Loading...
HomeMy WebLinkAboutC2012-188 - 7/10/2012 - ApprovedSERVICE AGREEMENT Large Diameter Sanitary Sewer Line Inspection & Cleaning Service Agreement No. . 54 C 1 --D THIS Large Diameter Sanitary Sewer Line Inspection & Cleaning Agreement (this "Agreement ") is entered into by and between Ace Pipe Cleaning, Inc. (the "Contractor ") and the City of Corpus Christi, a Texas home -rule municipal corporation (the "City "), by and through its duly authorized City Manager or designee ('City Manager°'), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide Large Diameter Sanitary Sewer Line Inspection & Cleaning in response to RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12) which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide Large Diameter Sanitary Sewer Line Inspection & Cleaning in accordance with RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12) Specification 1007. 2. Term. This Agreement is for one (1) year commencing on the date signed by the last signatory hereto and continuing for one year thereafter. The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the City Manager. 3. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non- performance and authorizations for payment. All of the Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Director of Wastewater. 4. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant or employee of the Contractor be considered an employee of the City. 5. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages and the performance bond to the Contract Administrator. Additionally, the Certificate must state that the Director Wastewater will be given at least thirty (30) days' notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within t __ __ - r" '101248 Witten request. M2012 -123 7/10/12 14 INDEXED Ace Pipe Cleaning Inc. 6. Assignment. No assignment of this Agreement or any right or interest therein by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City (the City's fiscal year ends on July 31st), is subject to appropriations and budget approval providing for covering such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted as that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any term or condition of this Agreement, or RFP No. B1- 0136 -12 (which includes Specification 1250, dated 413112), or the Contractor's bid offer to RFP No. B1- 0136 -12 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. 10. Subcontractors. The Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Director of Wastewater. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in RFP No. B1- 0136 -12 (which includes Specification 1250, dated 4/3/12). Failure to keep all insurance policies and performance bonds in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, the City may terminate this Agreement upon twenty (20) days' written notice to the Contractor. However, the City may terminate this Agreement on twenty -four (24) hours' written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out herein. 13. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes according to Circular E Employer's Tax Guide, 15 Publication 15, as it may be amended. Upon his request, the City Manager shall be provided proof of payment of these taxes within fifteen (15) days of such request. The Contractor may terminate this Agreement upon ninety (90) days' written notice to the City. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace policy. 15. Violence Policy. The Contractor must adopt a Violence in the Workplace policy. 16. Notice. Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand - delivered and on the third day after deposit in the U.S, mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Director of Wastewater P.O. Box 9277 Corpus Christi, Texas 78469 -9277 IF TO CONTRACTOR: Contractor Contact Address: City, State, Ace Pipe Cleaning, Inc. Bruce Jameson 1509 Sylvania Ct. Fort Worth TX 76111 17. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new Agreement upon expiration of the original contract period or any extension period, the Contractor shall continue to provide goods /services under this Agreement, at the most current price under the terms of this Agreement or extension, on a month -to -month basis, not to exceed six months. This Agreement automatically expires on the effective date of a new contract. 18. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 19. INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ( "INDEMNITEES ") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF 16 INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER TERMINATION OF THIS AGREEMENT. SIGNED this 6th day of June, 2012. Contractor Ace Pipe Cleaning, Inc Steve Hontz Title: President CITY OF C "CITY ") Michael Barrera Assistant Director of Financial Services APPROVED THIS Incorporated by Reference: Exhibit A: RFP No. BI- 0136 -12 Exhibit B: Proposer's Proposal DAY OF ARMANDO► arY SECPETAM 17 , 20 MIL:1ALrc Fly iL '7 sEcerkpv CITY OF CORPUS CHRISTI, TEXAS BI- 0136 -12 Request for Proposal LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING Table of Contents Section 1 Notice of Request for Proposal 1.1 Request For Proposal 1.2 MINIMUM REQUIREMENTS for Submission of Proposal 1.3 Schedule Section 2 Conditions Governing the Procurement 2.1 RFP Notice Requirement 2.2 RFP Procedural and Content Questions 2.3 Basis for Proposal 2.4 Submission of Proposals 2.5 Proposal Terms and Conditions 