of both non-hazardous and hazardous debris. LYNN WATER AND SEWER COMMISSION Clinton Bogert Associates Consulting Engineers 270 Sylan Avenue Englewood Cliffs, NJ 07632 Contact: Johannes De Waal '. Tel: (201)567-7979 Contract Amount:$1,140,000.00 Clean and inspect the Wester Interceptor, including 13,380 Ft.of 18" through 75" Interceptor sewer and submain; disposal of material, and environmental restoration work. BOSTON WATER AND SEWER COMISSION (BWSCI 980 Harrison Avenue Boston, Massachusetts 02119 Contact: John Sullivan Tel: (617)989 -7000 Contract Amount: $1,600,000.00 Cleaned and Television inspected 17,000ft of 18"through 72"of the Westside Interceptor sewer in Boston, MA. The project also included cleaning and inspection of a siphon beneath the Massachusetts Turnpike and the Christian Science building, as well as the installation of three manholes 14/101 0Mi NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M Equal Opoe,tunay Employer NYC BIC license#4e8 Municipal Sewer Cleaning and Inspection Experience Woodbridge Township, New Jersey 1 Main St. Woodbridge, NJ 07095 Contact: John Kociolek Tel: (732)634-4500 2010—Ongoing: Contract No.1040 Sanitary Sewer General Cleaning& Television Contract Amount $316,326.30 Cleaning 8 televising of approximately 105,982 linear feet of six (6) inch through twenty-four(24) inch of sewer pipe, includes a Cured-in-Place pipe repair,re-establishing of service connection and cutting protruding lateral connection. City of Hollywood, Florida American Infrastructure Technologies Corporation 8799 US Hwy 31 Hanceville, AL 35077 Tel: (256) 739-4747 Hollywood Florida Clean & CCTV(2017-2018) Contract Amount: $168,595.00 National Water Main Cleaning.Company working as a subcontractor for American Infrastructure Corporation, completed 97,000 linear feet of dean & CCTV work in.Hollywood Florida in March of 2018. This job posed multiple complexities that would require close coordination with the general contractor and other subcontractors.The city of Hollywood had placed many of their sewer lines and manholes in sewer easement alleyways between residential properties. At one point the city decided to close the alleyways and give the property to the residents, leaving the manholes inside of their backyards This created a difficult task when it came time to clean the lines. With state of the art equipment, like.our Hvidtved Larsen Donky Reel easement machine and crews with decades of experience, these easements would barley put a dent in our production. Setting up at these manholes meant driving the easement machine through gated backyards and running hundereds of feet of flex hose for vaccuming. On top of the difficult access, many of the laterals were in poor shape and would allow vast quantities of sand into the main line during jetting. Most setups would end up requiring more than 4 passes with the jetter and ample time spent vaccuming out the sand. New manholes were also being installed by another contractor at the same time we were cleaning and televising the line. This added another layer of coordination that would be required to keep our crews running everyday without crossing paths with the manhole installations. When it comes to getting jobs like this done, it boils down to having the right guys and the right gear, and we have both. 151101 J tit, NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists An Equal CppertunM EmplYet NYC BIC License*488 Jersey City, NJ Contract CT 200826 Northwest Interceptor Cleaning& Sonar/TV Inspection(2008-2010) Mayo, Lynch &Associates 333 Meadowlands Parkway Secaucus, NJ Seamus Cunningham (201)866-7171 Boswell McClave Engineering 330 Phillips Ave, P.O. Box 3152 South Hackensack, NJ Contact: John Englese Tel: (201)641-0770 Contract Amount: $3,843,653.00 Cleaning& Sonar/TV Inspection of 24,255 linear feet of eighteen (18) Inch though eighty- Four(84)inch drainage, 90 manholes, regulator lines and siphons. A unique idea,to a potentially hazardous situation,turned into a:reliable solution for both the project engineer and the owner; Jersey City Municipal.Utilities Authority(JCMUA)thanks to our Vice President—Joseph Perone. - This idea saved JCMUA a substantial amount of costsand exposure to a very hazardous material PCB (poly-carbonated bi,pnenyl):The idea was to safely remove contaminated materials from the existing sections of pipe,and minimize any exposure to the working staff and public. A standard CCTV&Sonar Inspection project of approximately 24,255 linear feet of an 18 to 84-inch interceptor pipe came to an abrupt hat when PCBswhere discovered during a required scheduled material test. Mr. Perone along with hie experienced:team,worked up a plan to isolate, remove, contain, dewater, transport and dispose of all contaminated material.The plan was presented to the engineering staff: Jersey City MUA officials and the New Jersey Department of Environmental Protection. After months of delay:the plan was approved andput into works. The termination point of the interceptor flow is a wet well at an abandoned treatment plant in Jersey City,which handled about 33MGD. The plan was to prevent the flow, that carried suspended contaminated materials due to high pressure jetting from entering the wet well at the abandoned treatment plant. It included blocking the wet-well and setting up an intensive by-pass pumping system to divert the flows back into the empty abandoned settling tanks at the treatment plant.This plan allowed the suspended contaminated materials(PCB's)to settle out of the flows and into the primary and secondary tanks.A secondary pumping system was put in place to pump the 33MGD of clarified flows back to its original destination,the wet well. From there, the flows are sent to the Passaic Valley Sewer Commission for further treatment.The removed solids were taken to licensed DEP facility by trucks for Incineration.All tanks used for this process were cleaned and released back to the city. The solution arrived at by the project team did not only save the Municipality the enormous cost of building a bypass sewer, it also eliminated the need to put workers into the interceptor pipe to vacuum out the PCB-contaminated material and putting them in harms-way. To date,the Jersey City Municipal Utilities Authority(JCMUA)is ultimately satisfied and still is a contented customer of NWMCC. 16/101 C_r' NATIONAL WATERn MAIN CLEANING CO. The Environmonbi Protectiospeer a:ts -- An Eaai opportunity Employer NYC BIG License#498 Joint Meeting of Essex & Union Counties Wastewater Treatment Plant &Sludge Dewatering Facilities 500 South First Street Elizabeth, NJ 07202 Tel: (908)353-1313 Fax: (908)353-7925 Cleaning Equipment Rental and CCTV Inspection Services to the Trunk Line Collection System On an "As Needed"Basis Contract Amount: $85,175.00 Completion Date: November, 2013 Provided cleaning equipment rental and CCTV inspection services to the treatment plant and sludge dewatering facilities on an as needed" basis. Rockland County Sewer District No. 1 4 Route 340 Orangeburg, NY 10962 Contact: Martin Dolphin, PE Tel: (845)365-6111 E-mail: dolphinm&co.rockland.nv us SM2012-01: 2012 Sewer System Maintenance Project Contract Amount $598,280.29 Completion Date:April, 2014 SM2013-01:2013 Sewer System Maintenance Project Contract Amount: $721,411.50= >. Completion Date: June2015 1 SM2014-01:2014 Sewer System Maintenance Project Contract Amount: $885,852.45 Completion Date; March, 2016 SM2015-01:2015 Sewer System Maintenance Project Contract Amount:$976,377.75 Completion Date: April, 2016 SM2015-03: Sewer System Maintenance Project Contract Amount: $532,159.24 Completion Date: May, 2016 SM2016-01:Sewer System Maintenance Project Contract Amount:$1,077,981.85 (On-going) Since 2012, our company has consistently been awarded the annual sewer system maintenance contract by Rockland County Sewer District No. 1, which includes cleaning and televising, sewer manhole inspections, sealing, and grouting of eight(8)to ten (10) inch sanitary sewer, as well as miscellaneous additional work, totaling nearly$4 million. 17/101 NATIONAL WATER MAIN CLEANING CO. � The Environmental Protection Speciaflshs JAn Eauar Opvottunrty Emgoym NYC SIC ucenae was Lining Experience City of White Plains, New York 255 Main Street, White Plains, New York 10601 Contact: Anthony Carr Tel: (914)422-1212 Contract Amount: $154,634.75 Performed a Manhole Rehabilitation in order to improve the overall Structural Condition, Eliminate Infiltration and Inflow and also to provide Corrosion Protection. Borough of Avon-by-the-Sea 301 Main Street Avon-by-the-Sea, NJ 07717 Contact: Charles J. Rooney Tel: (732)671-6400 Contract Amount: $ 113,324.25 2016 Sanitary Sewer Lining &Trenchless Rehabilitation Project Bangor Borough Authority. Pennsylvania 58 Market Street Bangor, PA 18013 Contact: Edward J. DiMond '. Tel: (856)983-8739 Contract Amount:$349,876.00 Performed series of Sewer Repair and Cured-in-Place lining on the North and South Main Street of Bangor. Department of the Navy Navfac Mid Atlantic Reference: Nadiad Inc. 1026 Old Cones Avenue Neptune, NJ 07753 Contact: Barry Halprin Tel: (908)675-0443 Contract Amount: $532,296.00 Performed cleaning, fabrication, assembly,erection of CIPP lining of existing sewer lines. 18/101 NATIONMAIN AL WATER CLEANING CO. The NATIONAL entelProfacbon Specialists An Equal Cpportunfy Employe NYC BIC license awe Fort Dix 52 Liberty Street Trenton, NJ 08611 Contact: Rome Management Associates, Judy Brooks Tel: (609)393-7600 Completion Date: 2013 Contract Amount: $451,129.75 Installed 7400 linear feet of 8"and 12" liner Franklin Township 3141 Bordentown Avenue Perlin, NJ 08859 Contact: CME Associates, Joseph Gemmell Tel: (732)727-8000 Completion Date: 2015 Contract Amount: $435,595.36 Installation of 10 CIPP point repairs and installation of 1,300 LF of MTM. Hanover Sewerage Authority 1000 Route 10 Whippany, NJ 07981 Contact: Hatch Mott MacDonald, Robert Haller Tel: (973) 912-2538 Completion Date:2013 Contract Amount: $ 102,278 Installation of 1200 LF of MH to MH Lining 8"main installation of 2-6 ft. sectional CIPPs. Maybrook Township 11 Schipps Lane Maybrook, NY 12543 Contact: DeWinter Engineering, Jim DeWinter Tel: (845) 888-2722 Completion Date: 2013 Contract Amount: $ 124,295 Installation of 2200'of 8"and 10" CIP Sewer Main 19/101 NATIONAL WATER MAIN CLEANING CO. PP The Environmental Protection Specialists M Equal OpPMundy EmPloYef NYC BIC license.408 Village of Northport 224 Main Street Northport, NY 11768 Contact: Gannett Fleming Engineering, Nathan Wheeler Tel: (516)364-4140 ext.: 1322 Completion Date: 2014 Contract Amount: $ 351,834.75 Installation of 3,180 LF of MH to MH lining in 8"-10" sanitary sewer mains and installed 15- 6 ft. sectional CIPP repairs Town of Revere MA Reference: CDM Smith Contact: Jonathan Kunay(COM) Tel: 617452-6583 Completion Date: 2012, 2013, 2014 Contract Amount: $3,300,000.00 &$6,250,000.00 Sewer System Rehabilitation IV&V Town of Dedham MA Contact Jason Mammone PE Tel: 781-751-9350 Completion Date: 2012,2013,2014 Contract Amount $1,200,000.00 Sewer on-call.services—Contract#1.#3.8#4. Town of Norwood, MA Reference:CDM Smith Contact: David Polcari Tel: 617-452-6583 Completion Date: 2013, 2014 Contract Amount: $410,000.00 &$1,900,000.00 Sewer Rehabilitation project— Hoyel Street Area & Meadowbrook Area Village of Roslyn 1200 Old Northern Boulevard Roslyn, NY 11576 Contact: Sam Daliposki Tel: (516)204-3469 Completion Date: 2015 Contract Amount: $ 1,654,301.13 Installation of 8" to 10"MH to MH sanitary sewer lining. 20/101 Tea NATIONAL WATER MAINisla CLEANING CO. The Envimnmantar Protection SPecial An Equal OppoNnfy Employer NYC SIC ticen a*488 Suffolk County 310 Center Drive S. Riverhead, NY 11901 Contact: Ralph Sergio Tel: (631)854-4901 Completion Date: 2014 Contract Amount: $ 191,472.05 Installation of 1,900 LF of 8" sewer main and 450 LF of 1T sewer,mainInstallation of 2-6 ft. sectional CIPPs. Castle Shannon Borough, Pennsylvania Reference: Lennon Smith Souleret Engineering, Inc. 846 Fourth Avenue Coraopolis , Pennsylvania 15108 Contact: Steve Scheidler Tel: (412)264-4400 Installed 400 cured-in-place point (CIPP)repairs under thesupervision of Lennon, Smith, Souleret Engineering, Inc. Elizabeth Township, Pennsylvania.. Senate Engineers 420 William Pitt Way Pittsburgh, PA 15238 Contact: Ken Hillman (412)826-5454 Performed 250 cured-in-place point(CIPP)repairs. Woodbridge Township,New Jersey. 1 Main St: Woodbridge, NJ 07095 Contact John Kociolek Tel: (732)634-4500 Installed 325 cured-in-place point (CIPP) repairs for the Township since 2010. Scott Township, Pennsylvania Reference: Lennon Smith Souleret Engineering, Inc. 846 Fourth Avenue Coraopolis, Pennsylvania 15108 Contact: Eric Beringer Tel: (412)264-4400 Installed 1,200 cured-in-place point (CIPP) repairs under the supervision of Lennon, Smith, Souleret Engineering, Inc. 21/101 OI - NATIONAL WATER MAIN CLEANING CO. d no Environmental Protection Specialist M E qua OLPorNndy Ern*yN NYC BIC License F4513 Smoke Testing Experience Saint Joseph's Abbey (June 2008) Spencer, MA Contact: Mr. Warren Ramsey, Spencer Water Department Tel: (508)208-2959 Performed smoke testing on 6,000 linear feet of sewer in St. Joseph's Abbey, known for having the only Trappist ale distillery in the United States. Town of Burlington, MA(June 2009) SEA Consultants Contact: David Peterson Tel: (617)498-4755 Performed smoke testing on 150,000 linear feet of eight(8) inch to fifteen (15) inch sewer. Industrial Sewer Cleaning and Inspection Experience AMTRAK Contact: James Convery Tel: (215) 349-1812 Cell: (646)761-6928 Contract Amount: $800,000 Supers form Sandy Port of Remedial Cleanup (On-Going) Sump cleaning in Bergen Portal-NJ-:Cleaning of Sump Infrastructure Utilize a combined,jetter/rodder and vector on.rails (High Rail)in order to clean and remove silt, sand and other debris from sumps. All non-hazardous materials disposed at a licensed disposal facility. Amtrak National(Railroad Passenger Corp). Penn Station New York 7th Ave West 31st Box 17 New York, NY 1001 Contact: George P. Hurchik Tel: (212)630-6827 Fax: (212)630-7301 Contract Amount: $100,000.00 Cleaning of Sewer Pipes Using a High Rail Gear Combination JetterNacuum Truck. Project Locations:New York and New Jersey 22/101 j t NATIONAL WATER MAIN CLEANING CO. ii_In The Environmental Protection Specialists -- An Equal Oppmem,ty Employer NYC FCCUtanse44138 Dewberry do Metropolitan Transportation Authority (MTA) / New York City Transit INYCTI 15 East 26th Street/13th floor New York, NY 10010-1505 Contact: Sufian Khondker, P.E. Email: sufian.khondkenaarcadis.com Contract Amount: $169,500.00 Utilized a Rower Camera System to conduct video inspections of 21 different MTA Subway Stations in New York City. Parsons do Metropolitan Transportation Authority (MTAI One Penn Plaza New York, NY 10119 Contact: Brian Cresenzi, P.E. Tel: (212)465-5000 x 5211 Contract Amount: $39,000.00 Utilized a Rovver Camera System to conduct video inspections of six (6) different MTA Subway Stations in New York City. HDR do New York City Transit ENYCTI 500 Seventh Avenue;15h Floor New York, NY 10018 Contact: Dan Siragusa Tel: (212)542-6159 CM-1364;2013-207T"Street Rail Yard Contract Amount: $191,612.50 CM-1364: 2015- 148TH Street Rail Yard Contract Amount: $ 14,850.00 CM-1364:2016-207TH Street Rail Yard Contract Amount: $489,400.00 STV c/o New York City Transit (NYCT) 225 Park Avenue South, New York, NY 10003 Contact: Michael Tumulty, P.E. Vice President Tel: (212)614-3369 Contact: Karen W. Robinson Tel: (212)614-3465 CM-1409: 2015- Coney Island Rail Yard Contract Amount:$403,412.10 Conducted activities related to drainage, sanitary, combined sewer, structures/system cleaning and evaluation including the cleaning and close circuit color television (CCTV) inspection. 23/101 NATIONAL WATER MAIN CLEANING CO. N IONfNnI]rP ESync/Nish M Equal OppmNnty Employer NYC 91C licence N68 United Water(New York & New Jersey) United Water Environmental Services, Inc. 200 Old Hook Road, Harrington Park, NJ 07640 Contact: Gerry Remsen, Ill, P.E., Senior Project Engineer MASTER CONSTRUCTION SERVICES AGREEMENT BETWEEN UNITED WATER MANAGEMENT AND SERVICES INC. ON BEHALF OF ITS AFFILIATES AND SUBSIDIARIES AND NATIONAL WATER MAIN CLEANING COMPANY FOR MANHOLE REHABILITATION, JETVAC CLEANING, CCN INSPECTIONS AND RELATED SERVICES(AGREEMENT NO. 13672) United Water is an American water service company that owns and operates 16 water and waste water utilities, and operates 90 municipal water and waste water systems through public-private partnerships and contract agreements, including for Bayonne,New Jersey, and Nassau County, New York. Our company has contracted with United Water to provide manhole rehabilitation, jetvac cleaning, CCN inspections, and related services on a task order basis for its various municipal waste water utilities. Insituform Technologies Global Headquarters 17988 Edison Avenue St. Louis, MO 63005 Phone: 800.234.2992 Fax:(636) 519.8010 Insituform Technologies, LLC is a leading worldwide provider of cured-in place pipe (CIPP) and other technologies and-services for the rehabilitation of pipeline systems. Insduform's businesses consist of sewer,dnnking water and industrial pipeline rehabilitation and protection. Our company maintains a working retationship withInsituform, and performs the sewer cleaning and television inspectionfor them before they begin their CIPP Baltimore County, Maryland Insituform performs CIPP repairs throughout Baltimore County. Our company has performed pre- installation cleaning and television inspection for them,and has installed 1,766 full wrap lateral connection repairs (LCRs)totaling approximately 5,000 linear feet for Insituform since 2010. Insituform was awarded a contract valued at approximately$10 million from the City of Baltimore, Maryland to install nearly seven miles of small-and medium-diameter CIPP in wastewater pipelines located throughout the Baltimore area. Our company performs pre-installation cleaning and television inspection, as well as lateral connection repairs for Insituform and has installed approximately 1,250 full wrap LCRs totaling approximately 2,500 linear feet since 2011. St. Louis, Missouri Insituform was awarded a contract valued at $5.2 million from the Metropolitan St. Louis Sewer District (MSD). The project requires the rehabilitation of over 25 miles of small- and medium- diameter pipelines throughout the St. Louis metropolitan area. Our company performs pre- installation cleaning and television inspection, as well as lateral connection repairs for Insituform and has installed approximately 3,000 full wrap lateral connection repairs totaling approximately 4,700 linear feet since 2011. 24/101 0�+ NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M Equal OrpmNndY 8,80088g NYC BIC L:cen6e#40e Greater New Haven Water Pollution Control Authority Contact: Rick Hudburt, Superintendent of Sewer Tel: 203-466-5263 Completion Date: 2012 - Present Contract Amount: $2,500,000.00 Sewer Rehabilitation Project and Interceptor Maintenance Metropolitan District Commission Contact: Jason Waterbury Tel: 860-278-7850 Ext. 3380/Ce11:860-209-8181 Completion Date: 2007-Present Contract Amount: $5,00Q000 + Multiple Sewer Rehabilitation Projects Narragansett Bay Commission Contact: Meg Goulet (Interceptor Maintenance Manager) Tel: 401461-8848 Ext.302/Cell:401-639-3217 <. Completion Date: 2005 -Present Contract Amount $2,500,000.00 + Multiple Sewer Maintenance and I4 Rehabilitation Project The Town of Wellesley. MA', Contact Meghan Condon Tel: (781)223-2404 Completion Date: 2013, 2014, 2015 Contract Amount: $1,200;000.00 Sewer System Rehabilitation Year 1-3 25/101 i NATIONAL WATER MAIN CLEANING CO. f it The Environmental Pro faction Specialists M Eeust OPoalum4Y Emgcyer NYC BIC License*308 Inflow & Infiltration Study Experiences ( I&I ): Westchester County, NY Consortium Sanitary Sewer Evaluation Study (2016-2017) GHD Consulting Services Inc. 1 Remington Park Drive Cazenovia, NY 13035 Tel: (315) 679-5800 Contract Amount: $2,990,631.60 National Water Main Cleaning Company(NWMCC) working with GHD Consulting Inc. will be concluding the Consortium SSES in September 2017 with just over 1,000,000lf of cleaning & televising completed in 8"-30" pipe. The study's focus was to locate sources of inflow and infiltration as well as classifying all structural deficiencies within the sanitary sewer systems of four municipalities in Westchester County New York. Aside from cleaning and televising, the study also included 950,0001f of smoke testing, 7,000 manhole inspections and 150 dye test setups. The project endured all seasons of the year throughout the harsh northeast climates only shutting crews down for 3 weather related occurrences At its peak, the SSES had up to 6 Clean& TV crews, 2 Smoke Testing crews, and 3 manhole inspection crews working simultaneously on any given day. Upon completion NWMCC will have 20,000 man-hours on the project spread over a 10-month period. The proposed area of work spread across roughly 15 square miles and included the City of New Rochelle, the Town of Mamaroneck, the Village of Larchmont and a portion of Pelham Manor. Locations of sewers across that area varied from the centerline on a 2-lane highway to a 3,000lf stretch down the fairway of a country club. Many setups required ingenuity and skill to properly clean and TV due to diverse sewer placement and access to a water supply. The wide array of equipment at our disposal and the versatility of our crews are what made it possible to accomplish a project of this scale in such a short timeframe. 26/101 elk NATIONAL WATER MAIN CLEANING CO. The Environmenbl Protection Specialists M Equal Opportunity Empbyer NYC SIC License e468 Scarsdale, NY Scarsdale Sanitary Sewer Evaluation Study(2017) H2M Architects + Engineers 538 Broad Hollow Road Melville, NY 11747 Tel: (631)756-8000 Contract Amount: $484,290.00 National Water Main Cleaning Company(NWMCC) working with H2M Architects + Engineers will be concluding the Scarsdale SSES in the Mamaroneck Sewer.District in September 2017 with just over 150,0001f of cleaning & televising completed in 6"-24 pipe. The study's focus was to locate sources of inflow and infiltration as well as classifying all structural deficiencies within the Mamaroneck Sewer District inside the Village of Scarsdale's municipality. Supplemental to cleaning & televising, NWMCC was also responsible for the completion of 550 manhole inspections. The project lasted two months and averaged over 3,0001fof cleaning &televising per day. The Village had many problematic locations to setup in including over 6,000lf of sewer within the Quaker Ridge Golf Club and 4,0001f down.the Hutchinson River Parkway right of way. NWMCC's coordination with the New York State Department of Transportation, The Village of Scarsdale and private owners was critical to the.success of allwork done on these easements. Utilization of pipe locating equipment as well as the Rower inspection system also played a key role in the completion of this study. Through keen management, experienced field crews and the right equipment for all scenarios, NWMCC was able to conclude this study while running concurrently with another large scale sanitary sewer evaluation study. 27/101 C191. NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists M SquatOpportunity Employer NYC BIC IKense t088 Larqe Diameter Project Experiences: CRY OF NEW YORK, NY SC-68- Fourth Avenue Sewer Cleaning Mr. Steven Camaiore, (718)595-4424 New York City DEP 59-17 Junction Boulevard, 17th Floor Corona, NY 11368 Contract Amount: $380,320.00 Cleaned and Televised 2,114 Linear Feet of 30"through 114"sewers. Removed approximately 4,000 cubic yards of solids in an effort to regain lost capacity in a major outfall system in Brooklyn, New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City owned landfills. SC-77-Inspection of Sewers up to and including 72" in Diameter Mr. Steven Camaiore, (718) 595-4424 New York City DEP 59-17 Junction Boulevard, 17th Floor Corona, NY 11368 Contract Amount $941,500.00 Cleaning and Televising 154,600-.Linear Feet of 8" through 72" sewer pipes prior to road restoration in various locations throughout the City of Hew York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City owned landfills. SC-Contract-Cleaning& Inspection of-Sewers on Flushing Avenue, Brooklyn, NYC Mr. Warren Gordon(347)260-4751 New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 Contract Amount: $1,000,000.00 Cleaning and Televising 5,000 Linear Feet of a 13-foot wide x 9-foot high Tile Lined sewer pipes as part of a capacity restoration program in the Borough of Brooklyn, NYC. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25%solids at the City approved landfills. CSO PC Contract- Cleaning & Inspection of Sewers on Flatlands Avenue, Brooklyn, NYC Mr. Warren Gordon (347)260-4751 New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 Contract Amount: $4,300,000.00 Cleaning and Televising 7,500 Linear Feet of a 15-foot wide x 9-foot high sewer pipes as part of a capacity restoration program in the Borough of Brooklyn, NYC. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City approved landfills. 28/101 �+� NATIONAL WATER MAIN CLEANING CO. The Environmental Protection Specialists — M E p Oppatuney Employer NYC SIC Uanse%408 REG—028 Contract—Cleaning & Inspection of Sewers up to and including 120" in Diameter Mr. Linus Mensah (718) New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 • Contract Amount: $11,000,000.00 Cleaning and Televising 80,000 Linear Feet of 54" through 120' sewer pipes as part of a capacity restoration program throughout the City of New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25%solids at the City owned landfills. 1417-PS—Removal & Disposal of Residuals from Large Diameter& Long Sewers Mr. Linus Mensah (718) New York City DEP 59-17 Junction Boulevard, 2nd Floor Corona, NY 11368 Contract Amount: $4,881,807.00 Removal and Disposal of Residual from Interceptor and Sewer pipe of up to 2000ft. SCTVDDCO2 — Dragging, Television Inspection and Video Tape Recording of Sewers at Unknown Locations, Citywide Mr. Avi Levy, (212) 442-1890 Mr. Tony Creus, (212)442-1893>.. Contract Amount: $372,950.00 i. Cleaning of 62,000 Linear Feet and Televising 85 000 Linear Feet of 8"• through 48'• sewer pipes prior to road restoration in vanous locations throughout the City of.New York. The project also included the cleaning of manholes and disposal of all materials at a minimum of 25% solids at the City owned landfills. Under this contract National Water Main Cleaning Co responded with multiple crews to Ground Zero in the September 11t,2001 aftermath. 29/101 NATIONAL WATER MAINCLEANING CO. TheEnvironmental Protection Specialists isfs An Equal Oppo,tunfy Employer NYC SIC License 0498 BOSTON. MA Boston Water and Sewer Commission 980 Harrison Avenue Boston, Massachusetts 02119 John Sullivan, (617)989-7000 Irene McSweeney Woodfall, (617)989-7000 Joseph Crossins, (617)989-7000 Cleaned and television inspected 17,000 Ft. of 18" through 72" of the Westside Interceptor sewer in Boston, MA. The project also included cleaning and inspection of a siphon beneath the Massachusetts Turnpike and the Christian Science building, as well as the installation of three manholes. Contract Amount: $1,600,000.00 Cleaned and television inspected 84,650 Ft. of 8" through 60" pipe in various locations throughout the City of Boston. Contract Amount: $ 320,000.00 Cleaned and inspected 260,000 Ft. of 8" through 96" sanitary and combination sewer in the Dorchester suburb of Boston.The project also included testing and disposal of material removed from the sewers. Contract Amount: $455,000.00 Cleaned and inspected 10,000 Linear Ft. of 144" through 204" x 312" combination sewer in the City of Boston. The project also included testing and disposal of approximately 12,400 tons of material removed from the sewers. Contract No. 00-309-007 Contract Amount $ 5,000,000.00 CAMBRIDGE, MA City of Cambridge 147 Hampshire Street Cambridge, MA 02139 Owen ORiordan, (617)3494845 Jeya Niranjan,(617) 349-4845 Cleaned and inspected 10,000 Ft. of 10" through 96" sewers in the City of Cambridge, the project included testing and disposal of both non-hazardous and hazardous debris. Contract Amount: $192,000.00 Fresh Pond Parkway, clean, inspect and dispose of debris from 3000 Ft. of 54"through 72"storm sewers Contract Amount: $459,000.00 Contracts 7, 8 and 9, clean, inspect and dispose of debris from 60,000 Ft. of 8" through 42" sewers Contract Amount: $400,000.00 Cleaning and inspection of 112,000 Ft. of 8" through 72" sewers in the City of Cambridge, this project includes testing and disposal of both non-hazardous and hazardous debris. Contract Amount: $488,595.00 30/101 jt. NATIONAL WATER MAIN CLEANING CO. ,Nri Specializing'',laday/s needs for environment&protection. 876 Summer Avenue•tbwetk W 011043684•Phone:97341933200•Fax 973-483-5065•Ella&agke®mmmccrum 6 B Sheet•Hyde Park MA 9213E-2e0€•Mane:617-361-693•Far 617-361551•EMaa bwmnOmvTS.Sarn CURRENT and RECENT INDUSTRIAL PROJECTS in which OUR CORPORATION HAS BEEN INVOLVE]) CALIFORNIA CHEVRON USA. trti ,- Cleaned and inspected via closed circuit television various storm and process ers Chevron U.S.A. Dollar Value: $: 00 i. El Segundo Refinery x . P.O. Box 97 'Wy El Segundo,CA 90245 Dick Bungarden ,'y (213)615-5000 Via. Pt CONNECTICUTtr,7t` 'e BRIDGEPORT,CT Cleaned and inspected 50,000 Ft of 8"through 4821 sanitary th pombined sewers in the City of Bridgeport ar DpUWValue: $154,000.00 Cleaned 6,000 catch basins in the City o o . ,D'ollar Value: $181,000.00 fix ' 'frCleaned,dewatered and inspected l2VS 24"apg130 siphons in the City of Bridgeport. PSG - Dollar Value: $210,000.00 205 West Bostwick Ave �'" . � ?.„ .' Bridgeport,CT John Ryan � . (203)576-7171 ..ae„ Ok- ILLINOIS `' ' AMOCO 1.1 -'•. NIi. •Y Cleaned tt ” _ W _ . .,icpetroieum storage tanks at client's refinery. Tank bottoms were remopd iby ltacnum tankers. Interior surfaces of tanks were cleaned to "hot works sped as S§nks will be dismantled in the future. Cleaning completed utilizing 10,000 psi er blast and A00 psi jetter trucks. This 4 year project entailed 350 plus above ground t - 120 feJin diameter and larger. Dollar Value: $1,000,000.00 'z. "' Oil C parry Chicago,lL 60601 400 _. "Main Mr.James Savior Wocf River,IL (312)856-4322 200E.Randolph ;a. 31/101 CHEMICAL WASTE MANAGEMENT Vacuum materials from mixing tanks and waste pit a the client's Liquids Solidification Processing Center. Normally this service is performed 3 times per year. Full encapsulation suits and respiratory protection used for worker safety due to the wide array of liquids treated at this facility. ''r Dollar Value: $40,000.00 " " Chemical Waste Management-CID 04,4, CID Processing tr, 135th&Calumet Expressway '` ,.,? 2:24 ,2,22222 Calumet City,IL 60409 ' Mr.Kevin O'Leary _,�" s' (312)891-1500 , 4 MOBIL OIL COMPANY "1`' t Cleaned and television inspected with nitrogen purged system vgrkus s id sanitary sewers for spill control plan. Dokix Value: t s.00 Mobil Oil Company , Cicero Lake Plant McBride Engineering 3649 W. 183rd Road - Hazel Crest,IL 60426 Joe Mc Bride n �' (708)799-9599 NOR1HPIGLD WOODS SANIT DIS7*'f ' Sewer System Evaluation Study,lwe Flo Floral-Monitoring; 380 manhole inspections; 40,944 Ft. smoke testing; 55,790 Ft. levtlron inspection; 570 building inspections, and final report). c' Dollar Value: $130,000.00 Edwin Hancock Engineenng Oo. ns,., '' 9933 W.Roosevelt Rol� -` Westchester,IL 60) ✓$''",•.. Mr.Thomas Heur , " (312)865-0300 WILLOW ' ;i t� Sew- 't '$valuation Study (including flow monitoring at 9 locations; 240 manhole ingpectio)"4 sr,4 i.tFtt. smoke testing; 107,600 Ft. isolation night flow gauging; 21,467 Ft. ced ' is inspection; 1,231 buildinginspections; and final report). "M utIer Engineers Dollar Value: $105,000.00 8714 S. o Road Hlclibry Hills,IL 60457 ;tin Mrjohn Hoefferle `01a "; 2)599-8980 32/101 YELLOW FREIGHT Cleaned and television inspected with nitrogen purged system various storm sewers to determmis',p F,,. ..;: diesel fuel leaks. Dollar Value: $17,000 00cfp, as;; Yellow Freight Chicago Terminal S ENSR 740 Pasquinelli Drive "- '�.. Westmont,1L60559 Louis Mescheda `' '� t (708)887-4200 a Ucc-t, INDIANA CITY OF CROWN POINT, IN ' Sewer system evaluation study(including 270 manhole inchoi.;-,"j370 Ft.of TV inspection; 23,914 Ft. of smoke testing; and final report). '"'"' y` Do Nalue: $124,000.00 Haas&Associates,Engineers `. 705 Franklin Square ,., Michigan City,IN 463607. Patrick Haas (2 �{2194)872-9406 L.T.V.STEEL CO. s% lairs Dewatering with mobile twin-be s.(`L meter), was completed at client's waste water treatment plant Threctrillidk.gallo •eavy metal contaminated slurry was treated during the client's treatmentjil`an u`ehoverload(causing loss of their centrifuge). L.T.V.Steel Co."' '`"s` Dollar Value: $65,000.00 a,4a v 3001 Dickey " .ad"- Baa , is 4.312 .Jim :l:'.„%j;219)391-2513 "I ING ) I wtY 'v'"G r . pit and sewer cleaning at refinery. This work is performed under a service contract which is let annually. Vacuum tucks and hydroblasters are major equipment used to perform thes4 services. Our contract with Amoco has been renewed for the past 3 years. Full Confined 1 Sp e Entry Procedures are followed. -. W31. Dollar Value: $300,000.00 Amoco Oil P.O.Box 710 Whiting,IN 46394 Mr.Phil Dattaan (219)473-7700 33/101 MARYLAND BETHLEHEM STEISL We operate a permitted waste water treatment facility; dewatering blast furnace and B.O.F. slurry,which contain heavy metals. This permanent centrifuge installation has been operated for the past 8 years. Our operators are responsible for daily samples and all Q.A.documentation. Dollar Value: $700,000.00 Bethlehem Steel Company P.O.Box 6600 Sparrows Point,MD 21219 Mr.Marvin Steams (301)388-4028 MASSACHUSETTS BOSTON,MA Cleaned and television inspected 17,000 Ft.of 18" through 72"of the Westside Interceptor sewer in Boston, MA. The project also included cleaning and inspection of a siphon beneath the Massachusetts Turnpike and the Christian Science building, aswell as the installation of three manholes. Dollar Value: $1,600,000.00 Cleaned and television inspected 84,650 Ft. of 8" through 60"pipe in various locations throughout the City of Boston. Dollar Value: $320,000.00 Located and exposed, by means of non-destructive vacuum excavation, 3,000 water service connections city-wide to determine materialcomposition of piping as part of the City lead abatement program. Excavations are approximately 12" diameter, 5'43' in depth and restored to grade with bank run gravel and hot pitch. Dollar Value: $530,000.00 Cleaned and inspected 260,000 Ft. of 8" through 96" sanitary and combination sewer in the Dorchester suburb of Boston. The project also included testing and disposal of material removed from the sewers. Dollar Value: $455,000.00 Cleaned, dewatered and inspected 37,000 Ft. of 10" through 48" combination sewers in the Fenway area of Boston. The project also included dewatering and inspection of a 24"x31" siphon. Dollar Value: $298,000.00 Cleaned and inspected 89,000 Ft. of 8" through 60" sewers in various locations throughout the City of Boston. Dollar Value: $200,00000 Boston Water and Sewer Commission 425 Summer Street Boston,MA 02210 John Sullivan (617)330-9400 34/101 OTHER BOSTON PROJECTS INCLUDE: Dorchester Interceptor,cleaning and Dollar Value: $320,000.00 inspection of 20,150 Ft.of 60" and 72"sewers Southside Interceptor,cleaning and Dollar Value: $626,000.00 inspection of 10,000 Ft.of 10"through 66"sewers St.James Avenue,cleaning,inspection and Dollar Value: $425,000.00 by-pass pumping of 2,500 FL of 22"through + -. 36"sewers. Requirement TV contract, cleaning of 50,000 Ft. of 8"through 84" sewers. CABRIDGE}MA : ., M Cleaned and inspected 10,000 Ft. of 10" through 96" sewers in the,£Iity o bridge`,s the project included testing and disposal of both non-hazardous and bar; debris. Dollar ,,92,000$" Clean and inspect various combination and sanitary sewer:,,onan I-1:?., emergency basis throughout the City of Cambridge. D&lyalue: $`'-`rt000.00 City of Cambridge 147 Hampshire Sheet v,.}ea-} Cambridge,MA 02139 '''. Owen O'Riordan (617)349-4845 A f OTHER CAMBRIDGE PROJECTS IN- :y. Fresh Pond Parkway,clean,inspect anal disport�r Dollar Value: $459,000.00 debris from 3000 Ft. of 54"througlr -rs.