2.6 Disclosure of Proposal Contents 2.7 Late Proposals 2.8 Signing of Proposals 2.9 Cost of Proposal 2.10 Disclosure of Interest 2.11 Ownership of Proposals 2.12 Disqualification or Rejection of Proposals 2.13 Rejection of Proposals 2.14 Right to Waive Irregularities 2.15 Withdrawal of Proposals 2.16 Amending of Proposals 2.17 Proposal Offer Firm 2.18 Proposer's Qualifications 2.29 Consideration of Proposals 2.20 Termination of RFP 2.21 Service Agreement 2.22 Precedence of Contract Documents 2.23 Governing Law 2.24 No Obligation 2.25 Contract Deviations 2.26 Sufficient Appropriation 2.27 Recommendation for Award 2.28 Award of Contract 2.29 Execution of Contract 2.30 Disputes 2.31 Change in Proposer's Representative 2.32 Term 2.33 Change Requests 2.34 Termination of Contract 2.35 Indemnification 2.36 Insurance 2.37 Right to Publish 2.38 Proposer's Ethical Behavior 2.39 Quantities 2.40 Use of Subcontractors 2.41 Month -to -Month Extension of the Contract Section 3 Scope of Work 3.1 General Information 3.2 MINIMUM REQUIREMENTS 3.3 Current- Former References 3.4 Pricing Section 4 Proposal Format and Organization 4.1 General MINIMUM REQUIREMENTS 4.2 Examination of RFP 4.3 Proposal Format 4.4 Service Agreement Section 5 Proposal Review 5.1 Proposal Review 5.2 Compliance with MINIMUM REQUIREMENTS 5.3 Exceptions to Terms & Conditions Attachments SERVICE AGREEMENT DISCLOSURE OF INTEREST Specification 1250 Statement of Proposer's Qualifications References & Pricing BI- 0136- 12.xls Attachment 1 Allison Service Area.pdf Attachment 2 Greenwood & Broadway Service Areas.pdf Attachment 3 Oso Service Area.pdf Attachment 4 Laguna & Whitecap Service Areas.pdf A. CITY OF CORPUS CHRISTI, TEXAS BI- 0136 -12 LARGE DIAMETER SANITARY SEWER LINE CLEANING Section 1 Notice of Request for Proposal The City of Corpus Christi, acting by and through its duly authorized City Manager or designee (hereafter referred to as "City"), hereby issues this request for proposal "RFP ". The City is seeking proposals from qualified Proposers for LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING. The City shall enter into a contract(s) for a period of one year with an option to extend for up to two additional one -year periods. B. The City hereby designates Paul Pierce as the Procurement Officer with overall responsibility for procurement and administration of this service. Mr. Pierce's information is as follows: Paul Pierce Procurement Manager City of Corpus Christi 1201 Leopard Street, 4a` Floor, City Hall Corpus Christi, Texas 78469 -9277 Phone: (361) 826 -3164 paulp@cctexas.com C. All inquiries or requests regarding this RFP must be submitted to the Procurement Officer indicated above, or his designee as specified herein, in writing and online, via PublicPurchase.com using the electronic question submission feature specific to this RFP. Such inquiries or requests must be submitted by the due date and time provided in Section 1.3 of this RFP. Other employees do not have the authority to respond for the City in writing and any attempt to question other employees regarding this RFP may result in the City disqualifying that Proposer. Only written responses from the Procurement Officer or his duly authorized designee will be binding with regard to inquiries requesting clarification or additional information. The Procurement Officer's, or his duly authorized designee's, written responses will be released simultaneously to all prospective Proposers. D. A MANDATORY PRE- PROPOSAL CONFERENCE will be held at the date and time and in the location specified in Section 1.3 of this RFP. 1. The purpose of the MANDATORY pre - proposal conference is to provide an opportunity for prospective proposers to discuss, pose questions and obtain clarification from the City regarding this RFP. 1 2. All questions and requests for clarification from the City shall be received, as described above, by the Procurement Officer by the date and time specified in Section 1.3 of this RFP. Questions and requests for clarification received after such time shall be deemed late and shall not be considered. 3. The City will provide written responses to all prospective Proposers in the form of written addenda specific to this RFP and published on PublicPurchase.com, if such information is necessary to Proposers in submitting proposals or if the lack of such information would be prejudicial to uniformed Proposers. Oral explanations or instructions provided by the City before the award of the contract shall not be binding upon the City. E. The date and time the Proposer electronically submits its bid via PublicPurchase.com shall be electronically recorded by PublicPurchase.com and shall be the official "time stamp" for the purpose of this bid. The time maintained by PublicPurchase.com shall be the official time for the purpose of the DUE DATE FOR PROPOSALS provided in Section 1.3 of this RFP. A. BIDDER SHALL SUBMIT ITS BID ELECTRONICALLY, AS INSTRUCTED HEREIN, VIA PUBLICPURCHASE.COM. All proposals must be complete and accurate and in City approved format specified herein. B. The City's Charter and the City's Electronic Procurement Policy require that all proposals submitted be sealed, secret, unopened and time - locked through the DUE DATE FOR PROPOSALS specified in this RFP. Therefore, proposals submitted directly to the City by facsimile machine, e-mail or hard copy will be considered non - responsive