-.;orm Contracts 7,8 and 9,clean,r . - d 8z Dollar Value: $400,000.00 debris from 60,000 Ft. of B'v37r. sewEfse Clean 1,000 catch b f dpose o ebris Dollar Value: $126,000.00 4 Emergency sewer c#0irm _'de Dollar Value: $50,000.00 QUINCY; A'n rux.. Cleanand inspxt seven storm water outfalls ranging in size from 24"to 72". .r " Dollar Value: $35,000.00 Ch --an,disprof debris and inspect 11,000 Ft.of 12" through 30" sanitary sewers in the el of Qui Dollar Value: $50,000.00 Cle it i p6`e of debris and inspect 10,000 Ft.of 20" Interceptor in the City of Quincy. Weston&Sampson Engineers,Inc. 5 Cetenniat Blvd. C"-:;,;,-,„„4;Quincy,MA 01960 ' "508)532-1900 35/101 NEW JERSEY BEST FOODS Clean and inspect various sanitary and storm sewers on a maintenance and emergency basis. Dollar Value:$ 10,000.00/year 99 Avenue A Bayonne,NJ 07002 CASCIIEM INC: Clean and video inspect approximately 6,000 feet of storm, sanitary and process sewers in 'i•. preparation for rehabilitation. Dollar Value:$50,000.00;,t, Avenue A , Bayonne,NJ 07002 CROMPTON&KNOWLES '^- Cleaned and inspected via closed circuit television approximately`X*Ft. of 4 lough 14" process sewers at the Nutley,NJ Plant,and 4,500 Ft.of 4"througM4O i*i rbraltai PA Plant. Crompton &Knowles Doll r Value: .00 10 Kingsland Street -=,t>` Nutley,NJ 07110 ,":1`---12174:M,',... Robert SWIM '� int " ' #.. (201)235-1800 ,-11-,, r CITY OF BAYONNE,NJ 630 Avenue C Bayonne,NJ 07002 4 VEIN Clean, dispose of debris and video libattrt appn ately 26,000 feet of 12" through 72"sewers. ,t' Dollar Value:$550,000.00 EXXON CO.USA 4ce_ *, ,> Bayonne Plant PO Box 9025 `'6 J .r° Bayonne,NJ 07002 Clean and video ins'a "� ately'10,000 feet of process and storm sewers in the Bayonne facility. Dollar Value: $250,000.00 EXXON.e Cleaned and ipspec 1 closed circuit television inspection approximately 10,000 Ft. of 8" ext rocs sewers at the Bayonne Plant. Dollar Value: $250,000.00 Eon ty LISA PBox t uj e,N1117002 (908) V3545 Fretl,Albeitz (2Q1)858-5373 361101 Cleaned and inspected via closed circuit television approximately 2,000 Ft. of 12" through 15" process and storm sewers at the Bayonne Plant. Dollar Value: $15,000.00 Robin Callahan (201)858-7209 Cleaned and inspected via closed circuit television approximately 8,000 Ft. of 4" throw gh'20:44- storm sewers at the Linden Technology Center. Dollar Value: $110,000.00 ->. Exxon Company USA PO Box 23 5, . Linden,NJ 07026 ""'" Victor Gialanella s (908)474-3838 _. Cleaned various storm, sanitary and process sewers at the Westsid 'cal Plantden ,NJ for the past 14 years. Work included both mechanical and hydrpc - methods, wet and dry vacuum,and water blasting. Roller ue t4e.041.00/Year Robert Shagon (908)474-5911 4,41: HOFFMANN La ROCHE " § Cleaned and inspected via closed circuit teievt app xrmaterp., 500 Ft. of 4" through 48"per year for the past 6 years prior to rehabilimn ' pc.Wets high pressure water blasting, wet/dry vacuum, and mechanical and hydra. Op el g *Jar Value:$100,000.00/Year Hoffmann-LaRoche to PO Box 333 € t'1--`i` a � 4vy "f Nutley,NJ 07110 44 William Pitt ys a (201)635-2135 . ' = ma HOUSING AUTHO t; I.• TY,NJ Cleaned and televi , _ , J;-.,ewers on a contract basis for City Housing Authority. Jersey City Heusi utli'. „s s Dollar Value: $146,250.00 400 U.S Highway#�fN,�lan X tidens) Jersey Crry %ry . Peter DePasc..,. (204-WS -m, _ USINGA"; THORITY OF NEWARK,NJ catch buns, spray pools, and manholes along with emergency sewer cleaning for City " Ho AuthArity on an annual contract basis. Dollar Value: $227,000.00 Hausiv thority of the City of Newark 57 Sssex Avenue -`4- Ne k,NJ 07102 ' .43 s Fisher �(201)430-2608 37/101 ICI AMERICAS 229 E.22nd Street Bayonne,NJ 07002 Clean and video inspect approximately 5,000 feet of storm and process sewers. DYNACORE CANADA Dollar Value:$100,000.00 -4h 85 Lansing Drive '344 Unit P Hamilton,Ontario I2W 2Z9 Canada " ' ) Video inspection of approximately 400 feet of brick sewer in preparationfir r tenon Dollar Value. `#,S INTERNATIONAL TECHNOLOGY CORPORATION q5 x ., Three year contract to clean and television inspect to evaluat th"e inte r'''. .t all subsurface piping used to transport or collect industrial wastewater, contatait ed storm'"'- runoff and/or spills of hazardous substances including but not Ii -414:4,(4-4:r m products at Exxon's Bayway Refinery. Approximate footage=280,000 Fc "' IT Corporation -"k'= Dollar Value: $1,188,000.00 2200 Cottontail lane ,y Somerset,NJ 08873 "r'` Mr.Dan Chen _ ,r= (908)469-5599 f '"' Three year contract to clean tele insc to evaluate the integrity toof all and/or piping used to transport or tk;, to ewater, contaminated stormwater runoff and/or spills of hazardous sub "°°' raj""'- g t not limited topetroleum - products at Exxon's Bayway Refinery. '' Ap xtrfiate foe "t`.'-.O:000 R. Dollar Value: $400,000.00 IT Corporation 2200 Cottontail Lane+ z$ (908 . s k Y uxI ,N] S clean sand television inspection of 1,200 Ft. of 8" through 48" sewers on an emergency - *'''ab e N ' Jersey exit of the Holland Tunnel to prevent flooding. City o - ey City Dollar Value: $350,000.00 Stanley Huang (20,457-4757 Sewer cleaning and television inspection of approximately 9,670 Ft. of pipe on Martin Luther King Drive in Jersey City. Dollar Value: $265,000.00 38/101 City of Jersey City City Hall 325 Palisade Avenue Jersey City,NJ 07307 Mr.Safi (201)547-4419 LYNN WATER AND SEWER COMMISSION Clean and inspect the Western Interceptor, including 13,380 Ft. of 1S" through 75" for sewer and submain;disposal of material,and environmental restoration work. Work , • August 1, 1994 and completed April 15, 1995. 3 e " Clinton Bogert Associates ••<11k-A, Consulting Engineers +,., . 270 Sylvan Avenue '-` ' Englewood Cliffs,NJ 07632 " Johannes De Waal (201)567-7979 " ,.. MERCK&COMPANY vr ,- -1 Cleaned and inspected via closed circuit television '*throu•'. 10 '" the Rahway,NJ Plant. p +. Press and sanitary sewers at Merck&Company Dpllas Value: $30,000.00 PO Box 3500 x � ' Rahway,NJ 07065 ,s Bob Hamilton +. . (908)594-6083 MONSANTO CHEMIC+ Closure of 3 client lagoons oatailing ice•, ' g, pumping and dewatering approximately 5 feet of bottom material alon ` S, millron_ l ons of liquids. Thus material was pumped through 3,000 feet of con ct r'me"-to our 3 mobile belt presses for dewatering. Transportation of cake,backfill,capd Inn , e-yvas performed by subcontractors. Dollar Value: $500,000.00 Monsanto:- Bridgeton onsanto-Bridge.nrt Plaits B?id5s+;; 08994, Edw „ o .• ( 4673.1.'. ,. NJ Sewer cleaning and television inspection and dewatering of 2,600 Ft. of 38"x 48"sewer on Ferry Stye . The project also includedrebuilding of a manhole and disposal of material at a minimum o %solids. Dollar Value: $137,000.00 39/101 City of Newark 239 Central Avenue Newark,NJ 07103 Mn • Sam Mohammed (201)733:5970 T . '-y ril8 > PUBLIC SERVICE ELECTRIC&GAS x C * Cleaned and inspected approximately 5,000 Ft. of various 8" through 60`Cguticess and storat sewers at the Salem Nuclear Power Plant. Dollar V $400,0104; ,‘...- 40000F3, 1 ✓ ` PSE&G . PO Box 236 '' '' Hancocks Bridge,NJ 08038 : ,+_ Joseph Fortescue (609)339-5418A ...,.:: , SANDOZ CHEMICAL Cleaned and inspected 15,000 Ft. of 6' throug0.5 process and:�eauitary sewers at the Hanover, NJ plant in?, Sandoz Chemical Dollar Value: $55,000.00 Route 10 East East Hanover,NJ 07936 , Richard Beekman a (201)503-8327 '444, irir,‘;`- , „. OTHER NEW JE - - rTECTCLUDE: Sewer cleaning AV in H h requireihent Dollar Value: $106,000.00 Contract for 8”t milzgh 3 . ers n McClellanitpintil'°1""" t Dollar Value: $82,000.00 Clean,dewaerind inspect 36 x54"sewer I char 'Rigs etC tactDollar Value: $92,000.00 *e dewa nd inspect 10"x 30"sewer ry -"Do venue Project Dollar Value:$55,000.00 Clean and inspect 18"x 24"sewer. f MM YORK ^`BRISTOL MEYERS SQUIBB Cleaned and inspected approximately 6,000 Pt.of 4"through 18" process sewers at the Syracuse, NY Plant. Dollar Value: $82,000.00 40/101 Bristol Meyers Squibb PO Box 4755 Syracuse,NY 13221 Stanley D'Souzaa .y (315)432-2700 �' GENERAL ELECTRIC COMPANY .n.= Cleaned and inspected via closed circuit television approximately 7,000 Ft sf 8 thrj_' process sewers prior to rehabilitation at the Waterford,NY Plant. Dollar Value12 00 `a,- General Electric Company i. 260 Hudson River Road . _+ Waterford,NY 12188 , Howard Koerner '`'; (518)233-3530 . LOVE CANAL,NY �,_ "` �, Cleaned sediments from combination sanitary/stoftnewers'aud lift stations for the New York Dept.of Environmental Conservation. All dio conte sediments and flush water remained on site. Sediments/solids were d tu with liquids stored in a 150,000 gallon holding rank r '" r$ollaz Value: $900,000.00 Sevenson Containment Corp. .,4 . P.O.Bax 396 '"`2� r 2749 Lockport Road r Niagara Falls,NY 14302 `. �` ^`A Rick Elia " (716)284-0431 - 2,17.y.„. „.1:074:044::::”, kmd NORTH DAKOTA AMOCO az+ , a Cleaned, tel sion il. r ted, tested and sealed joints on various sewers to eliminate in . •:on. • Dollar Value: $54,000.00 o Tistiti Oilpaoy RefiqTry 8554 Lester e '_ - (701}667-2412 - NNSYLVANIA ALLIED SIGNAL Clean, inspect, test and seal approximately 3,000 Ft of 8" through 18" storm sewers at the Philadelphia,PA Plant. 41/101 Allied Signal Dollar Value: $143,000.00 Margaret&Bermuda Streets .� Philadelphia,PA 19137 . Yefim Korsky "11 , (215)537-2431 s CROMPTON&KNOWLES <. Crompton&Knowles Dollar Value: $56,0013,0 z .4, Route 724 Gibraltar,PA 19508 ,tt. "` David Wieand (215)582-8765 EXXON COMPANY USA Cleaned and inspected via closed circuit television app¢ox$gatct— ,pt of storm and sanitary sewers up to 8'by 10'at the Pittsburgh,PA Teiminat ' ' D in Value: $50,000.00 Exxon Company USA 34th and A.V.R.R. = Pittsburgh,PA 15201 , =ax Jeffrey A.Dille r �` ';;, (412)6226100 F I" HAVERTOWN,PA t r_ National Wood Preserve P perfund Site Cleaned and inspected='.proxim: .1)4 - ,sI Ft. of 18" through 66" sewers contaminated with PCP. 1,,"' "✓ ._ Dollar Value: $17,000.00 Tetra Tech P.O.Box 67,5 Newark,Dl3tf Chris Bvxns .". (302y% Sl CCK& MPANY d and iispected approximately 20,000 Ft. of 4" through 24" process, storm and sanitary sew' i itsheWest Point,PA Plant over the past three years. Merck and Company Dollar Value: $50,000.00/Year 77dSumney Town Pike -rW-fo.Box 4,WP24-1 West Point,PA 19486 Ken Mawson (215)661-3996 42/101 PHILADELPHIA WASTEWATER TREATMENT PLANT We have been operating five twin-belt presses (2 meter), under contract to dewater municc1 liquid sludge at this permanent installation for the past 4 years. Over 110 dry tons of Fitter are produced each day. This has enabled Philadelphia to meet increased capacity demands pnof to adding another plant. Our operators are responsible for daily samples and A docu„ tataon Dollar Value: $1,200,000.1; . City of Philadelphia,PA Water Department Southwest W.P.C.P. 8200 Enterprise Avenue " '+ Philadelphia,PA 19153 . �tieg ' Mr.Thomas Lauletta (215)492-4003 PP&L Cleaned and inspected via closed circuit television cif a '=•3t.a,L Ft. of 2" through 60" storm and process sewers at four power plants. PP&L Dohte Value: $700,000.00 2 North Ninth Street Allentown,PA 18101 a ° Robert Watson t" 2 (215)774-6568 , 5 t ROHM&HAAS .., " Cleaned and inspected apprOXima 000;Ft of 10'x 11' combined sewer at the Philadelphia Power Plant. �-e+ ' `"-, Dollar Value: $350,000.00 Robin&Haas -"t^•% ,x PO Box 1390 Philadelp 6�t , 9q, Leopoldo Pe . t. , Rudnicld (215 ,;,r-y 9 \ (215)785-7470 *" CO Igri ed and i spatted approximately 6,000 Ft. of 18" through 10' x 10' process and storm se egifarcus Hot PA Plant. Dollar Value: $300,000.00 )t Sun company r,•'3 POox 1018 k. s,arcus Hook, PA 19061 Thomas Ernst (215)339-2485 43/101 US STEEL HOMESTEAD PLANT Cleaned and inspected approximately 10,000 Ft.of 15" through 54" underground coke oven gas lines contaminated with benzene and phenols. Material was placed into roll-off containers on site. Dollar Value:$600,000.00 Sauer,Inc. 46th and Hatfield Streets Pittsburgh,PA 15201 f:boo BID Steitz Ir. .;.. (412)687-4100 pT� OHIO ="' UNITED STATES S'PhEL,LORAIN WORKS ' , Dry vacuum lead dust areas of the mill, including the grinding ; the rolh4 s and leaded pour areas at the B.O.P. Shop. The lead dust is trans d ' m. gallons and brought to a marshaling area; awaiting transport to a hazardous" and M1 'chigan. This 5 year contract requires administration of manifests for the client. We are alsoviding turnkey PCB transformer inspections/documentation services at ., a9i , t $1,100,000.00 United States Steel Corporation 1807 B. 28th Street Lorain OH 44055 Mr.Russ Stinsonr- (216)282-9782 auyy'�s lArd WEST"VIRGINIA RHONE POULENC Cleaned and television insper nitro � urged system various storm and process sewers. Rhone Poulenc Dollar Value: $5,000.00 dile P.O.Box 2831 r ..y" - Charleston,WV*253.30 Joe Hino Jas " (304)747,1134 '37 silt, 'RECENT ENRAC PROJECTS ALzo C,k2',`-West Virginia S ontracteto perform hydraulic dredging services, removing sludge from the facility's la and feeding ENRAC supplied recessed chamber plate and presses. Dollar Value: $150,00.00 Chemical Waste Management, Inc. ENIAC Division s " IgCrNassau Park Boulevard -' <w-rvfiinceton,NJ 08540 Mr.Paul Wolfe (609)243-7800 44/101 ENVIRON CORPORATION-New Jersey Cleaned various storm sewers, manholes, pits and vaults contaminated with PCB w Packaged materials for ultimate disposal. Projects located in Mid-South USA, owner prefe confidentiality. 's 111133. Dollar Value: $25000000°Zt "''_ ` Environ Corporation : 210 Carnegie Center s 't; ,;/14;31; Suite 201 ' Princeton,NJ 08540 349- ' Chaltanya Bijour (609)452-9000 --* 7 IFF CORPORATION-New Jersey - 5. a. Subcontracted to pump and dewater sludge,using mobile ,,,,. ,e fl press. `tt ryY i ki:; ' $200,000.00 Chemical Waste Management,Inc. '� ENRAC Division 100 Nassau Park Boulevard Princeton,NJ 08540 } '�+, Mn Paul Wolfe 1-4111112r' y (609)243-7800 yn� �%0 OCCIDENTAL CHEMICAL„4urez int-Iw York Decontamination of the Petitr3 storsystems. Cleaned and inspected various size tie storm sewers and flumes.6nta[ d wi enzene. Material was placed on site in a lined dump facility. . 4� "" Dollar Value: $250,000.00 Occidental Che ,41aRWrP1C 360 Rainbow Bonle ard, Niagara F Joe Cove # ;, (716) :• 34743, TA w i l rk` -Baltimor land T:,,,L -+ o perform hydraulic dredging services, removing sludge from the facility's „.,<11>„laAs d f i Ig ENRAC supplied recessed chamber plate and frame presses. Dollar Value: $125,00.00 Chemical Waste Management,Inc. ">f C Division ,_;;£.,.3..,�assau Park Boulevard "Princeton,NJ 08540 Mr.Paul Wolfe (609)243-7800 45/101 GENERAL APPROACH&WORK PROCEDURE A physical survey of the job site will be made upon receiving a work request. If it is not possible to visit the site because of facility operations or timing,then the work plans with-4.: be reviewed. After the survey and/or plan review is done, a cost estimate will be developed and forwarded to the engineer for review. Upon approval and order by the owner,personnel and equipment will be dispatched to the job site at the time direa' d ,1``. the En All video inspection activities will begin at the furthest upstream manhot work in a downstream direction from there. If the camera cannot pass from arms to dueib any obstructions,the camera will be positioned on the downsheap�Access at rse set-up will be conducted to attempt to complete the inspection oftfieWre sewer seriph. ps, If no access is possible at the upstream manhole, then"we,will use-i "ettdownstream manhole;and the camera will be passed from access 4 - at 'r` we There will be onscreen information such as johy¢sreet ire upstream manhole number, downstream manhole number, or aafer deli-you feel is important and a continuous footage read out so you can cr em'sloOtiun. If conditions are ideal - a straight yj A,zfrem �le,'to manhole, and then it is our intention to use our Multi-Angle y amain line system to conduct the inspection. In lines with deft or el ' " with the MAC camera cannot pass, we will use one of the altematgge clo uit�"olor mini camera systems to conduct the inspection. The only dm '' a}s yo ,a ve the pan and tilt head capability. J.- � '� iq All observations be tee° &the videotape and an audio commentary will accompany the ii*tion. omputer generated television inspection reports created with .. ^� . v716 will be produced at the conclusion of the job and submitted twill g f -. LLif -.nested by the customer,the videotapes can be converted to ss Conry , _past . CD'V—Digital Video Discs (DVD+R), which last longer than t p vid , .a-_... 1 1,:, a er to navigate gate through a video clip easily. Each section of pipe will bet indexe, so that the viewer can jump to a specific observation without the video 2r h3mg to fast forward and rewind as it is currently done with conventional tithe comtLlusion of the cleaning and television inspection operation,two copies each of tapes/CD's/DVD's produced and copies of our written reports will be submitted to the customer. 46/101 NATIONAL WATER MAIN CLEANING COMPANY FINANCIAL STATEMENTS YEARS ENDED.OCTOBER 31, 2017 AND 2016 47/101 NATIONAL WATER MAIN CLEANING COMPANY YEARS ENDED OCTOBER 31, 2017 AND 2016 CONTENTS Page Independent auditors' report 1-2 Financial statements: Balance sheets 3-4 Statements of income 5 Statements of shareholder's equity 6 Statements of cash flows 7-8 Notes to financial statements. 9-15 481101 CERTIFIED PUBLIC ACCOUNTANTS Independent Auditors' Report Board of Directors National Water Main Cleaning Company We have audited the accompanying financial statements of National Water Main Cleaning Company (the Company), which comprise the balance sheets as of October 31, 2017 and 2016, and the related statements of income, shareholder's equity, and cashflows for the years then ended, and the related notes to the financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility is toexpressan opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those"standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An auditinvolves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected'depend on the auditor's judgment, including the assessment of the risks of material misstatement of the financial statements,whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. 1 NBC Tyner Sure 15%;455N PpLcont Plazd Nal-MP.IL 08[1-5313P 312.E70.7444 Ir 332E?08301 mvpaeW.cnm ^1wn ArI c rat BKR 1B3 Bnnnal We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Opinion In our opinion, the financial statements referred to above present fairly, in all material respects,. the financial position of National Water Main Cleaning Company as of October 3h 2017 and 2016, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America: & &kiC fltnav,4. January 23,2018 • 501101 2 NATIONAL WATER MAIN CLEANING COMPANY BALANCE SHEETS October 31, 2017 2016 ASSETS Current assets: Cash (Note 3) $ 1,930,183 S 1,128,451 Accounts receivable(including retainage of$3,414,204 in 2017 and$4,534,412 in 2016), net of allowance for doubtful,accounts of$325,000 in 2017 and$300,000 in 20.16(Notes 3 and 4) 27,351,606 25,474,742 Unbilled job costs 321,231 398,185 Other - 13,081 499,196 Total current assets 29,616,101 27,500,574 Property,plant and equipment,net 12,294,539 10,154,906 Total assets $ 41,910,640 $ 37,655,480 See notes to financial statements. 51/101 3 NATIONAL WATER MAIN CLEANING COMPANY BALANCE SHEETS(CONTINUED) October31, 2017 2016 LIABILITIES AND SHAREHOLDER'S EQUITY Current liabilities: Accounts payable and acemed expenses $ 5,833,328 $ 7,058,451 Accrued bonuses 1,450,258 4,729,035 Accrued payroll and vacations 1,348,983 1,015,713 Accmed employee stock ownership plan contribution 1,129,617 1,109,323 Due to affiliated companies 423,325 203,015 Deposits on uncompleted jobs 124,940 369,780 Income taxes payable 6,724 10,810 Total current liabilities 10,317,175 14,496,127 Long-term liability: Note payable,parent company(Note 5) 25,258,358 17,650,000 Total liabilities 35,575,533 32,146,127 Commitments and contingencies(Notes 6,7 and 8) Shareholder's equity: Common stock, no par value; authorized, issued and outstanding 100 shares 25,000 25,000 Additional paid-in capital 10,825,000 10,825,000 Deficit (4,514,893) (5,340,647) Total shareholder's equity 6,335,107 5,509,353 Total liabilities and shareholder's equity $ 41,910,640 $ 37,655,480 See notes to financial statements. 52/101 4 NATIONAL WATER MAIN CLEANING COMPANY STATEMENTS OF INCOME Years ended October 31, 2017 2016 Gross revenue(Note 3) $ 39,564,139 $ 41,716,197 Servicing costs 31,890,608 29,516,550 Operating revenue 7,673,531 12,199,647 Selling and administrative expenses 5,447,220 6,966,784 Income from operations before gain on sale of equipment and subcontracting income 2,226,311 5,232,863 Gain on sale of equipment 2,184 140,989 Subcontracting income 409,824 456,581 Total gain on sale of equipment and subcontracting income 412,008 597,570 Income from operations 2,638,319 5,830,433 Other income(expense): Disposal income - 174,503 224,909 Miscellaneous income. 556,098 162,401 Interest expense(Note 5) (1,293,166) (1,171,780) Total other expense, net (562,565) (784,470) Net income $ 2,075,754 $ 5,045,963 See notes to financial statements. 53/101 5 NATIONAL WATER MAIN CLEANING COMPANY STATEMENTS OF SHAREHOLDER'S EQUITY Additional Common paid-in stock capital Deficit Total Balance, October 31, 2015 $ 25,000 $ 10,825,000 $ (7,786,610) $ 3,063,390 Dividends (2,600,000) (2,600,000) Net income 5,045,963 5,045,963 Balance, October 31, 2016 25,000 10,825,000 (5,340,647) 5,509,353 Dividends - (1,250,000) (1,250,000) Net income 2,075,754 2,075,754 Balance, October 31,2017 $ 25,000 $ 10,825,000 $ (4,514,893) $ 6,335,107 See notes to financial statements. 54/101 6 NATIONAL WATER MAIN CLEANING COMPANY STATEMENTS OF CASH FLOWS Years ended October 31, 2017 2016 Cash flows from operating activities: Net income $ 2,075,754 $ 5,045,963 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation and amortization 4,598,780 4,588,429 Gain on sale of equipment (2,184) (140,989) Provision for doubtful accounts - 73,016 (25,157) (Increase) decrease in operating assets: Accounts receivable (1,949,880) (2,291,755) Unbilled job costs 76,954 (64,700) Other current assets 486,115 (181,976) Increase(decrease) in operating liabilities: Accounts payable and accrued expenses (1,225,123) (4,641,980) Accrued bonuses (3,278,777) 4,357,925 Accrued payroll and vacations - 333,270 158,441 Accrued employee stock ownership plan contribution 20,294 70,161 Due to affiliated companies 220,310 (123,960) Depositson uncompleted;jobs (244,840) 356,654 Income taxes payable (4,086) 1,530 Net cashprovided by operating activities 1,179,603 7,108,586 Cash flows:from investing activities: Proceeds from sale of equipment 6,099 146,607 Purchase of property, plant and equipment (6,742,328) (2,095,111) Net cash used in investing activities (6,736,229) (1,948,504) See notes to financial statements. 55/101 7 NATIONAL WATER MAIN CLEANING COMPANY STATEMENTS OF CASH FLOWS(CONTINUED) Years ended October 31, "2017 2016 Cash flows from financing activities: Dividends paid $ (1,250,000) $ (2,600,000) Proceeds from note payable,parent company <. 9,200,000 5,100,000 Payments on note payable,parent company (1,591,642) (7,800000) Net cash provided by(used in) financing activities 6,358,358 (5,300,000) Net increase(decrease) in cash - 801,732 (139,918) Cash, beginning of year 1,128,451 1,268369 Cash, end of year S 1,930,183 S 1,128,451 Supplemental disclosures of cash flow information: Cash paid(received)during the year for: Interest $ 1,293,166 $ 1,171,780 Income taxes $ 4,400 $ 2,415 Income taxes refunded $ (314) $ (3,945) See notes to financial statements. 56/101 8 NATIONAL WATER MAIN CLEANING COMPANY NOTES TO FINANCIAL STATEMENTS 1. Description of operations and summary of significant accounting policies Description of operations: National Water Main Cleaning Company (the Company) is anindustrial maintenance and municipal sewer cleaning contractor located in Newark, New Jersey. The Company extends credit to customers,substantially all of whom are located in the northeastern United States. Basis of reporting income: Income on jobs is recognized by the completed contract method, by which income is recorded only at the time of completion of the job. This method is used because the Company's typical contract is short-term and, therefore, the financial position and results of operations reported on the completed contract basis would not vary materially from those resulting from use of the percentage-of-completion method. Property, plant and equipment and related depreciation and amortization: Property, plant and equipment is stated at cost, which includes major additions, improvements and betterments. Normal repairs and maintenance and other costs that do not improve the property, or extend the useful life of the asset, are expensed as incurred. Depreciation is calculated using accelerated methods over the estimated useful life of the asset. Leasehold improvements are amortizedoverthe shorter of the life of the lease or the asset's estimated useful life using the straight-line method. The Company reviews long-lived assets for impairmentwhenever events or circumstances indicate that the carrying amount of the assets may not.be recoverable or the asset is being held for sale. If the carrying value exceeds the estimated recoverable amount, the asset is written-down to fair value. No impairment losses were recognized in 2017 or 2016. 57/101 9 NATIONAL WATER MAIN CLEANING COMPANY NOTES TO FINANCIAL STATEMENTS(CONTINUED) 1. Description of operations and summary of significant accounting policies (continued) Property, plant and equipment and related depreciation and amortization: (continued) The major classes of property,plant and equipment are as follows: October 31, 2017.. _ 2016 Property, plant and equipment: Vehicles $ 16;831,960 $ 14,479,183 Service equipment 32,172,501 27,380,092 Shop equipment 316,664 306,464 Office equipment 698,222 705,917 Leasehold improvements 2,889,928 2,889,928 52,909,275 45,761,584 Less accumulated depreciation and amorrization 40,614,736 35,606,678 Property,plant and equipment,net $ 12,294,539 $ 10,154,906 Income taxes: The Company's taxable income is included in the consolidated federal income tax return filed by its parent company,The Carylon Corporation. The parent company and its subsidiaries have elected to be taxed as S Corporations under the provisions of the Internal Revenue Code. Under these provisions, the parent company and its subsidiaries are not required to pay federal income taxes on their income, if any. Instead, the shareholders of the parent company are liable for the federal income taxes on their respective shares of the parent company's and its subsidiaries' income, if any. However, the Company is liable for state income taxes, where applicable. Advertising: The Company expenses all costs of advertising as they are incurred. Advertising expense was approximately $11,000 and $13,000 for the years ended October 31, 2017 and 2016, respectively. 58/101 10 NATIONAL WATER MAIN CLEANING COMPANY NOTES TO FINANCIAL STATEMENTS(CONTINUED) 1. Description of operations and summary of significant accounting policies (continued) Use of estimates: The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates andassumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates. • Reclassification: Certain accounts in the prior year financial statements have been reclassified for comparative purposes in order to conform with the presentation in the current year financial statements. Subsequent events: Management of the Company has reviewed and evaluated subsequent events from October 31, 2017, the financial statement date, through January 23, 2018, the date the financial statements were available to be issued. 2. Related parties The Company is wholly-owned subsidiary of The Carylon Corporation. From time to time,the Company may share contracts and expenses with affiliated companies. Each company recognizes its proportionate share of the contract revenue and expense. Equipment with an original cost of $734,143 was purchased from affiliated companies for $373,000. The cost and accumulated depreciation previously taken by the affiliates were recorded on the Company's books. The Company has an agreement with its parent company by which the Company is charged a premium for health insurance and the parent company is responsible for the payment of health insurance claims. The Company paid approximately $1,739,000 and $1,634,800 of premiums for the years ended October 31,2017 and 2016,respectively. 59/101 11 NATIONAL WATER MAIN CLEANING COMPANY NOTES TO FINANCIAL STATEMENTS(CONTINUED) 3. Risks Credit risk: The Company maintains its cash in bank accounts which, at times, may exceed federally-insured limits. At October 31, 2017 and 2016, the Company has approximately $2,629,100 and $1,970,300, respectively, in excess of federally-insured limits. Management believes that the Company is not exposed to any significant credit risk on cash. Major customers: One customer accounted for 16% of service revenue for the year ended October 31, 2017. One customer accounted for 19% and for l5% of accounts receivable at October 31, 2017 and 2016, respectively. 4. Trade accounts receivable Trade accounts receivable are, stated at the amount management expects to collect from outstanding balances. Managetpent estimates the allowance based on an analysis of specific customers, taking into consideration the age of the past due accounts and an assessment of the customer's ability to pay. 5. Note payable, parent company The note is payable to the Company's parent, The Carylon Corporation. The note is unsecured and originally due on November 1, 2017, but was subsequently extended to November 1, 2018, with interest payable monthly at 4%. The interest expense for the years ended October 31, 2017 and 2016 was approximately$1,293,200 and$1,171,800, respectively. 60/101 12 NATIONAL WATER MAIN CLEANING COMPANY NOTES TO FINANCIAL STATEMENTS (CONTINUED) 6. Employees' savings and profit-sharing plan, defined-benefit pension plan and employee stock ownership plan The Carylon Corporation has an employees' savings and profit-sharing plan, which qualifies under Section 401(k) of the Internal Revenue Code (the Code). The plan covers qualified employees of The Carylon Corporation and its subsidiaries who meet the prescribed service requirements. The plan allows eligible employees to contribute up to 20% of their annual compensation, subject to the maximum limitation under the Code. The Company does not make contributions to this plan. The parent company also maintained a defined-benefit pension plan for substantially the same group of employees. That plan was frozen effective February 24, 1999 and terminated effective October 31, 2017. Accordingly, no new employees will be eligible to participate in the plan and no additional benefits will be earned by.existing participants after that date. The defined-benefit pension plan contribution expense was approximately $104,500 and $10,200 for the years ended October 31, 2017 and 2016,respectively. The parent company adopted an employee stock ownership plan (ESOP). The plan covers qualified employees of The Carylon Corporation and its subsidiaries who have met the prescribed service requirements. For the years ended October 31, 2017 and 2016, contributions to the plan are discretionary as determined by the Board of Directors of the parent company. The employee stock ownershipplan expense was approximately S1,129,600 and $1,109,300 for the years ended October31,2017 and 2016, respectively. 7. Multiemployer pension plans The.Company is a participating employer in two multiemployer, defined-benefit pension plans for employees who participate in collective bargaining agreements. Contributions of$441,959 and $517,003 during the years ended October 31, 2017 and 2016, respectively, were charged to operations for the Company's ongoing participation in these defined-benefit plans. Some, but not all, employees of the Company are participants in these multiemployer plans. The inherent risk of participating in these defined-benefit plans is that under current law regarding the multiemployer benefit plans, a plan's termination, the Company's voluntary withdrawal or mass withdrawal of all contributing employers from any under-funded, multiemployer pension plan would require the Company to make payments to the plan for the Company's proportionate share of the multiemployer plan's unfunded vested liabilities. 61/101 13 }} \ ( ( } \\ E. �g \\ Th E /.37 ( |} / - — R Z/\ � \ } !\ \ a | 89. ` ` g. 7 ` — k \ - // 2� = , ! / v � . ~ 3or7 - 38- 1i % 4/ ` | } \ / n 6 ° r/ NATIONAL WATER MAIN CLEANING COMPANY NOTES TO FINANCIAL STATEMENTS(CONTINUED) 8. Lease commitments The Company leases a portion of its building facilities from an affiliated company. The leases, which expire on October 31, 2020, are for a five-year period at an annual rental of $31,200, $420,000 and $94,500. The Company leased a building from an officer of the parent company on a month-to-month lease through September 30, 2016. The Company must also pay all operating expenses and real estate taxes. The Company leases additional facilities from unrelated parties, which expire at various dates through November 2022. Future minimum rent to related parties is as follows: Year ending October 31: Related Unrelated party party Amount 2018 ` S. 545.700 S 311,386 $ 857,086 2019 545,700 290,053 835,753 2020 545,700 183,386 729,086 2021 183,386 183,386 2022 149,915 149,915 After 4,150 4,150 Total $ 1,637,100 $ 1,122,276 $ 2,759,376 In addition to the above, the Company is also liable for a portion of real estate taxes and operating expenses. Total rent expense was $545,700 and $545,700 to related parties and $326,091 and $317,601 to unrelated parties for a total of$871,791 and $863,301 for the years ended October 31, 2017 and 2016, respectively. 63/101 15 FINANCIAL REFERENCES NATIONAL WATER MAIN CLEANING CO 1806 Newark Turnpike Kearny,NJ 07032 A DIVISION OF THE CAPTION CORPORATION FEDERAL TAX 10 P 12.1753361 STATE INCORPORATED-NEW JERSEY,ILLY 1960 DUNSN01151-5210 BANK REFERENCES: Wells Fargo Bank,N.A. 120 Mountain View Blvd,#200 Basking Ridge, NJ 07920 CONTACT: John F.Ganning-Regional Vice President (732)547-8431 john.f.ganning@weilsfargo.com ACCOUNT: 8804 5 05423 BONDING COMPANY: Travelers Property Casualty 215 Shuman Blvd Naperville,IL 60563 CREDIT REFERENCES: Pabst Engineering Cummins Metropower 676 Pennsylvania Ave 41-85 Doremus Ave Elizabeth, NJ 07201 ' Newark,NJ 07105 (908)353-2880 (973)491-0100 (908)353-1916 Donald.lee@cummins.com Superior Distributors Transaxle 4 Midland Ave Rt 73&O'Donnel Lane Elmwood Park,NJ 07407 Cinnaminson,NJ 08077 (201)797-9490 (800) 345-1911 (201)791-8129 (856)665-4880 Custom Bandag 401 E Linden Ave Linden,NJ 07036 (908)862-2400 (908)862-2761 OFFICERS: Salvatore F.Perri President James 0.Lounsbery Executive Vice President Joseph Perone Assistant Vice President Raymond tindsley Secretary/Treasurer 641101 NAT E N CLEANSN CO. It Contracts In Progress n `•` Rey.6/1912010 Owner l Engineer a Reference Contract If l Name Contract Amount(SI Bid pate Est.Start Data Eat.Comp.Date 1/t.*altENO. anany e Ief1196906 ea w5,97. m .r rolr If'%zWo Repels.106469 m.enWr i msszam 060669 110/2019 45532296 hnds1 Park um a Sat WmI.933v�m(999.19.0 Y005 s151 0.T s0I 697 Pan gansa $ 169¢5006 gam 1069 )229790„ apaeww1074?mav 211 90.5eDeew 0959-Video Rpm.690606 f 1541 11/n are 1113.12018 Dty 0115619,100 19u M1)081-0445 60560 Palen,*NU 07505 *w am uuy(A.M.."1""°1331 31"1311.3 e S to nnlmm 10/1=15 Su Pune Cpwnen Claus —� blew Fro Rommel nog bunysanBw 001 ecty,sl 92025 (FOOT CONTRALTI Water 52599M 91119079(2 S 250-00 06 o1a 31121033 -7732 WA-NYC Trans( x6-9.90.vey.19th P002 9999(Ycxk,level x541»f 0690008 unrvgaifncnrwrgaa 15eu.n.m fwrmn 10/5201710)412016 him Jamey m491n199ew'timpanne ccmcn'c^ eA 33113493 Ms]53ossq 1s 33C23 9aN20170p.nw f 1d9ia1[v yawn royvon 61311/1313 eo. 0lanlLM�60 Jest(09895, Cerwi.mn open, s ea91ytt15 a11a1n 469069 10 V201 vex cry wsmvf or 50.172 1137 Pmmu yqf Ct7Nas� S 10,310,521.00 7015 211405'7 2/112020 (212)039.9878 p IfrrcrEpl rt oy cewnmam VAL Arf1015PG592 5901 m risel�� .016911379 iso sao'SY7� eu[1ER s 4,009E107(I) 1p2520 9x40606 .2)20 v s FROM ecSoiINYOOCn New 2991(Csy Non...or ErmoramniriPmseclon in Mugs Prop iu n s 0.690 SOO 00 imams 1(520n 0IY2019 55517 Jundon swerve,Flung,e•fr 113Th IltsTaf40(91 Gleam" (212)036-9075 (WOW-PS 4913 3.°1s C3013.3311333(9 si 5213/.15 Ectomccai cmuccx, acanav acci CCTV e895L0 dr Sarna a.remxn 56-172 1063180 e� 1106 mr Ix 5w.ep swiss), a ve,�m 1021/2419 nln2Sle 7,2702010:cepl Y lea York(Sty Depannwni al TI-16 a.,....1 n tipur Of 3emeraeeew acamum 53)133 11333 !T &3n'3.3pepl CMR. f ].an x5506 5,29201, yrxn 922/2019 Iticc 59.692 06kµ8813 EccnmenciPnwerx.airy lfTa Mane to Sews 1°3131 ach ll Deanna tail n00007m&tams..sal f E3ffixx5w 1691}5»8698 w vxvryov vnxole YEA1,494 C172 1W3,9,515" 54111 m hW'N.Puryry.n1/lap Na"m for 9.10 Bean cwny to etervm. 5 3,909,374 00 11/ Ixlcf 6094676Nampunl rc 11C.MX 343069 V5192017 0/4/2010 yew fo 0 usum. New Ypons.NY 1 own Sews.See vel CeMpq gyv9190015e) a 110, 000 afwfe 1121/2095 9(2312015 Oil w sings un a.urmnv lm rpt S0anre1067 wo 7000060 59,71159(5,59 Sewer 2000.Pun nmw l 5 45 0614x017 015/20186062015 65/101 0740p4 Cany of Owe Vfideo 7195. (407 194-4406 .1233x0 ge.s oouw 15003s 0095559412.207/7 1:•.�, 71x«mle 41 w44 44,.4 yww cn T,. 91h flaw w..9).NY 15004 w4.�4ormm,me ax, s481,011520 nvmn b 1045/201711420.9 .I ca.,wa 50 y io SEWER "9,9 20 5 TSaamMw-)4,435 O IRSPECTIONS0M4CES, s 1 5/.31.017 1,12,.2018 LLCMs I '21''''''I)076 Me 00504"0 p%w ceva $ 920.4000 n?.) PR72 50x1Me05 412 Snow. Wamv 7014x020 Wuvx Fewer eaInoue w scroos me e nine). 11�20M.ee," 5/.W MI 14040414 1x14/21414 53 cmx w wen-1 ,20120,9 Thal AbUtwaw>I NV&It iso m1,.m&rvai 2209, I147/M 10407 LL - I2020141 9/15/2019 xxl4-4427 Axa¢sTO oxnoWrc 8151 1100017 2020120 n,604 gnn eat Raman4e Y 2018p° $ 242moo 4)14/2016 15202010 ,17/9)16 ,3.14 VIM Pot POId 54440.114 NY 10893 Gate woe#1222 4m'‘I.ry 8 93,77500 7415/2017 14.12017 44142014 (914J 721 1120 island NY 300 9&.umvWel.4On w 183 INe 5e� 00 a 70x20 5/4) 52 2019 412316 120142057 ng!sxeDEPARTMENT OF Waif k 5r ugv..lrn 1520.14.041155/20 WORK o Im®e4 rou sw!w 0°«.12 w.wo3-02514 a 770n.> 512/2014 -122001. 12x142019 m,5m.>12m (6314152.52,6 cowry OF 94440411 ar DEPARTMEIE or PUBLIC WORK DIGITAL VIDEO NSPECTION:LEAMNG SROVING 114 V.41440frOt eoemVn 01045/7<Nmms xww.PUMFln44.&liflaW PATON s w9� s 500.004402 5/.31. 712 14 7x441.2014 lin 6504^ 0..5100 704,„1 $ .0100204 1111414 411 a0le Awn),MON Inn Norm N. (903 asi 4508 41414/46norwaeLlikwe 4444444/. Ill 144w4)0 Road &Imlay 54444 LAIWWV..1V Core= 1 021 56"0 1/2&2016 2/112010 0444S44.44 Thwrew NJ 07726 151/2010 01764014760407 2551..,5/9:1151.RIM It.1209 ,0001 La..x4015=_903066 $ 177.000 ,,x44120,: bv9)15 5re420,e Mie 01444 Gay Of 4.4.44.40.4441,4 am CCTV IMP.410•1 10,.)42x.207 ,..« 10605 '"° r 504.0.7 sexce LI..a 4+.04... r 5 x1244.00 41Wm16 Y 017 20012010 To&44.of 20`oot.,'x. ,04w 5. 6 . ° 5 -6s 3x9,50000 44x5/.014 90912017 5/wx,9..209200°.12107099.335teel 4.W1:e0.. Contrwlw.10177417 TOTAL: $59,063.918.26 66/101 . 