and will be eliminated from consideratio C. Proposals will be received, electronically, before the date and time specified in Section 1.3 of this RFP. Without exception, proposals received on or after this deadline are late, shall be deemed non- responsive and shall not be considered. D. Proposers shall comply with the additional detailed instructions regarding submission of proposals found in Section 4 of this RFP. The following is the schedule for this procurement: Date Activity April 9, 2012 Request for Proposal issued April 16, 2012 MANDATORY PRE - PROPOSAL CONFERENCE 10:00 a.m. Central Time (CT), 6th Floor Conference Room, City Hall, 1201 Leopard, Corpus Christi, Texas OR Proposers may join via conference call by dialing: 218-4864616 and entering access code: 559299. NOTE! FAILURE TO ATTEND THIS MANDATORY PRE - PROPOSAL CONFERENCE WILL RESULT IN YOUR ORGANIZATION BEING DISQUALIFIED FROM CONSIDERATION FOR THIS SERVICE. April 20, 2012 Written questions are due, via the question feature in PublicPurchase.com, before 5:00 p.m. CT 2 May 11, 2012 DUE DATE FOR PROPOSALS: Proposals due before 5:00 p.m. CT June 19, 2012 June 26, 2012 Projected Date Award of Contract will appear as "Future" Item on City Council Agenda Projected Date Award of Contract will appear as "Consent" Item on City Council Agenda June 26, 2012 July 10, 2012 Projected Alternate Date Award of Contract will appear as "Future" Item on City Council Agenda Projected Alternate Date Award of Contract will appear as "Consent" Item on City Council Agenda Section 2 Conditions Governing the Procurement Notice of the RFP shall be published in the Corpus Christi Caller Times once a week for two consecutive weeks. The date of the first publication will be at least fourteen (14) days prior to the proposal due date. A. Any Proposer requiring further clarification of the RFP procedures should submit specific questions to the Procurement Officer as described in Section 1.1, C of this RFP. B. During a review of this RFP and preparation of the proposal, certain errors, omissions or ambiguities may be discovered. If so, or if there are doubts or concerns about the meaning of any part of this RFP, questions should be submitted to the Procurement Officer as described in Section 1.1, C of this RFP. Only the information contained in this RFP, questions and answers, addenda hereto and information supplied by the City in writing through the Procurement Officer should be used in the preparation of the Proposer's proposal(s). A formal opening of the proposals shall not take place. With its proposal, the Proposer must submit a complete set of any additional terms and conditions proposed for inclusion m the Final Agreement. Proposals will be opened in a manner that avoids disclosure of the contents to competing Proposers and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract(s) are awarded; however, trade secrets and confidential information in the proposals are not open for public inspection. It is specifically provided, however, that each Proposer must identify any information contained in its proposal which it asserts is either a trade secret or confidential information. Such material must be conspicuously identified by marking each page containing such information as "confidential" or "proprietary ". If such material is not conspicuously identified, then 3 by submitting its proposal, a Proposer agrees that such material shall be considered public information. Without exception, proposals must be submitted before the DUE DATE FOR PROPOSALS. Proposals received on or after the time and date specified in Section 1.3 are late and shall not be considered. B y submitting and signing a proposal, the Proposer indicates its intention to adhere to the provisions described in this RFP. Proposals signed for a partnership shall be signed in the Proposer's name by at least one general partner or in the Proposer's name by an attorney -in -fact. If signed by an attorney -in- fact, there should be attached to the proposal, a Power -of- Attorney evidencing authority to sign proposals, dated the same date as the proposal, and executed in accordance with the legal requirements of the Proposer. Proposals signed for a corporation shall have the correct corporate name thereon and shall bear the president's or vice president's original signature with the name and title written below the corporate name. Any other signature must be accompanied by a resolution of the Board of Directors authorizing such signature to contract in the corporation's name. The title of the office held by the person signing for the corporation shall appear below the signature of the officer. • This RFP does not commit the City to pay any costs incurred by a Proposer for preparation and/or submission of a proposal or for procuring or contracting for the items to be furnished under this RFP. All costs directly or indirectly related to preparing and responding to this RFP, including all costs incurred for supplementary documentation, shall be borne solely by the Proposer. The City of Corpus Christi's Code of Ordinances, Section 2 -349, as amended, requires all persons or Proposers seeking to do business with the City to provide the Disclosure of Interest information on the City - supplied form included herewith. Every question must be answered. If the question is not applicable, answer with N /A. Proposers are obligated to provide updated