0 r r0 5 r� mC a rt" 3 w d � e 2 tn0 O 5 m o pe R 8n .i ¢ pt, SSd G i6� m _ w'° '^4.P• �7. •• b y.3 s w e e +;106— 0 oa ,` Fp "r x, D9 m o rQ m A, c- . t- 41g m 0 u '6m b .0. y e r cr 9 ' Q O 'yx< ,�.s{ 1f g 4 3 '° ,",r„3" A^�, R _m of6.— K 7 F ;. i*,,,,, . y r 0 = 2 � art -, s m m �„ m esx`F+'+ 3`yz— \ iL° 4- '"pi Q , 5 e y' `mx� _ m m Olt ti 1r — FigFRIsal O m ?m V ii. Fm'�. R a ^ 6 22. r3 5: k 0" Salvatore Perri President/ Regional Resource Manager National Water Main Cleaning Company (800)242-7257 DUTIES: `,ait: k. * Daily operation of a three-division service company,encompassing industrial cleaning, municipal services,and hydro-excavation ty * Initiating and coordinating the start up of major industrial cleaning contracts mum basin cleaning,and sewer cleaning and video inspection contracts; and large hydro aya contracts ranging in value up to low eight figures '"`fix le r * 125 plus service vehicles for use on a daily basis by the Industrial Clep�ning on at top Fortune 500 companies and public utilities ^. _ * Cost estimation of Projectssr * Generate Project Proposals ,..c';�;, * Customer Relations and Sales * Quality of Service RELEVANT PROJECTS: & -� Responsible for estimating,project startup and cont 'd null _istrthen. Relinquished control and coordination of project managers of the followinicontrpcts 'F*$ New York City DEP,Contracts fill-EI4($23.5� an, '&`sport and dispose of all debris,install hoods to reduce floatables for 140,000 catialfiftu a ' basis. i. New York City DEP,Contracts 'Yt TV7 10.9M):Clean and video inspect approximately 3 million linear feet of various se ct depose of all debris. Boston Water&Sewer ComY'niss' n,BIA($6.0 M): Install two bulkheads on the Charles and Muddy Rivets. Also,re ve and disp 14000 cyds of debris from approximately two miles of 17'x12'to26 x12 1.,.."/"."." ,. a.nduits A IT Corp/Exxon Co.,'.SA .,NJ($35M): Cleaning and video inspection of all process,sanitary and storm se — efinery as part of site remediation for sale of property. Exxon C, SA:,Linden(Vacuum Services Contract),NJ($4.8M); Provided 24/7 vacuum services to r metal plant maintenance,product recovery,and spill control. 44 Ci Newarrelingkuysen&Meeker Ave.Contract($1.SM): Clean,disposal of debris,inspection of , 'f 'amotcYcombined sewers. SPECIAL TRAININGG,CONTINUING EDUCATION&CERTIFICATIONS: .,°* 40 Hour Hazardous Waste Operation&Emergency Response Certificate "* 8 Hour Refresher Training * Exxon Chemical Company SHAIC Training * Tosco Refining Company Training,Linden,New Jersey 68/101 James Oscar Lounsbery Vice President National Water Main Cleaning Company,Newark,New Jersey START DATE: July 1988 RESPONSIBILITIES; Conduct Project/Job Surveys Generate Project Proposals v 7 , Quality ant of foal product and services Cost Estimation of Projects 'a - ContinuousimprovementofTV Equipment Customer Relations " Governmental Compliance to OSHA&DOT Regulations GPS/GIS Project Manage Upkeep andmaintenance of Video Inspection Equipment Project Start-up ,,.r x Develop and Implement Safety and Equipment training modules Sales Presentaboner, °i'�- •._- , t, RELEVANT PROJECTS: '' IT Corp./Exxon Co.,USA and Linden Technology Center Linden"dand Bayo w Jersey Cleaning and Video inspection services as part of site remediation. Boston Water&Sewer Commission,Boston,Mass: Cod is . , .- n. , i to cleanyand video inspectp . sewers and performed Hydro Excavation to locate water e�Gines an.determine if they were lead or cropper. Merck&Company,West Point,PA: Conductedd vii ' ' es *Hon cif ®zed sewers,tank clean outs, and water main cleaning since 1991. New York City DEP,Contract:Coordinat all a ted with the cleaning end video inspection of sewers in all 5 boroughs. M of t e contract. New York City Department of Des-at, Co " era(NYCDDC): Project manager responsible for coordinating all sewer cleaning anc lgde ctso vibes with DDC staff,over a ten block radius of Ground Zen)in New York City. 't. -- u" ERM-Northeast/Juncos,Fit , r, Arthur D.Little Consui . ens-San Jose de Costa Rica,Costa Rica&Bogota,Colombia: Mobilized on various ace:. to a ' 'the decontamination of mercury and chromium contaminated sewer system. Ova =e'', •<. -:..'•g� eration and conducted video inspection of the sewer system to verify contamination l0:''. tat 1-.,died containerizing of metallic mercury. Assisted in theaa. • of cleaning tools for the removal of waste. SPEC T CQNTINU NG EDUCATION& CERTIFICATIONS: Cr* P d by the tional Association of Sewer Service Companies in Pipeline Assessment& a n Pro am(PACP) (Trainer) * to eitt• the, omt Committee of the American Board of Industrial Hygienist and the Board of Caron:."' y Professionals as an Occupational Health and Safety Technologist(OHST). * 40 Houtz Hazardous Waste Operation&Emergency Response Certificate - "* S Ho HAZWOPER Supervisor Certificate and Refresher Training(Current)�* efming Company Training,Linden,New Jersey(Current) . * `l4 ink&Company West Point Contractor Safety Orientation,West Point,Pa. (Current) * ICI Americas,Bayonne,New Jersey(Current) * State of New Jersey Department of Environmental Protection Certified Commercial Pesticide Applicator EDUCATION: Bachelor of Science, Chemical Engineering: May 1987 Clarkson University,Potsdam,New York 69/101 DENNIS P.SULLIVAN,P.E. Assistant Vice President National Water Main Cleaning Co. r 1, EXPERIENCE ' ' - National Water Main Cleaning Coltman,Boston,MA General Manager.Opened up an office in the Boston area for National Water]Wain '''1,M,41.,- "",3 Cleaning Company. Our general scope of services consists of infrastructure ""' rehabilitation including Concrete restoration,epoxy coating,vacuum and,,((ae inspection services,and construction/new utility installation services.Brr41bgor up 11/ to 25 workers. Conducted all hiring and firing. Developed a divisi a 'sting o 3»' Laborers/Operators,one mechanic,one office manager,one o$rc � assistant d two superintendents. Responsible for bidding all work and de7,teloping osals. Set up and oversee all field operations including daily sebeduling� ting power utilization.Supervise all costs tracking,payroll,invoic•_and bil yments.t'Oversee equipment purchasing,maintenance and equipment s '` -r companies. Conduct all project management responsibilities biudiii711,en tit,c.-dules,ordering materials,correspondences,monthly estimates, ,e,.ge ord .etc,Report directly to the President of National Water Main Cleaning , - . ; m , ", , Boston Water an' wer , i,j.' . . Bosto i'i.:,..a. Project Engineer. Storm drain and ;7 ^i „ :: .vide construction management duties for multiple water, drain —L.,sewer , rj,. ation projects within the City of Boston. Develop Plans and -p-r« W .on to°_ put out for Bid. Award construction contracts and remain as , 'C entative to the contractors during the construction phase et* est rz construction questions. Supervise several construction inspecto --r1.1 a ey parties. Processed monthly estimates, negotiate change orders and �-burl%ll jobs o Cad from construction total station surveys. J.F.White Oefutre ;j_om•an In Newton MA Contacts: trot T(TC:4 :Tunnel Project jet:, 19 `: Contract Central Artery/Tunnel Projects ' C04A1: Immerse Tobe Tunnel($300 Million) Field Engineer Provided survey layout for the construction of a cofferdam located , _ C interlace of the immerse tube tunnel at the South Boston Portal. Assisted in the coordination work for concrete scheduling. �^y' y cv ,,. V Contract Boston College Parking Garage($30 Million) .�. Field Engineer. Responsible for supervising two surveyors and .a constructws. ` Coordinated site engineering design work associated with the _ ' n of 100 . of reinforced concrete retaining wall and numerous tR ctures. Construction Management duties consisted of supervisingprecast ction in addition to numerous site utilities installation. Estimated an vigotiatedj ge orders with the Boston College Construction Architect .-. ,, Massachusetts Highway Department,BostonSIA =t., 95-96 Contract. Central Artery/Tunnel PS 8 `;, Area Engineer. Responsible for desigeiFreeliminary Design and Final Design packages for Central Arte e,. +''% 13ithin the South.Boston and East Boston area. Reviewed and rdmark in accordance with State and Federal agencies including Mc' Mederal Highway Administration. EDUCATION '- ' - ys Northeastern UntypfsrtygBost M.S.Civil Engineering Program i / ere, ,, (Completed courses in Bridge Design, Reinforced Concrete `.;, g .s Structures,Adv.Structural Analysis) a, Wo ,i, , lc Ittute,Worcester,MA B.S.Civil Engineering,May 1990 x - g. KATIONS ,,, it ProfeEngineer(Massachusetts,No.39504) Massa ' ells Contracting License(CS063459) C4:Scuba Diving Certified PROFESSIONAL AFFILIATIONS , New England Water Environmental Association Te'."�:."° Boston Society of Civil Engineers 71/101 Joseph D Perone Assistant Vice President National Water Main Cleaning Company Phone(800)242-7257 Fax(973)483-5065 E-Mail jperone@nwmcc.com Work History • National Water Main Cleaning Co.Newark New Jersey (05/2011 -Present) Assistant Vice President • National Water Main Cleaning Co.Newark New Jersey (2007 - 2010) Operations Manager • National Water Main Cleaning Co_Newark New Jersey (Feb.200I —2007) Project Manager • Underground Video Inspection Inc. Hillsdale New Jersey (August 1997—February 2001) Vice President • Bergen County Utilities Authority Little Ferry, New Jersey (March 1993 —August.1997) Sewer Worker Plant Operator Solids Operator Education Hackensack High School, Hackensack,New Jersey (1968— 1971) Graduated Bergen Community College (1979— 1981) Various Engineering Courses Bergen Tech (1982 — 1983) Water& Wastewater Collections & Treatment Rutgers University (2006—2007) Advanced Wastewater Collections Qualifications: * Certified and Licensed by New Jersey Department of Environmental Protection in Public Wastewater Treatment. Treatment License 40018221 72/101 * Certified and Licensed by New Jersey Department of Environmental Protection in Public Wastewater Collection. Collection License#C 2161 * Certified and Licensed by the State of New Jersey in Pesticide Application for the control of roots in sewer systems. Applicators License#26746B,Business Applicators License#98181A * Member of the Water Environment Federation since February 1998 * Member of the Collection Committee for the New Jersey Water Environmental Federation * Certified Applicator of Cured in Place Point Repairs in Stephens Technology from Florida and Epros International based in Europe * Certified Applicator Cured in Place Lateral Lining Process,Epros,Nu-Flow&Maxi Liner Systems * Licensed by the New Jersey Board of Realtors as a certified Real Estate Sales Agent * Certified in confined space entry * Certified and Trained PACP Present Responsibilities Assistant Vice President Manage Projects Interviewing&Hiring New Employees for Work Force Personnel Motivation&Discipline Conduct Project/Job Surveys Cost Estimating of Projects Generate Project Proposals Oversee Project Start-ups Customer Relations Corporate Equipment Purchasing (medium to light duty) Equipment Design Saks and Marketing Customer Training&Presentrations Create Training Manuals Pipe Lining Manager Oversee all aspects of: •Cured in Place Point Repairs •Lateral Connection Repairs •Manhole to Manhole Lining •Corporate Resin Control&Inventory •Research and Development New Lining Techniques and Processes •Equipment Purchase and Design *Specification and Technical Manager 73/101 IRNESA OKANOVIC Bids&Contracts Manager National Water Main Cleaning Co.,Newark NJ EDUCATION: College Of Staten Island,CUNY,B.A.Management Staten Island,NY Graduation:Ma,1Ot4 EXPERIENCE: V5 National Water Main Cleaning Co. Newark,New Jersey - Bids&Contracts Manager April Presen , • De facto contract manager:administers�ry g nearly$40 million worth ofpubtic contracts from$£ to contract closeout 'q t • Prepare bid proposals for sewer cleaning and rehabilitation contracts withPuL ,+ city,sAte, v federal,and international government entities,as well as private entitre3S $' • Coordinate with different departments to secure documentation for ay I sals and 'including bid,payment,performance,and maintenance bonds,qualificado..,• ,;•. es, ' tes of insurance,etc. 'a",'-j_y,. ,` • Secure subcontractors,including Minority/Women Businega:£nteiprise •'h= )r for contract work • Manage simultaneous bid projects(up to 7 due in a week). Van Gogh ContractingNew Office&Contracts Manager 9 i +-',April 22009-April 2York 6 • Prepare proposals and contracts related to,igh interior titations including gut renovations, plumbing and electrical repairs at av- :z t a .:on,. • On annual basis manage 50 AIA contracts a th :, tive requisitions,change orders,progress payments(familiar with Amenc o ate .Contract terminology). • Verify subcontractor's and ve or q , ads,and manage inventory. • Work directly with Newt vow ager p is and approvals for various projects. • Establish administrativemtv. . r ures,'t- taro and organize the filing system(electronic&bard copy),track daily .e" units '.:. tr... all new office assistants. • Calendar manage ent,' r ;:.:contractors,clients,consultants,architects,and vendors. • Ensure a rho a .11ow� . payable and receivable for multiple contracts. • Responsib r meoa¢ing ,._ .y office operations and all client relationships. Netpique LLC F` New York,Ncw York Sales ConsoltantiNksr A equisition for Office Depot February 2008-April 2009 •A' - ` ket =+ : h targeting new accounts acquisition of small to mid-size businesses • 0 new businesses in assigned territories through prospering,cold calling networking, crating leads and referrals rCin . res d and advertised new products and identified customer needs b. 'ed client relationship and performed follow up calls to assure customer satisfaction ofAm Utica,New York att /Clerical January 2007-Febmmy 2008 • Provided account services to customers to address all personal banking requests such as receiving . deposits and loan payments;cashing checks;issuing savings withdrawals;addressing inquiries in St*,;_ 7 person or on telephone;referring to other bank services. 42 pT o" • Resolved customer request by determining errors that occurred in their financial account • Opened/closed accounts and checked credit bistory for new customers. • Processed credit card applications to next tier for further processing. • Took role in Team Lead field to bring the team towards meeting set goals. • Maintainedcustomer confidence and protected bank operations by keeping information confidential CERTIFICATES: Study of QuickBooks Basic-Technical Institute of America 74/101 SKILLS: SOFTWARE: PC,Microsoft Office(Excel,Word,PowerPoint),QuickBooks,Microsoft Outlook LANGUAGE:Fluent in Serbo—Croatian PERSONAL:Pleasant demeanor,strong organizational skills,and excellent communication skills(both verbal and written). 'goo- 4. Orll -La /WS -'*elavy atat:;''m iatv v "aTiti\ •iz „]' tSgr '*S aVr* 75/101 Richard Karwowski Supenntendant , National Water Main Cleaning Company,Newark,NJ siTy START DATE: August, 1984 ;°- DUTIES: {, * r *Implementing On-Site Health and Safety Plan *� a *Issue appropriate PPE for job assignments , '& _ ' . *Coordinate field activities with Engineer 'Y,ss ,, *Communicate with Project Manager dad njd trz ss i *Training of employees in correct use of,4n eqm $1, . company policy * Upkeep and maintenance of Video Inspe 4.n Equip i!‘` it * Verifying final product being s a Ires* -+j, +,.er is up to company quality standards SIGNIFICANT PROJECTS SUPERVISE Id 1.OR PAICICIPATED IN: IT Corp./Exxon Co.,USA,Linden,New ` Conducting cleaning and video inspectio rvi *'" sartsite Remediation. Keep lines of communication open to customer;e .,r'a. orl�,. 5 • conducted to the satisfaction of the owner and the engineer. Make - 'a..endo: 4' on •-ork procedures to simplify and expedite job progress. Discuss dailyac .vitt „ . Prop P Sr' - J ,' Manager. Z,,4. IT Corp./Exxon Co US,L :' Ne "sey,Bayonne,New Jersey and Linden L Technology Center, dell,Ne , e Worked from 1993 condug cleaning and video inspection services as part of site Remediation. e § 7 New Yor D Co -,::'t SC-57 Coors tT associated with the cleaning and video inspection of sewers in all 5 boroughs. n -racte. will the City Engineer and ran equipment. ew Yo ity ILP,Contract TV-4 4-sponsib 4.1.r cleaning and video inspecting various sized sewers in all 5 boroughs. W 4'' ' .]a: , -fectric Silicones Division,Waterford,NY It W1rked in conjunction with Insituform Metropolitan in conducting cleaning and video inspection operations prior to the process sewers being slip lined. las , rSPECIAL TRAINING,CONTINUING EDUCATION&CERTIFICATIONS: *40 Hour Hazardous Waste Operation&Emergency Response Certificate *8 Hour HAZWOPER Supervisor Certificate and Refresher Training (Current) *Exxon Chemical Company SHAIC Training *Tosco Refining Company Training,Linden,New Jersey 761101 Alexander J. Zaleski 1806 Newark Turnpike Keamy, NJ 07032 973418-6506 alex@nwmcc.com Certifications • Hazwoper Train the Trainer • Hazwoper 40 hr. certified/Hazwoper Supervisor Trained/Hazwoper E.R.Technician • Confined Space Train the Trainer • Confined Space Rescue Training • Forklift Program Coordinator/Forklift Train the Trainer ▪ Respiratory Fit-Test Program Coordinator/1'rainer. • Traffic Control Coordinator • Training Coordinator for Fire Safety,Electrical Safety,Lock Out Tag Out,HAZCOM with SDS,Blood borne Pathogens,Respiratory Protection,Hearing Conservation,Fall Protection,and Personal Protective Equipment • OSHA 10 hour Construction Trained • Competent Persons' Training(CPT)for Construction • Competent Persons' Training(CPT)for General Industry • Department of Transportation Designated Employer Representative(DER) • FMCSA Supervisor • American Heart Association CPR and First Aid Instructor(OD: 09140276632) • American Heart Association CPR for the Healthcare Provider • American Hew Association Pediatric Advanced Life Support • American Heart Association.Advanced Cardiac Life Support • Combat Medic United States Air Force • National.Registry EmergencyMedical Technician-Paramedic(P8053495) • New Jersey Emergency Medical Technician-Paramedic(3440) • Federal)Emergency Management Agency ICS 100,200,300,400 credentialed • National Incident Management System 700,800,800a, 80013,808 credentialed • Certified Emergency Vehicle Operations II • Pre-Hospital Trauma Life Support ▪ BDLS(Basic Disaster Life Support) • ADLS(Advanced Disaster Life Support) Experience: National Water Main Cleaning Company Kearny,NJ (2014-current) • Pull time employment as the OSHA/DOT Compliance Administrator • Maintain OSHA and.DOT records • Coordinate monthly/yearly sustainment training for 80+employees Atlantic Ambulance Paramedics Livingston,NJ (2011-current) • Currently employedas a per-diem Paramedic. 