information concerning the disclosure of interest, as warranted, for the duration of time the .proposals are under consideration. All documents submitted in response to this RFP shall become the property of the City. Proposers may be disqualified for any of the following reasons: 1. There is reason to believe that collusion exists among the Proposers; 2. The Proposer is involved in any litigation against the City; 3. The Proposer is in arrears on an existing contract or has defaulted on previous contracts with the City; 4. The Proposer lacks financial stability; 5. The Proposer has failed to perform under previous or present contracts with the City; 6. The Proposer has failed to use the City's approved forms; 7. The Proposer has failed to adhere to one or more of the provisions established in this RFP; 8. The Proposer has failed to submit its Proposal in the format specified herein; 9. The Proposer has failed to submit its Proposal before the deadline established herein; 10. The Proposer has failed to adhere to generally accepted ethical and professional principles during the Proposal process; or, 11. The Proposer has failed to provide a detailed cost summary in the proposal. 4 Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled -for alternate proposals, incomplete proposals, erasures or irregularities of any kind. Proposals tendered or delivered after the official time designated for receipt of proposals shall be deemed non - responsive and shall not be considered. Proposals shall be considered "irregular" if they show any admissions, alterations of form, additions or conditions not called for, unauthorized alternate proposals or irregularities of any kind. The Procurement Officer reserves the right to waive minor irregularities and mandatory requirements, provided that all responsive proposals failed to meet the same mandatory requirements and the failure to do so does not otherwise materially affect the procurement. This right shall be exercised at the sole discretion of the Procurement Officer. Proposals may be withdrawn through PublicPurchase.com prior to the exact hour and DUE DATE FOR PROPOSALS. A Proposer may amend his proposal through PublicPurchase.com prior to the exact hour and DUE DATE FOR PROPOSALS. By submission of its proposal, the Proposer affirms that its proposal is firm for one hundred eighty (180) days after the DUE DATE FOR PROPOSALS. The City may make such investigations as necessary to determine the ability of the Proposer to adhere to the requirements specified herein. The Procurement Officer will reject the proposal of any Proposer who is not a responsible Proposer. Discussions may be conducted with responsible Proposers qualified to be selected for award for the purpose of clarification to assure full understanding of and responsiveness to requirements in the RFP. In discussions, there shall not be disclosure of any information derived from proposals submitted by competing Proposers. Until award of the Contract is made by the City, the City reserves the right to reject any or alI proposals, to waive technicalities, to re- advertise for new proposals or to proceed with the work in any manner as may be considered in the best interest of the City. Should the City require clarification from the Proposer, the City shall contact the individual named as the organization's contact person in PublicPurchase.com. The City may elect to conduct post - submission reference checks. The City reserves the right to cancel this RFP at any time. The City reserves the right to reject any or all proposals submitted in response to this RFP. The fully executed Contract, as amended; the RFP, as clarified via questions and answers and addenda; and the proposal, as may be clarified in writing, constitute the agreement, in its entirety, between the City and the Contractor. Any other terms and conditions shall be null and void. 5 In case of a conflict in the contract documents, first precedence shall be given to the fully executed Contract, as amended; second precedence will be given to the RFP, including questions and answers and . addenda, and third precedence will be given to the proposal, as may be clarified in writing. The laws of the State of Texas will govern the Contract. The contract shall be executed and venue shall lie in Nueces County, Texas. The applicable law for legal disputes arising out of the Contract shall be the • law of the State of Texas. In no manner does this RFP obligate the City or any of its agencies to the eventual services offered until confirmed by an executed written Contract. Any additional terms or conditions, which may be the subject of negotiation, will be discussed only between the City and the qualified Proposers. Any contract awarded as a result of this RFP process may be terminated if sufficient appropriations or authorizations do not exist. Such termination will be effected by sending written notice to the Contractor. The City's decision as to whether sufficient appropriations and authorizations are available shall be accepted by the Proposer as final. The City will review proposals submitted in response to this RFP. If an award is made, City staff will recommend to the City Manager that award be made to the Lowest Responsible Proposer(s) meeting the MINIMUM REQUIREMENTS of the RFP. In determining the Lowest Responsible Proposer, the City may take into consideration the quality of the product, the adaptability to the particular use required, and the ability, capacity, experience, efficiency and integrity of the Proposers as well as their financial responsibility. The City will then negotiate applicable terms and conditions into the fmal form of the Contract(s) with Lowest Responsible Proposer(s) meeting the MINIMUM REQUIREMENTS of the RFP. If contract negotiations are not successful with the Lowest Responsible Proposer meeting the MINIMUM REQUIREMENTS of the RFP, the City will begin negotiations with the Next - Lowest Responsible Proposer meeting the MINIMUM REQUIREMENTS of the RFP, etc. The City may award one contract to one Proposer or multiple contracts to Proposers. The City reserves the right to not award a contract at all. The City reserves the right to withhold final action on proposals for a reasonable time not to exceed one hundred eighty (180) days subsequent to the deadline for receipt of proposals. The City Manager or his designee shall authorize award of the Contract to the successful Proposer(s) and shall designate the successful Proposer(s) ( "Contractor ") as the City's Provider(s). The City will require the Contractor(s) to sign the documents necessary to enter into the required Contract with the City and to provide the necessary evidence of insurance as required in the Contract documents. No Contract for this project may be signed by the City without the authorization of the City Manager and no Contract shall be binding on the City unless and until it has been approved as to form by the City Attorney or his designee, and executed by the City Manager or his designee. In the case of any doubt or difference of opinion with regard to the items to be furnished by a Proposer or the interpretation of the provisions of this RFP, the decisions of the City shall be final and binding upon all parties. The City reserves the right to require a change in Proposer's representatives if the assigned representatives are not, in the sole opinion of the City, adequately meeting the needs of the City. The service agreement (also referred to herein as the "Contract ") will be for a term of one year with an option to extend for up to two additional one -year periods, subject to the approval of the City Manager or his designee. By submission of its proposal, the Proposer agrees that the pricing quoted in its proposal is fixed and firm for the duration of the initial two -year term of the contact. Contract changes may only be made by an amendment to the Contract and executed in writing by the City and the Contractor and approved by the City Manager or his designee. A. The City may terminate the Contract, with or without cause, upon twenty (20) days' advance written notice to Contractor. However, City may terminate the Contract on 24- hours' advance written notice to Contractor for failure to pay or provide proof of payment of taxes. B. The City may terminate the Contract for Contractor's failure to perform the services specified in this RFP. D. Failure to keep all insurance policies in force for the entire term of the Contract constitutes a material breach and is grounds for termination. Upon Contract Administrator's receipt of the required notice of any change in coverage, the Contract Administrator will provide Contractor with written notice of same and give Contractor a reasonable opportunity to cure. If the Contractor fails to cure within the specified cure period, the City may terminate the Contract immediately thereafter. E. If the City terminates its Contract under the foregoing paragraph, the City shall pay the Contractor for services actually performed prior to such termination, less such payments as have been previously made. Contractor shall not be entitled to any further compensation for work performed by the Contractor or anyone under its control or direction from the date of receipt of notice of cancellation including any and all costs related to the transferring of any files to another Contractor or any costs related to the electronic transfer of any information including, but not limited to: tape transfers, downloads, uploads, CDs, etc. F. Upon termination of the Contract, the Contractor shall provide the City reproducible copies of all work completed or partially completed documents prepared under the Contract — all such documents thereinafter being the sole property of the City within thirty (30) days of such termination at the Contractor's expense. PROPOSER SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF 7 LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THE CONTRACT OR THE PERFORMANCE OF THE CONTRACT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNNIIXED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. PROPOSER MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF PROPOSER UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER TERMINATION OF THE CONTRACT. A. Proposer must not commence work under the Contract until all insurance required herein has been obtained and the City has approved such insurance. Proposer must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been obtained. B. Proposer must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance with applicable policy endorsements, showing the following minimum coverage by insurance company(s) acceptable to the City' s Risk Manager. The City of Corpus Christ must be named as an additional insured for the General Liability