77/101 MONOC Hospital Service Corporation Wall,NJ • Employed as a per-diem Paramedic. (2011 2014) United States Air Force McGuire AFB,NJ (2003-2014) • Certified as a Medic;5-skill level(2007),7-skill level(2004 • Multiple Temporary Duty Assignments(TDY),used as annual tours,to military bases across the country and in Europe. • Deployed to Balad Air Force Base,Iraq(Jan2008-June2008). • Assistant NCOIC unit Skills Lab. • Honorably Discharged University of Medicine and Dentistry EMS Division Newark,NJ (2009-2011) • Employed as a Per-Diem Emergency Medical Technician-Basic. Cooper University Medical Center Camden,NJ (2008-2009) • Full time employment in the Emergency Department as an ER Technician. • Responsible for all Critical Care Technician(Ca)duties,as defined bythe hospital guidelines,in addition to clerical,orthopedic,phlebotomy,and electrocardiography duties. • Instructor with Camden University Hospital EMS Education. Princeton First Aid and Rescue Squad niccenm,NJ (2007-2010) • Per-Diem Emergency Medical Technician-Basic. University Medical Center at Princeton Princeton,NJ • Full time employment (2007-2008) p yment in the Emergency Department asap ER Technician. • Full time employment ' Health and Safety Coordinator • Responsible kr all Patient Care Technician(PLT)duties,as defined by the hospital guidelines,in addition to clerical,orthopedic,phlebotomy,and electrocardiography duties. JFK Medical Center Edison,NJ (2003-2007) • Full time employment in the Emergency Denartmcnt as an ER Technician. Volunteer Experience: Edison First Aid Squad 2 - Edison,NJ (2006-2011) • Volunteered as.an Emergency Medical Technician-Basic. • 31'Lieutenant/Training Officer 2007-2008. Dunellen Rescue Squad Dunellen,NJ (2005.2(05(» ) • Volunteered as an Emergency Medical Technician Basic. • ,Crew.Chief on ambulance, Arbor Rescue Squad Piscataway,NJ (2001-2005) • Volunteered as an Emergency Medical Technician-Basic. o Riding Senior/Senior Crew Chief oo ambulance. • Cadet Advisor 2002-2003. 78/101 Education: American Military University Charles Town,WV Bachelor's degree in Emergency and Disaster Management (2012-2014) • Graduated with Academic Honors Union County College Union,N7 • Graduated the Paramedic Sciences program. (2009-2010) Community College of the Mr Force Alabama (2005-2008) • Associates degree in Allied Health Sciences. Middlesex County College Edison,NJ • Associates degree in Allied Health Sciences. (2005-2007) Dandier'High School Dunellen,NJ • Graduated with a Diploma in General Studies. (1998-2002) Honors: • Recognition from the Board of Chosen Freeholders of the County of Middlesex for my participation efforts in NYC during September 11.2001.My rescue team and I were in NYC for 4 days immediately following the first airplane strike,2002. • "Unsung Hem"award,Dunellen High School,2002 for participation during 09/11/01. • "MCGA Caring.Award,"Dunellen High School,2002 for participation during 09/11/01. • Service medal awards from the United States Air Force; I. Air Force Training ribbon,2004. IL National Defense Service Medal,2004. III. Global War on Terrorism Service Medal,2006. IV. Air Reserve Forces Meritorious Service Medal,2007. V. AF Outstanding Unit Award,200& VI. AF Meritorious Unit Award,200g. VII. Iraqi Campaign Medal with 1 Oak Leaf cluster,2008. VIII. AF Expeditionary Sevtce Ribbon with gold border,2008. IX. AF Longevity Service Ribbon,2008. X. Armed Foxes Reserve Medal with 1 'M'device,2007-2008. Golden Key International Honour Society,American Military University,2011 • Epsilon Fi Phi Honor Society,American Military University,2013. 79/101 Ralph DeJesus Project Manager/Superintendent National Water Main Cleaning Company, Kearny, New Jersey START DATE: August 2002 - Present RESPONSIBILITIES: • Conduct Project/Job Surveys • Generate Project Proposals • Cost Estimation of Projects • Project Start-Up • Manage and Supervise Projects • Locate Underground Utilities • Personnel Training on Cleaning, TV Operations, Vacuuming Large Diameter Sewers, and PACP TV Inspection RELEVANT PROJECTS IN THE PAST 5 YEARS: Improvement of Flow Capacity to Fresh Creek CSO-26th Ward's WPCP Drainage Area: Managed all aspects for the removal of 16,500 tons of debris from large diameter sewers in Brooklyn, NY using heavy equipment,jet rodders, clam shells and vacuum trucks. New York City Department of Environmental Protection Contracts TL-16,TV-14, TV-16, 1413, 1417, 1418: Worked as an operating foreman for cleaning, televising, and equipment minor repair and maintenance throughout all 5 Boroughs. New Jersey Department of Transportation-Contracts—Federal, South, North, Central: Cleaning and restoration contract worked as an operating foreman for cleaning, televising, and equipment minor repair and maintenance. This included hydraulic cleaning,clam shell cleaning, catch basin cleaning, televising, ditch excavation as well as traffic safety. SPECIAL TRAINING & CERTIFICATION: • 40 Hour Hazardous Waste Operation &Emergency Response Certificate • 8 Hour Hazwopei Refresher Training 1-30-2010 • 8 Hour Hazwoper Supervisor 1-29-2010 • 30 Hour OSHA Construction Safety And Health 4-15-2010 • 10 Hour OSHA Construction Safety And Health 5-5-2007 • Traffic Control Coordinator • Traffic Control Coordinator Refresher 11-13-2015 • Traffic Control Coordinator Refresher • MACP/PACP/LACP Certified 9-2004 • Adult CPR &AED • Basic First Aid • Con-tech Certified Maintenance Provider 80/101 RESUME NAME: Christopher Orlemann COMPANY: National Water Main Cleaning Company, Kearny, NJ START DATE: May 9, 2003 CURRENT POSITION: Lining Superintendent/Project Manager/Estimator DUTIES: Responsible for: • Implementing On-Site Health and Safety Plan; • Schedule Daily Activities for Crews; • Issue appropriate PPE for job assignments; • Coordinate field activities with Engineer; • Acquire necessary work permits; • Communicate with Project Manager daily on job progress; • Manages all facets of trenchless lining performed by • NWMCC • Oversees and assists multiple Project managers employed by • NWMCC which are currently managing trenchless lining • projects • Customer Relations; • QA/QC's all Pre/Post television inspections for Lining; • Training of employees in correct use of various equipthent to • Company policy; • Upkeep and maintenance of Video Inspection Equipment.& • Lining Equipment; • Verifying final product being supplied to customer is up to • Company quality standards. • Manage all Cured in Place Point Repair projects • Training all new employees assigned to Cured in Place Division • Estimate and bid small to large projects • Work up and Send out daily proposal work • Involved with doing lunch and learn presentations for • Engineering Firms SIGNIFICANT PROJECTS SUPERVISED AND/OR PARTICIPATED IN: Hampden,PA. Installation of 16,500LE of Manhole to Manhole Lining Lateral Connection Repairs 84 Installation of 75 Cleanouts Installation of 184 MTHs(Main to House Lining) South Williamsport,Pa Installation of 600 Full Wrap LCRs Paddock Creek,MO Installation of 125 Full Wrap LCRs Roslyn, NY. Installation of28,500LF of Manhole to Manhole Lining Manhole rehabilitation of Approximately 200 MH's St Louis,MO Installation of 985 LCRs(Lateral Connection Repairs) 81/101 Lilac Ridge,MO Installation of495 LCRs(Lateral Connection Repairs) Bangor, PA Installation of5,500LF of MTM Lining Bissell Hills, MO Installation of 198 Full Wrap LCRs Glendale, MO Installation of225 Full Wrap LCRs Hanover, Pa Installation of 3,800LF of MTM Lining Cheltenham, Pa Installation of487 Full Wrap LCRs Shakopee, MN Installation of 142 MTHs up to 4OLF to the house Springfield,MO Installation of 1,204 Full Wrap LCRs Saugus, MA Installation of 1,165 Full Wrap LCRs Webster Grove, MO Installation of 1,050 Full Wrap LCRs SPECIAL TRAINING, CONTINUING EDUCATION & CERTIFICATIONS: • 40 Hour Hazardous Waste Operation&:Emergency Response • Certificate • 6 Hour HAZ W OPER Supervisor Certificate • 8 Hour Hazwoper Refresher Training • Confined Space Entry Certification • Respiratory Protection Certification • LockoutTagent Certification • Fall Protection Training ▪ Fall Prevention Training • PPE.certification • Certified Applicator Cured in Place Lateral Lining Process,Epros,Nu-Flow&Maxi Liner Systems • Certified Trelleborg/Epros Installer • Certified Penna Liner Installer • NASSCO Certified PACP,MACP,LACP • Certified Manhole to Manhole Lining Installer POSITIONS HELD WITHIN NATIONAL WATER MAIN CLEANING COMPANY: 2011 -Present: Lining Superintendent/Project Manager/Estimator/Trainer 2006-2011: Cured in Place Superintendent/Trainer 2005-2006: Cured in Place Operator 2003-2005: Equipment Operator/TV Technician/Operator 82/101 RESUME NAME: Matthew David Lalomia COMPANY: National Water Main Cleaning Company,Newark,NJ START DATE: May 9,2007 CURRENT POSITION: Superintendent/Job Foreman DUTIES: 1) Implementing On-Site Health and Safety Plan 2) Schedule Daily Activities for Crews • 3)Monitor Time Cards and Production 4) Issue appropriate PPE for job assignments 5)Coordinate field activities with Engineer 6) Acquire necessary work permits 7) Communicate with Project.Manager daily on job progress 8)Customer Relations&Quality of Sen-ice 9)Training of employees in correct Use of various equipment to company policy 10) Repair and maintenance of Video Inspection Equipment 11)Verifying final product being supplied to customer is up to company quality standards 12) Manage all Cured in Place Point Repair projects 13)Training all new employees assigned to Cured in Place Division 14)Trouble shoot and repair equipment 15)Research and develop new processes SIGNIFICANT PROJECTS SUPERVISED AND/OR PARTICIPATED IN: Saugus, Mass. Installation of 1050 Full Wrap Lateral Connection Repairs Saugus,Mass. Installation of 1008 Full Wrap Lateral Connection Repairs Saint Louis, Mo. Metropolitan Sewer District 1435 Full Wrap Lateral Lining Installs City of Union, New Jersey Installing 350 Cured in Place Point Repairs 83/101 Hampden Township, PA Service Lateral/Full Wrap Connection Lining 1000 Installs Shakopee,Minnesota Project of the Year Nominee 128 Full Wrap Lateral Lining Installs Springfield,Mo. 3000 Full Wrap Lateral Lining Installs SPECIAL TRAINING, CONTINUING EDUCATION & CERTIFICATIONS: • 40 Hour Hazardous Waste Operation.&Emergency Response Certificate • 8 Hour HAZWOPER Supervisor Certificate • 8 Hour Refresher Training(Current). • Certified Applicator Cured in Place Lateral Lining Process, Epros,Nu- Flow&Maxi Liner Systems • Class "A"CDL with Tanker Endorsement • PACP, MACP, LACP Certified • OSHA 10 Construction Safety& Health POSITIONS HELD WITHIN NATIONAL WATER MAIN CLEANING COMPANY: 2014- Present:. Superintendent 2012-2014: Supervisor of Field Operations& Cured in Place Operations 2007-2012: Equipment Operator/TV Technician/Operator 84/101 RESUME NAME: Paul Couto COMPANY: National Water Main Cleaning Company, Newark,NJ START DATE: February, 1996 CURRENT POSITION: Superintendent/Job Foreman DUTIES: Responsible for: I) Supervise various Operators and Crew Members 2) Setting up Major Projects &Coordinating Various Equipment 3) Scheduling Daily Activities for Crews 4) Issue appropriate PPE for job assignments; 5)Acquire necessary work permits 6)Communicate with Project Manager daily on job progress 7)Customer Relations 8) Quality of Service 9) Training of employees in correct use of various equipment with a strong focus on Jet/Vacuum Units 10) Upkeep and maintenance of Video Inspection Equipment II)Upkeep and maintenance of Safety Equipment 12) Excavator/Loader Operator SIGNIFICANT PROJECTS SUPERVISED AND/OR PARTICIPATED IN: NYC Catch Basin Cleaning& Hood Installation Project. All Five Boroughs Department of Transportation NJ. Highway Stoiin Wateriaay Cleaning Jersey CitylnterceptorCleaning 25,000 Large Diameter Cleaning and Sonar Inspection North River Treatment Plant Cleaning Aeration Tank Cleaning NYC Department of Environmental Protection Pump Station Cleaning all Five boroughs NYC Department of Environmental Protection Large Diameter Pipe Cleaning all Five boroughs 85/101 City of Baltimore 30,000 Large Diameter Cleaning and Sonar Inspection Boston Water and Sewer 20,000 Large Diameter Cleaning and Sonar Inspection Pennsylvania Department of Transportation 10,000 Large Diameter Cleaning and Sonar Inspection: Toms River New Jersey 28,000 Large Diameter Cleaning and Sonar Inspection SPECIAL TRAINING,CONTINUING EDUCATION.& CERTIFICATIONS: • 40 Hour Hazardous Waste Operation•&Emergency Response Certificate • 8 Hour HAZWOPER Supervisor Certificate • 8 Hour Refresher Training(Current) • 10 Hour Construction • Confined Space. • Fall Protection • Am-Track Training POSITIONS HELD WITHIN NATIONAL WATER MAIN CLEANING COMPANY: 1996—2006: Jei:Vacuum& Clam Shell Operator 2006 - 2006 Supervisor 2006 - Present: Superintendent 86/101 RESUME NAME: Paul Pires COMPANY: National Water Main Cleaning Company, Newark,NI START DATE: May, 1997 CURRENT POSITION: Superintendent/Job Foreman DUTIES: Responsible for: 1) Supervise various Operators and CrewMembers 2) Setting up Major Projects& Coordinating Various Equipment 3) Scheduling Daily Activities for Crews 4) Issue appropriate PPE for job assignments; 5) Acquire necessary work permits 6) Communicate with Project Manager daily on job progress 7) Customer Relations 8) Quality of Service 9)Training of employees in correct use of various equipment with a strong focus on Jet/Vacuum Units 10)Upkeep and maintenance of Video Inspection Equipment 11) Upkeep and maintenance of Safety Equipment 12)Excavator/Loader Operator SIGNIFICANT PROJECTS.SUPERVISED AND/OR PARTICIPATED IN: NYC Catch Basin Cleaning&Hood Installation Project. All Five Boroughs Department of Transportation NJ. Highway Storm Waterway Cleaning "Jersey City Interceptor Cleaning 25,000 Large Diameter Cleaning and Sonar Inspection North River Treatment Plant Cleaning Aeration Tank Cleaning NYC Department of Environmental Protection Pump Station Cleaning all Five boroughs NYC Department of Environmental Protection Large Diameter Pipe Cleaning all Five boroughs 87/101 City of Baltimore 30,000 Large Diameter Cleaning and Sonar Inspection Boston Water and Sewer 20,000 Large Diameter Cleaning and Sonar Inspection Rockland County MUA 18,000 Large Diameter Cleaning and CCTV Inspection Rockland County MUA 36 Inch Concrete Spin-Cast Project Connecticut Highway Department Fiber Optic Project Cleaning& Inspecting 6 miles of Conduit City of Newark Water Department Dam Drain and Weir Rehabilitation SPECIAL TRAINING, CONTINUING EDUCATION&CERTIFICATIONS: • 40 Hour Hazardous Waste Operation&Emergency Response Certificate • 8 Hour HAZWOPER Supervisor Certificate • 8 Hour Refresher Training(Current) • 10 Hour Construction ♦ Confined Space • Fall Protection • Am-Track Training ♦ Am-Track Training, POSITIONS HELD WITHIN.NATIONAL WATER MAIN CLEANING COMPANY: 1997—2005: JetNacuum&Clam Shell Operator 2005 -.2012: CCTV Operator 2012 - 2015: Supervisor 2015- Present: Superintendent 88/101 Dagny Rodriguez Superintendent National Water Main Cleaning Company—Lasahatchee Groves,FL START DATE: January 2018 RESPONSIBILITIES: • Supervise various Operators and Crew Members • Setting up Major Projects&Coordinating Various Equipment • Scheduling Daily Activities for Crews • Communicate with Project Manager daily on job progress • Quality of Service • Training of employees in correct use of various equipment • Upkeep and maintenance of Video Inspection Equipment • Upkeep and maintenance of Safety Equipment and Video inspection Equipment RELEVANT PROJECTS WITH NWMCC: • FDOT(Florida Department of Transportation) Clean drainage structures • Palm Beach County Sewer pipeline and manhole cleaning and inspection services. SPECIAL TRAINING&CERTIFICATIONS: • 10 Hour OSHA in Construction Safety and Health • Certified by the Florida Department of Transportation in Temporary Traffic Control • Asbestos Awareness Course • Confined Space Training • FMCSA DOT Hours of Service EXPERIENCE: • American Water Services February 2002-November 2009 TV Operator • Insituform.Technologies Inc. November 2009—October 2011 TV Operator Layne Inliner LLC October 2011 —January 2018 •`.Superintendent David Gregory Smith, P.E. Water Division Manager National Water Main Cleaning Company - Keamy, NJ Education: 2008 -2011 University of Maryland Baltimore County Baltimore, MD MS, Engineering Management 2000-2004 SUNY College of Environmental Science and Forestry Syracuse.NY BS, Environmental Resource and Forest Engineering Experience: Mr. Smith is a registered Professional Engineer with over ten years of experience in the design, construction and inspection of water and wastewater infrastructure. Mr. Smith has six years of experience developing, evaluating,and recommending comprehensive buried infrastructure assessment solutions using industry leading assessment tools and techniques. Mr. Smith has directed, managed and supported the delivery of over 250 miles of buried infrastructure assessment projectsand programs including those listed below. P Over 150 miles of Large Diameter Transmission Main Assessment experience • 102 and 78-inch Providence Water Transmission Main • 72-Inch Jersey City Aqueducts 86-Inch Forest Park Transmission Main • 60:Inch Raritan.Millstone Transmission Main 54-Inch Teaneck Transmission Main 48=inch Watres Transmission Main 54-Inch Fort Smallwood Road Transmission Main 42-Inch Marley Neck Blvd Transmission Main 42-Inch Primary Transmission Main 42-Inch Hackensack Transmission Main 36-inch Nursery Road Transmission Main 36-Inch National Starch Transmission Main 36-Inch Tinton Falls Transmission Main 30-Inch Middletown Transmission Main 30-Inch Crystal City Transmission Main Philadelphia Water Department Assessment Program ➢ Over 75 miles of Force Main Condition Assessment experience 108-Inch Sayreville Force Main 72 and 54-Inch East West Force Main 48-Inch Front Street Force Main 36-Inch F-0 Force Main 30-Inch Ocean Township Outfall 30-Inch Klockner Force Main 30-Inch Ocean County Force Main 30-Inch F-3 Force Main 30-Inch Stony Brook Force Main 30 and 24-Inch Franklin Muskego Force Main 24-Inch West Side Force Main 20-Inch Lexington Force Main 12-Inch Blind Brook Force Main Bergen County Force Main Assessment Program Valley Forge Force Main Assessment Program Belmont Force Main Condition Assessment Program 89/101 Fernando Chacon Municipal Services Assistant Superintendent National Water Main Cleaning Company, Kearny, New Jersey START DATE: May 9,1994 - Present RESPONSIBILITIES: • Operate and Upkeep Video Inspection Equipment and create databases using WinCan • Implementing On-site Health and Safety Plan • Manage Activities for Crew Members • Issue Appropriate PPE for job Assignments • Coordinate field Activities for Engineer • Communicate with Project Managers daily on job progress • Verify Final product being supplied to customer is up to Company quality standards • Training of employees in correct use of various equipment SIGNIFICANT PROJECTS SUPERVISED AND/OR PARTICIPATED IN: New York City Department of Environmental Protection Contracts TV-14,TV-16, 1417: Responsible for cleaning various sized sewer in all 56oroughs.:Coordinated field activities with City Inspectors=. General Electric Silicones Division, Waterford,NY:Worked in Conjunction with Insituform Metropolitan in Conducting cleaning and Video Inspection operation prior to the process sewer being slip lined. SPECIAL TRAINING& CERTIFICATION: • 40 Hour Hazardous Waste Operation & Emergency Response Certificate • 8 Hour HAZWOPER Supervisor Certificate and Refresher Training • Exxon Chemical Company SHAIC Training (Current) • Tosco Refining Company Training, Linden, New Jersey (Current) EDUCATION: Industrial and Technical Institute, Cali, Colombia SA 90/101 CARLOS A.TABARES 36 18th Ave Paterson,N707513 (973)460.8794 COMPANY f National Water Main Cleaning Co. START DATE I I/12(2003 ' COMPUTER SKILLS Extensive Software&Hardware Knowledge: .