policy and a waiver of subrogation in favor of the City is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 day written notice of cancellation, required on all certificates and policies by endorsement Bodily Injury and Property Damage Per occurrence / aggregate Commercial General Liability including: 1. Broad Form 2. Premises - Operations 3. Products/ Competed Operations 4. Contractual Liability 5. Independent Contractors $1,000,000 COMBINED SINGLE LIMIT or equivalent AUTOMOBILE LIABILITY 1. Owned vehicles 2. Hired & Non -owned vehicles $1,000,000 COMBINED SINGLE LIMIT or equivalent WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND SECTION H OF THIS EXHIBIT $500,000/ $500,000/ $500,000 In the event of accidents of any kind, Proposer must furnish the Risk Manager with copies of all reports of such accidents within 10 days of any accident. C. Proposer must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy with endorsements 8 approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. If workers' compensation coverage is not written in accordance with Texas law, "All Other States" endorsement must be indicated on the certificate of insurance. D. Proposer's financial integrity is of interest to the City; therefore, subject to Proposer's right to maintain reasonable deductibles in such amounts as are approved by the City, Proposer shall obtain and maintain in full force and effect for the duration of the Contract, and any extension hereof, at Proposer's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. E. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Proposer shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Proposer shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 Fax: (361) 826 -4555 F. Proposer agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1. Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; 2. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 3. Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and 4. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. G. Within five (5) calendar days of a suspension, cancellation, or non- renewal of coverage, Proposer shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Proposer's performance should there be a lapse in coverage at any time during the Contract. Failure to provide and to maintain the required insurance shall constitute a material breach of the Contract. 9 11. In addition to any other remedies the City may have upon Proposer's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Proposer to stop work hereunder, and/or withhold any payment(s) which become due to Proposer hereunder until Proposer demonstrates compliance with the requirements hereof. I. Nothing herein contained shall be construed as limiting in any way the extent to which Proposer may be held responsible for payments of damages to persons or property resulting from Proposer's or its subcontractor's performance of the work covered under the Contract. J. It is agreed that Proposer's insurance shall be deemed primary and non - contributory with respect to any insurance or self - insurance carried by the City of Corpus Christi for liability arising out of operations under the Contract. K. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in the Contract. Throughout the duration of the procurement process and resulting Contract term, Proposer must secure from the City written approval prior to the release of any information that pertains to the potential work or activities covered by the RFP or the resulting Contract. Failure to adhere to this requirement may result in disqualification of the Proposer's proposal or termination of the Contract. By submission of its proposal, the Proposer promises that Proposer's officers, employees, or agents will not attempt to lobby or influence a vote or recommendation related to the Proposer's proposal submitted in response to this RFP, either directly or indirectly, through any contact with City Council members or other City officials between the DUE DATE FOR PROPOSALS and the date a contract is awarded by the City Manager. Such behavior will be cause for rejection of the Proposer' s proposal at the discretion of the City Manager or his designee. Quantities described herein are estimates and do not obligate the City to order or accept more than the City's actual requirements during the term of any contract, nor do the estimates limit the City to ordering less than its actual needs during the term of any contract, subject to availability of appropriated funds. The Proposer may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Proposer must obtain prior written approval from the Risk Manager. In using subcontractors, the Proposer is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Proposer. All requirements set forth as part of the Contract are applicable to all subcontractors and their employees to the same extent as if the Proposer and its employees had performed the services. If the City has not completed the procurement process and awarded a new Contract upon expiration of the original contract period or any extension period, the Proposer shall continue to provide goods/services under the Contract, at the most current price under the terms of the Contract or extension, on a month -to- month basis, not to exceed six months. The Contract automatically expires on the effective date of a new contract. 