- SoftwareLanguage:knowledge of desktop operations, dows 95,98,2000,ME,XP and V. Win protocol and services,client management and 0/S installation,file management,Me ft Office$7, e XP,2003,2007,Microsoft Outlook 2000,2003,Outlook express 5,6,Corel Draw 7- oCAD 12, gateway.PC Anywhere 7,8,9,FrontPage 98,2000&2003,Flash 5,6&8 ?r -' Network Windows NT-Plan and create accounts and accounts polices,ho .;'`..i user sigh and configure network printers,manage files,implement data security pm 't supe install and configure network protocols,manage clients. C • Hardware:Build and troubleshoot computers,identified system compo and ,me functional systems,develop and implement preventative maintenance pi ,.• storage devices and optimize systems to be use at its fdl speed capacity. �' s ,,, EMPLOYMENT 4.National Water Main Cleaning Co.Newark,N7 r 4, A 2003—Present pan Management .y7 i •-Promoted to manage a department that ess* g�., .. data coming from television inspection tucks. " _3 e..: •Responsible for managing duce ' oyees z . poo.- Ia department video inspection data of the entire company. •Keepall the trucks with c `luaus to i imize down time of employees in-the field •Data recovery from h t g. •Create,develop NetfipComputers, � ekH N.k' June 1999-1003 •Field ..0 T 4:nicd, •Ability to twin. 1114.77_:.:. supervise Customer Service employees and a team player. • Assist wittier, : and layout of cabling installation for networking. • Supervise and Sect !'ht. 'cal staff for hardware and software. •B ‘,.47..--.-4,,,_, no d used computers. •C ,,el:.tz`..�„,; vet the phone with step by step procedures. EDrw 'A 0....4 i ._ _. t ES..4 .# May2005 GIS PS NAPC May 1006 3D Fundamentals an America Jan 2005 WdnCan+continuedpost training Discovery Networking Education,Hasbrouck Heights,NJ June 2000 MCSE2000 xr4419I'` n Discovery Networking Education,Hasbrouck Heights,NI June 1999 Network+.A+ Remington of Commercial University Jan 1990 Computer Pronrammine&Accounting CERTIFICATIONS A+Certified,Windows 2000 Professional,AutoCAD 91/101 Cr-tj. NATIONAL WATER MAIN CLEANING CO. The EnvWnmentr/Pro Protection SpeSpecialists/7a An sous Opeonnets Entente AFFIRMATIVE ACTION PLAN NYC eic License#468 OF National Water Main Cleaning Co. July2015 I. Purpose , , s, The purpose of this Affirmative Action Plan is to comply with the Civil Righ f I Executive Order 11246,and all applicable amendments.The program deli a that specific procedures are applied.in good faith to foster equal emplo po ithout regard for race,color,religion,national origin,age,marital status, 44 program includes analyses of areas to determine whether or no al se i n Cleanihandicng The are deficient in the utilization of qualified minority people o e in Cleaning Co. P so iha od faith efforts win ma be directed to correct deficiencies at every level and in evsegm.-' #the act of the activities of National Water Main Cleaning Co.. r- II. Statement of Policy .-4. '% it National Water Main Cleaning Co.will ` eii cies without regard to race,religion, sex,age,color,national origin,ancestry,onhanWt ex.apt where sex or age is a valid occupational qualification. National Water Main Cleaning ly ✓ith federal,state and local laws governing the equal employment opportunities a fled applicants for employment. F National Water Main A Co. take affirmative action to insure.that an increasing number of qualified member/of • groups and females,present in the employment. National Wate =KY , .:ing o.will take affirmative action to insure that as increasingnumbcr of qualified mem. d t ` groups and females,present in the:employment corn.. araec of tions various Y 'c! are fiirly evaluated for employment in various job classifications throughout the v.. �I g tall for E.E.O.Policy Se Director of E.E.O. is responsible for overall administration of this program to assure that lemelttation of National Water Main Cleaning Co.Equal Employment Opportunity Policy. Mew Nes Tort Moe 137swit Mkt 1606 Ne�wlkkTumpke 9891WdwH 2"+,M11erMst evmsRear)Matlast si I""P MUip44#@3 " I tassltrxl anst The Director's responsibilities include: 1. Counsel division managers and management personnel on implementation of the company's Equal Employment Opportunity Policy. 2. Assure all recruiting sources are advised in writing of the corporate E.E.O. Policy. X 3. Assist and counsel division managers in identifying areas of under° 'on ,. and establishinggoals and timetables commensurate with the local area. 4. Conduct annual audits to insure compliance at each location. y '- 5. Assure that required posters and notices are properly 6. Assure that all facilities are desegregated. u,A a 4 - 3tS... 7, Disseminate the corporate E.E.O.Policy ands r;that `r records are maintained internally at each location s rt.- f 8. Assure that women and minoritie taus an equal opportunity to compete for any available position they are, $fto gerafm 9. Disseminate the corpora Ir to the public. fir. 10. Include in all orie o Vor new employees,corporate E.E.O. 00 Policy. ,f 11. Where le; ain 4 active association with local minority groups and women' IV. Pubb , •yli ad Compliance Program >4.- e\F 0.Policy and Compliance Program will be communicated to all oyttes through employee publications,orientation programs,management Z tra ng sessions,union representatives and labor union contracts. 5 t'i d The E.E.O.Policy statement and government E.E.O.posters and notices will I+. .- be appropriately displayed. .a4%"3. Recruiting sources,advertising,employment agencies,schools, and colleges will be made aware of National Water Main Cleaning Co. commitment to hiring women or minority group employees under the corporate E.E.O.Policy V. All purchase orders and sub-agreements shall contain an E.E.O. statement. 93/101 Analysis of Employment Assist division managers in analyzing by job title or classification based on the labor statistics provided by the local employment services,to help determine the number of minorities,women, and potential age group applicants available in the local labor recruiting area if these figures are available. 1. Analyze current flow at each location, identifying women and minorities rotected age group applicants to determine the availability of these applicants. s#. �*l =tr F,, 2. Analyze all job titles to determine if minorities and women m un job classifications. g denrtdiied in any � I Compare the percentage of minorities and women irk e wor otce with the workforce available in the immediate labor area,;. tr._, 4. Establish annual goals and timetables a ' v ty fapplic,consistent with corporate policy statement on E.E.Od •�- availab 'rip of applicants, VL Jo¢ Classifications and P Sal . ,„s ift I. Job descriptions and job iev iewed mgu7erlyminsure they do not against wr it' 2. Salaries and pay st '" be istered and regularly reviewed to assure that there are no differerleds in v. ed on an employees race,color,age,religion, marital c°rgano rigin. VII. Affirmative ct „•�- •y Nationalffier leaning Co.is committed to take affirmative action to resolve the imderutiliration of minorities and women.To this goal,the following points will I-Ibe our • We •r I continue to seek qualified women and minority applicants for all job " • •rice end at levels of employment.4 ,E. We will continue to insure that schools,colleges,employment agencies and employment services are informed and tmdetstend our policy of Equal Employment Opportunity. Standards for employment will be continually monitored to be certain that they are consistent with qualifications needed for satisfactory job performance. 3. Employment application forms will be reviewed to insure they conform with all legal requirements.All job applicants will be given an opportunity to fill out an application which will be held in an active status for six months from date of action. 94/101 4. Screening procedures,such as the interview,reference checks,and credit checks,will be conducted in accordance with applicable laws and personnel practices. 5. National Water Main Cleaning Co.will insure that all qualified employees, including minorities and women receive equal consideration for oppo hies for advancement,including promotions,salary increases,and transfers.I event that reductions in the workforce become necessary, National Water Cleaning Co.will be certain that layoffs are made without re to race, r religion,age,marital status,sex, sexual orientation or national o 6. As outlined in Analysis of Employment,Y P yment,National W am... aamtCo will periodically make reviews of underutiliration of mi es and Included in the review will be. � Y,' a. Review will be made of the qualifications oft mdm• employees for selection, training,and/or advancement with 1ry bias who are qualified for higher paying jobs. N£ =c: b. Reasonable and a ro PP Pita �eces a'continuing basis for the upgrading of women and minorities wit oniing project.If the objectives cannot be met, good faith effo ent will be shown. c. National Water , r 'o.will make certain that promotional standards used in up x I j mpl realistically related to job requirements,and applied m ,c., ry manner. 7. All IN , .. ,: gid r •m Cleaning Co.facilities will continue to be maintained on a nonsegre " 8. - > r Main Cleaning Co.will support community educational,vocational 4 framing programs for minorities and women on an equal basis with all other 4, Poyees and will take steps to inform the communities of this policy.Local edia will be used to inform minorities and women of opportunities with National .° ater Main Cleaning Co.All advertising will designate that National Water Main .." t ` ' „ leaning Co.is an Equal Opportunity employer. Ls t 0. Each union contract will continue to contain a clause stating mutual obligation to assure non-discriminatory practices. 95/101 10. National Water Main Cleaning Co.are complying and will continue to comply with all reporting requirements of Executive Order 11246 and all applicable requirements of the Equal Employment Opportunity Commission and the Office of Federal Contract Compliance.Reports will be submitted to federal,state, or local agencies as they may be required by law These reports will be made available for inspection by bona fide representatives of state and I mpliance agencies_ Executive Order 11701 -Employment of Veterans National Water Main Cleaning Co.will continue their policy of thi and ing qualified applicants who are veterans while striving to maintain the co `sy s to alive action commitment to Equal Employment Opportunity for every ja 'cant v `42 VIII. Affirmative Action for Employment o la, - • Persons National Water Main Cleaning Co.will not. °" st any employee or applicant because of physical or mental handicap in regard to any for ch the employee or applicantis qualified. zi National Water Main CleaningCo ' di ped employees without discrimination in all employment practices and emp ee t ptjgrams.All qualified handdicapped employees will be given equal consideration for uding promotions and transfer. Goals National Water Manic k .will strive to achieve the end of any underutilization of minorities and women at-rt• ;<: y . is d will undertake the following steps: 1. -.r otih�44ficy that minorities and women are in jobs where their training and abilities are approp lyfitilized. c t q l "'2.it* scale relationships between women and men with the goal to equalize their status. T' , 3. `'here investigation reveal disproportionate ratios of women and minorities,set goals to ,i cower this problem. 4. National Water Main Cleaning Co.will continue their open promotion policy. All promotional opportunities will be communicated to all employees. 96/101 5. Objective selection procedures will be followed. They are:job requirements to be stated, evaluation of each candidates qualifications,prepared reasons for selection of a specific candidate, 6. Where practical,women and minorities will be rotated in various job levels to provide developmental opportunities. Women and minorities are encouraged to panic to in study furore courses that would prepare them for re promotions. 7. National Water Main Cleaning Co.will actively recruit women and m' nese{„ ssional level jobs.To this end,a professional organization will be contacted fo , S. National Water Main Cleaning Co.company's E.E.O.Policy, v . �com sated thrthoughout company.All officers,managers and supervisors will be awarti ', hits meaning. ro hey and its meaning. ,a' 9. Auditing of all National Water Main CleaningCo.7.,• tom' panysnnel policies and procedures has been and continues to be an o.;..e;.• s 10. All policies and procedures will be peri.,•1 Iy examined to assure that all employees are treated equally,without discrimmau•.•! all emplo)paent practices and employed benefit pro ;grams. z ; p- t \ +yg,. n , ymdsley July 22,2015 Secretaryfheasurcr Director of EEO: National Water Main Cleaning Co. 97/101 NONCOLLUSION ANhIUAVIT I,Salvatore F.Perri,of the Town of Short Hills,in the County of Essex,and the State of New Jersey,of full age,being duly sworn according to law on my oath depose and say that I am President,of the firm of National Water Main Cleaning Co.,the bidder making this Proposal for the above name project, and that I executed the said Proposal with full authority to do so;that said bidder has not,directly,or indirectly,entered into an agreement,participated in any collusion,or otherwise taken any action in restraint of free competitive bidding in connection with the above named projectan that all statements contained in said Proposal and in this affidavit are true and correct,and made with full knowledge that the State of New Jersey,County of Hudson,relies upon the truth of the statements contained in said Proposal and in the statements contained in this affidavit in awarding the contract for the said project.I fully warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission percentage,brokerage,or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by National Water Main Cleaning Co. sl !..-/%44/1"1,%(--( /l t Salvatore F.Perri President-- Sworn residentSworn before me this 3rd day of August 208 IRNESA oKANOVIC NOTARY PUBLIC OF NEW JERSEY MY Comate en • Ex 043132 Picas 1/32021 98/101 tVen. . NATIONAL WATER MAIN CLEANING CO. II The Environmental Protection Specialists An Equal Opportunity Employer NYC BIC License p468 NATIONAL WATER MAIN CLEANING CO. OWNERSHIP SHAREHOLDER ADDRESS PERCENT OWNED Carylon Corporation 2000 Palm Beach Lakes Blvd.,Suite 201 100% West Palm Beach,FL 33409 OFFICERS OF CARYLON CORPORATION NAME TITLE BUSINESS ADDRESS Marcie Hemmelstein Chairman/CEO 2000 Palm Beach Lakes Blvd..Sur 24I-Wesi Palm Bcach,FL 33409 Howard Harris President 2000 Palm Beach las Blvd,Sutte 201 W.yr Palm Beach,FL 334119 Richard Reisin Executive Vice President 2000 Palm Des,h Lake Bled.,suite 201,Wm Palm Bach,FL 33409 Yon'Mervis Secretary 2500 W.Arthington Street,Chicago,IL 60612 CARYLON CORPORATION OWNERSHIP NAME OF BENEFICIAL BUSINESS ADDRESS PERCENT LEGAL OWNER OWNER OWNED Marcie Hemmelstein as Marcie Hemmelstein . 2090 Palm Beach Lakes Blvd..State 201 31.0% Trustee ofJulius L. West Palin BeachFL 33409 Hemmelstein Revocable Trust Marcie Hemmelstein and All,Participants 2000 Palm Beach oke Blvd Suite 201 27 5% Howard Harris as of ESOP = — Plat Palm Bach.FL 33409 Co-Trustees Of Carylon Employee Stock Ownership Plan and Trust Marcie Hemmelstein an Marcie Hemmelstein 2000 Palm Bach Lakes Blvd.,Suite 201 20.4% Trustee of Marcie Yeut Palm Beach,FL 3409 Hemmelstein Exempt Trust Richard Reisin as Marcie Hemmelstein 2000 Palm Beach Lakes Blvd.,Suite 2m 9;0( Trustee of Marcie West Palm Bach,FL 33409 Hemmelstein Exempt 1RNESqNOVICTn¢[ N0TComm LF NEW JERSEY Comm,b The balance of ownership is held by shareholders possessing 5%or less of shares. Myy skin 50 043132 ExPires n021 National Water Main Cleaning Co.is a Subchapter S Corporation. / Sworn to me this 3rd day of August 20 18 Salvator . Perri gpresl t/ 2 dfd rit6D t e.a- - d New Jersey Office New York Office Boston Office Connetlkvt&Mee 1806 Newark Turnpike 928 Broadway 25 Marshall St 1003(Read Elm St Kearny.NI 07032 Ode,NY.13501 Canton.MA 02021 Rudy HII1,CT 06067 P1973.483.3200 P:315.624.9520 . P:2R1.$28.0863. P:861293.2808 F:973.483.5065 F.315.624.9523 F.781.028.2473 Email:bostan@nwmcc,Wm Emaf:oHlia@nwmw.emn Email:E rt d@nwma.mm Email.bopon@nwmeemm 99/101 Form W-9 Request for Taxpayer Give Form to the (Rev.August 2013) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service Name(as shown or your income tax return) National Water Main Cleaning Co. aBusiness name/disregarded entity name.if different from above 4 Check appropriate box for federal tax classification'. Exemptions(see instructions): 0 IndwiduaVsole proprietor 0 c Corporation O+ s Corporation 0 Partnership ❑Trusuastate Exempt payee code(if any) O Limited liabilitycompany.Enter the tax classification(0=0 corporation,5=5 corporation,P pannersh'ip)a Exemption from FATCA reporting e S wee of any) n` 3 ❑ Other(see instructions)ff Address(number.street,and apt.or suite no) Requester's name and address(optional) it 1806 Newark-Jersey City Turnpike CITY OF MIAMI BEACH m 1755 Meridian Avenue y City,state,and ZIP code m° Kearny, New Jersey 07032.4314 Miami Beach,FL 33139 List account number(s)here(optional) Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the rams given on the"Name"line I Social security number to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Pad I instructions on page 3.For ether - 1111 - entities,it is your employer Identification number(EIN).If you do not have a number,see How to get a TIN on page 3. Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose Employer identification number number to enter. 2 2 - 1 7 5 3 2 6 1 Part II Certification Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am wailing for a number to be issued to me),and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. I am a U.S.citizen or other U.S.person(defined below),and 4.The FATCA code(s)entered on this form(it any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you ar9got required to sign the certification,but you must provide your correct TIN.See the instructions on page 3. Sign Signature Here U.S.person *-.c?etc "�E2-'ce- oatee 8/3/2018 General Instructions withholding tax on foreign Partners share of effectively connected income,and Section references are to the Internal Revenue cede unless otherwise noted. . Certify that FATCA code(s)entered on this form Of any)indicating that you are exempt from the FATCA reporting,Is correct. Future developments.The IRS has created a page on IRj.gor for information Note.It you are aVS.person and a requester gives you a form otter than Form about Form W-9,at www.lrs.gov/w9.Information about any future developments W-9 to request your TIN,you must use the requesters form if it is substantially affecting Form W.9(such as legislation enacted after we release ill will be posted similar to this Form W-9. on that page. Definition of a US.person.For federal tax purposes,you are considered a U 5. Purpose of Form Person if you aro: A person who Is required to file an information return with the IRS must obtain your 'An individual who is a U.S.citizen or U.S.resident alien, correct taxpayer identification number(TIN)to report,for example,income paid to •A partnership,corporation,company,or association created or organized in the you,payments made to you in settlement of payment card and third party network United States or under the laws of the United States, transactions,real estate transactions,mortgage est you paid,acquisition or .An estate(other than a foreign estate),or abandonment of secured property,cancellation of debt,or contributions you made •to an IRA. A domestic trust(as defined in Regulations section 301.7701-7). Use Form W-9 only if you are a U.S.person(Including a resident alien),to Special rules for partnerships.Partnerships that conduct a trade or business in provide your correct TIN to the person requesting it(the requester)and,when the United States are generally required to pay a withholding tax under section applicable,to: 1446 on any foreign partners'share of effectively connected taxable income from such business.Further,In certain cases where a Form W.9 has not been received, I.Certify that the TIN you are giving is correct(or you are waiting for a number the rules under ection 1446 require a partnership to presume that a panne(isa to be issued), foreign person,and pay the section 1446 withholding tax.Therefore.If you are a 2 Certify that you are not subject to backup withholding,or U.S.person that isa partner In a partnership conducting a trade or business in the 3.Claim exemption from backup withholding if you are a U.S.exempt payee.If United States,provide Form W-9 to the partnership to establish your U S.status applicable,you are also certifying that as a U.S.person,your allocable share of and avoid section 1446 withholding on your share of partnership income. any partnership income from a U.S.trade or business is not subject to the C4.1440 41% Form W-9(Rev.6-2013) I1 . NATIONAL WATER MAIN CLEANING CO. InThe Environmental Protection Specialists An Equal Oppodundy Employer NYC BIC License#468 1806 Newark Turnpike Kearny,NJ 07032 CORPORATE RESOLUTION At a meeting of the Board of Directors of National Water Main Cleaning Company,held at 1806 Newark Turnpike, Kearny,NJ a quorum being present,it was moved and unanimously adopted that Salvatore F. Perri,President,be authorized to sign: CITY OF MIAMI BEACH Routine and Ermergency Sanitary Sewer and Storm Water Pipes Cleaning and Closed Circuit Television(CCTV)Inspection Services ITB No.2018-080-ND This is to certify that the foregoing is a true copy of the resolution adopted by the board of directors of National Water Main Cleaning Company at its 7/20/18 meeting. `. National Water Main Cleaning Co. has been incorporated on 7/2/1964 in New Jersey. Respectfully Submitted. NATIONAL WATER MAIN CLEANING COMPANY L. Rayngry. d R. indsley g . Secretary/Treasurer New ane/Office New Vast Oak.. Boston Office Cmrweewt Office 1806 Newark Turnpike 92a8roadway 25 MarshallSt 10a1(Read Elm St BeamµN107032 Ultra,NY 13501 Canton,MA 02021 Rocky Hill CT 06067 P:973.483.3200 P.315.630.9530 P:781.828.0663 . P.860.193.2808 E 973483.5065 R 315.624.9523 3:783828.2473 Email;bmton@nwmcccom Email:office@nwmcc.wn Ema9:boeon@nwmtt.com. Email:boston@nwmcc.om 1 0111 01 6 ✓19 .,6e4 MIAMIBEACH Salvatore F.Perri President Procurement Department, 1755 Madden Avenue, 3id Flea, Miami Beall, Reside 33139, •emv.MemlbeaNB.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018.080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION SERVICES July 25,2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. ITB DUE DATE AND TIME. The deadline for receipt of submittals Is extended until 3:00 p.m. Friday.August 3,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue,3r° Floor Miami Beach, Florida 33139 . Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaeIGranadoemiamibeach0.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext.6263 nataliadelgado@miamibeachfi.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and ret the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. n e ely, A x Deni ocure nt Director I ADDENDUM NO.t I INVITATION TO SID NO.2018-080-NO ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPEC110N SERVICES .� &2r a : MIAMI B EAC H Salvatore F.Perri President Procurement Department, t755- Meridian Avenue, 3° Roar, Miami Beach, Florida 33139, ww.miamme AEgov, 305-673-7490 ADDENDUM NO. 2 INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT TELEVISION(CCTV) INSPECTION SERVICES July 27,2018 This Addendum to the above-referenced ITS is issued in response to clarifications and revisions issued by the City. The ITB.is amended in the following particulars only(deletions are shown by strikethrough and additions are-underlined). 1. REVISION: Delete Appendix E, Cost Proposal Form, on page 35-36 of the ITB, in its entirety and Replace with Revised Appendix E, Cost Proposal Form, attached hereto as Exhibit A. THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE PROPOSAL SHALL DEEM PROPOSER NON-RESPONSIVE. 2. ATTACHMENTS. Exhibit A: Revised Appendix E, Cost Proposal Form. Exhibit B: Pre-Bid Sign In Sheet 4. RESPONSES TO QUESTIONS RECEIVED. . Qt: What is the approximate yearly expenditure for this contract? Al:The approximate yearly expenditure for this contract is 5700,000. Q2: a) Is there an estimated budget for this?b)Also, is a plan holders list maintained for bids? A2: a) There is no budget. The approximate annual expenditure is stated in the response to question 1. b)Please refer to Exhibit B: Pre-Bid Sign In Sheet. Q3: Page 28#4 since 6,000 gallon trucks are not commonly used, will the city allow for (2) 4,000 gallons and back up trucks at 3,600 or other size? A3: The two (2) 6,000 + gallon trucks requirement in Section 1.3.4 has been amended to two(2)4,000 gallon minimum trucks. Q4: CCTV is this for sanitary pipes? At CCTV inspection services are for sanitary and storm water pipes. Q5: Page 35 the lift stations are different sizes and require a lot of different times to clean 1-will the company be supplying the truck for city personnel to enter the Liftstation's and clean 2-how does the city plan to allow for the differences in sizes? A5: The contractor will supply the truck and City personnel will enter and clean the 1 ADDENDUM NO.2 INVITATION TO BID NO.201SANITARY ROUr1NE AND EMERGENCY SANRARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES lift stations. AS: Please refer to Exhibit A: Revised Appendix E, Cost Proposal Form. The contractor will charge per hour when cleaning sanitary sewer lift stations. Q6: CCTV if this is for storm pipes there are no allowances for plugging and pumping the system. A6: The City is responsible for plugging the system. The contractor is responsible for pumping the system, pursuant to line items 1 and 2 of the Revised Appendix E, Cost Proposal Form. Q7: Is there a bid bond required? A7: The City does not require a bid bond. 08: Are the quantities.for Bid Items 1-5 the approximate quantities on a yearly basis or for the three(3)year contract period? AS: The quantities provided in the Cost Proposal Form are annual estimated quantities that will be used for calculation purposes only. Actual amounts may be greater or less than the annual estimated quantities. Q9: What have been the approximate quantities of storm water structures and sanitary manholes cleaned per year on the past contract? A9: The annual approximate quantities cleaned are: 7,500 storm water structures and 200 sanitary manholes. 010: What have been the approximate quantities of storm water and sanitary pump stations cleaned per year on the past contract? A10: The annual approximate quantities cleaned are: 37 storm water pump stations cleaned twice a year and 24 sanitary pump stations cleaned twice a year. Q11: If cleaning lift stations is going to be by the hour, will you be putting a line Item for dumping? All: The City will not be adding a line item for dumping. The cost for dumping will be provided as a pass-through cost only,with no mark-ups allowed. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoOmiamibeachfl.gov. I Procurement Contact: Telephone: Email: Natalia Delgado 305873-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders.'questionnaire with the reason(s)for not submitting a proposal. 2 ADDENDUM N0.2 INVITATION TO BID NO.2018-000-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING.AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES Sinat ely, -11 A=xD- = e urement Director BIDDERS ARE REMINDED THAT THE REVISED COST PROPOSAL FORM EXHIBIT A ATTACHED HERETO) IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. The rem atnderof this page was left intentionally blank. 3 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES EXHIBIT A (REVISED APPENDIX E) Revised Cost Proposal Form THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL 4 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES REVISED APPENDIX E-COST PROPOSAL FORM Failure to submit Appendix E,Cost Proposal Form.in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this ITB,inclusive of its terms,conditions,specifications and other requirements stated herein,and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance.The Cost Fr upubal Form(Appendix E)shall be completed mechanically or,if manually,in ink.Cost Proposal Forms (Appendix E)completed In pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form(Appendix E)shall be initialed.The City Manager will make an award recommendation in any combination of items he deems to be in the best interest of the Ci . Tata Item Description Quantity' U Ih1 Unit Cast louantiIy_X mit cost) NON-EMERGENCY OR PLANNED WORK• Contractor proposes to finish all labor, materials, supplies, tools, equipment, transportation, supeMsion,and maintenance of traffic necessary to perform the routine sanitary sewer and storm water pipes cleaning,and CCTV inspection services for the City of Miami Beach in accordance with the bid specifications. Cleaning of storm water catch basins, See prices in 6ic packase. inlets,outfalls,and manholes and per Verb1) 1 associated pipe to downstream structure 7900 slmdum $ $ Cleaning of sanitary sewer manhole and associated pipe to downstream struchtre(6' 1600 struPer cture $ $ 2 —36" Par Pump 3 Cleaning of storm water pump stations 45 station $ $ Closed circuit televising of pipe(CCTV)(6" Linear 4 —36') 2000 Feet $ $ Hourly 5 Cleaning of sanitary sewer lift stations 1,000 Rata $ $ UNPLANNED OR EMERGENCY WORK • Contractor proposes to furnish all labor, materials, supplies, tools, equipment,transportation,supervision,and maintenance of traffic necessary to perform unplanned or emergency sanitary sewer and storm water pipes cleaning, and CCTV inspection services for the City of Miami Beach in accordance with the bid specifications. Hourly 6 Emergency sanitary water hauling 500 Rate $ $ Vacuum hick service,with two operators (Regular Workday,See Appendix 0, 7 Section 4) 500 Rate $ $ Vacuum truck service,with two operators (Non Regular Workday,See Appendix D, Hourly 8 Seaton 4) 200 Rate $ $ Video inspection unit,with two operators (Regular Workday,See Appendix D. 9 Section 4) 100 Rate $ $ Video inspection unit,with two operators (Non Regular Workday,See Appendix 0, Hourly 10 Section 4) 200 Rs $ $ The estimated amounts stated herein are for calculation purposes only.Actual amounts may be eater or less than the estimated amounts. Company Authorized Representative: Address: Telephone: Emag: Authorized Represarbtire's Signature: 5 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES • EXHIBIT B Pre-Bid Sign-In Sheet 6 ADDENDUM NO.2 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES MIAMIBEACH CITY OF MIAMI BEACH PRE-BID MEETING ' SIGN-IN SHEET DATE: July 9, 2018 TITLE: ITB-2018.080-ND ROUTINEAND fMERGENCYSANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION SERVICES Natalia Delgado Procurement-CMB 305-673-7000 taadelgado@aniamibeachfl.gov aadelgado@aniamibeacLfl.gov 63 �c6rJ .�\W6Yon1�4.1�`/�. Y N11.r.eSaak,.,.ay,c AT•,s.nlQ.41.V;lV EV,.2T 3 Loader Azar/the- tUQW Au<w +« leefa ,BrA- 2'71 , '7 et5n4 Q.JJwMcc,cow. 113 Yie©os% Vest 4t-ne- 7.6f1:T6 RiC�°Gt a u i � ZiG ti c, M I AM I B EAC H Salvatore F.Pen; President Procurement Department, 1)55 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, imivw.mlembeachfLgov, 305-673-7490 ADDENDUM NO. 3 INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES August 1, 2018 This Addendum to the above-referenced ITS is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. ITB DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Friday, August 10,2018. at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3" Floor • • Miami Beach, Florida 33139 • Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a.miamibeachf.gov. - I Procurement Contact: Telephone:. Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part Of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si r ly, ex is � 04e- ro ement Director I ADDENDUM NO.3 INVITATION TO BID NO,2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES X' 7-2 ''� 6.6 s'L""�- 2-f:. MI AMI �`,,{J EACH Salvatore F.Perri President Procurement Department, 1755 Meridien Avenue, 3" Floor, Mleml Beach, Honda 33139, www.mlamibeechll.gov, 305-673-7490 ADDENDUM NO. 4 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES August 7, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shownby strikethrough and additions are underlined). 1. ITB DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m. Friday, August 17, 2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer Is solely responsible. • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. ' Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael Granado(Wm is m ibeachfl.gov. I Procurement Contact Telephone: Email: 1 Natalia Delgado 305-673-7000, ext. 6263 natalladelgado©miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and retur the"Notice to Prospective Bidders°questionnaire with the reason(s)for riot submitting a proposal. • 4Q e D:-is roc .ment Director 1 ADDENDUM NO.4 INVITATION TO BID NO.2016-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES 4Lo,LZc. ')t.. M I AM I BEACH Salvatore P Perri Resident Procurement Department, 1755 Meridian Avenue,3a Floor,Miami Beach,Florida 33139,www.miamibeachfLgov,305-673.7490 ADDENDUM NO. 5 INVITATION TO BID NO. 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION SERVICES August 8, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS. Exhibit A: Invoices paid to EnviroWaste Services, Inc. pursuant to contract No. 145-2013 (from April 2016 through July 2018). IL RESPONSE TO QUESTION RECEIVED. 01: Storm Water Pump Stations. Are these being treated the same as lift stations where we only supply the truck and the City will enter the station? Al: The contractor will supply the truck and City personnel will enter and clean the storm water pump stations. Q2: For Bid Items 1 and 2, the bid items call for cleaning the associated pipe downstream to the next structure, a) What is the average length of sewer between two (2) storm water structures that will require cleaning under the contract? b)What is the average length of sewer between two (2)sanitary sewer manholes that will require cleaning under the contract? A2: a) 250 to 300 ft. b)200 to 300 ft. I' Q3: The quantity for Bid Item 2 is 1600 manholes to dean with associated piping. The answer to Question 9 in Addendum 2 states that the approximate annual sanitary manholes cleaned are 200. Is the bid item quantity a typo or is an 800 % increase over your normal annual quantities correct? . A3: The City estimates that approximately 200 of the 1600 sanitary manholes will need to be serviced by the contractor annually. Q4: The answer to Question 11 in Addendum 2 states that disposal of debris from pump stations will be handled as a pass through with no mark-up. Will the same apply for disposal on storm water and sanitary structure cleaning? A4: Yes Q5: Do you have an annual tonnage estimate for debris removed from the storm and sanitary sewers that was removed in the past? 1 ADDENDUM NO.5 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES • A5: Average monthly debris removal of storm water system is approximately 50 to 75 tons. The average monthly debris removal for sanitary sewer is less than 10 yards per month. Q6; Do you have an annual estimate of the number of days worked on non-emergency planned work? AS: Approximately 216 days. A7: Do you have an annual estimate of the number of"unplanned or emergency response work"that was done? A7: Approximately 23 days. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at • Rafae IC ra nado!o)mis mibea chf Lgov. Procurement Contact: Telephone: Email: Natalia Delgado 1305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Ab •- is ^ .curement Director II ILII 2 ADDENDUM NO.5 INVITATION TO BID NO.2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES Exhibit A Invoices paid to EnviroWaste Services, Inc. pursuant to contract No. 145-2013 (from April 2016 through July 2018) I I 3 I ADDDNO.5 INVITATENIONUM TO BID NO 2018-080-ND ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING,AND CLOSED CIRCUIT(CCTV) INSPECTION SERVICES ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX G Insurance Requirements ITB 2018-080-ND Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Closed Circuit Television (CCTV) Inspection Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 11B 2018-080-ND 39 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employers Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability - $1,000000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 _Protection and Indemnity - $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+,VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution,and any other applicable Statutes. ITB 2018-080-ND 40