10 Section 3 Scope of Work The City of Corpus Christi is soliciting proposals from qualified vendors for LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING. See Specification 1250. • See tab titled "3.3 Current - Former References" in the associated Excel file titled, "References & Pricing BI- 0136- 12.xls ". See tab titled "3.4 Pricing" in the associated Excel file titled, "References & Pricing BI- 0136- 12.xls ". Section 4 Proposal Format and Organization This section provides specific instructions on format and organization of the proposal to be submitted by the Proposer. Each Proposer may submit only one proposal in a totally self - supporting format without reference to any other proposal(s). A. To provide for ease and uniformity and to aid in the evaluation of proposals, Proposers shall comply with the sequence outlined herein. IN NUMBERING PROPOSALS, THE PROPOSER SHALL USE THE SAME SECTION NUMBERS AND TITLES AND SHALL PROVIDE ITS RESPONSES IN THE SAME ORDER AS EACH QUESTION IS NUMBERED AND ORDERED HEREIN. Failure to comply may result in rejection of the proposal. The proposal shall be completed in sections, which are described below_ B. Proposers should be aware that all technical and operational specifications, equipment descriptions and marketing material submitted or made available will be incorporated by reference into any contract(s). The City discourages the inclusion of general marketing material or equipment manuals unless they are used to provide specific information or specifically requested by the City. C. The Proposer shall provide one electronic copy, via the electronic submission feature on PublicPurchase.com, as specified below, before the DUE DATE FOR PROPOSALS: 1. Although Proposers are not required to submit Sections 1, 2, 4 or 5 of this RFP in their proposal, if Proposer wishes to confirm, acknowledge or comment 11 on any item in these sections, the Proposer may do so and submit same electronically. 2. Proposer must submit the following information as required in Section 3: A. The Statement of Proposer's Qualifications required in Specification 1250 . referenced in Section 3.2, B. Current - Former References are to be provided in the Excel Spreadsheet referenced in Section 3.3, AND SAID EXCEL SPREADSHEET SHALL BE UNPROTECTED. C. Pricing is to be provided in Excel Spreadsheet referenced in Section 3.4 AND SAID EXCEL SPREADSHEET SHALL BE UNPROTECTED. 3. Should Proposer desire to include any additional material, Proposer shall submit such material electronically. NOTE! FAILURE TO SUBMIT YOUR PROPOSAL IN THE ELECTRONIC FORMAT REQUIRED IN SECTION 4.1, C ABOVE, WILL RESULT IN YOUR PROPOSAL BEING: 1. DEEMED NON- RESPONSIVE AND 2. ELIMINATED FROM CONSIDERATION. Note! The Proposer's entire proposal shall be submitted in electronic format as described above. Proposer shall not submit any portion of its proposal on paper. Proposers are expected to examine the entire RFP including all specifications, standard provisions, instructions and attachments. Failure to do so will be at the Proposer's risk. Proposers should provide their best pricing for each type of service. A. The first item in your proposal shall be the transmittal letter which shall indicate the intention of the Proposer to adhere to the provisions described in the RFP without modification. The transmittal letter SHALL: 1. Be presented on company letterhead; 12 2. Identify the submitting organization; 3. Acknowledge receipt of any addenda to this RFP; and 4. Identify, by name and title, and be signed by the person authorized by the organization to obligate the organization contractually. B . The second item in your proposal shall be a table of contents listing titles, sections and major sub- sections. All pages shall have a unique identifier and be numbered sequentially. C . The third item in your proposal shall be the City of Corpus Christi's Disclosure of Interest Form. D . The fourth item in your proposal shall be your actual proposal and associated documents, including the signed service agreement included with this RFP. Next, the Proposer shall include with its proposal, the signed service agreement, attached hereto, and any and all documents the Proposer will require the City to sign in order to fully execute a Contract. With the exception of certain terms and conditions (items identified as MINIMUM REQUIREMENTS are not negotiable) which may be modified by mutual agreement between the City and the Proposer prior to final execution of the Contract, the final LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING service agreement will conform to the LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING service agreement included with this RFP. Section 5 Proposal Review The City will conduct a comprehensive, fair and impartial review of all proposals received in response to this RFP. Each proposal will first be analyzed to determine overall responsiveness and completeness as defined in Section 4 Proposal Format and Organization, and Section 2.27, Recommendation for Award. Proposers may not take exception to and must accept all requirements identified as a "MINIMUM REQUIREMENT(S)" herein. Taking exception to a MINIMUM REQUIREMENT will result in your proposal being deemed non - responsive and eliminated from consideration. Proposers may take exception to terms and conditions not identified as MINIMUM REQUIREMENTS. These exceptions will be negotiated with the Proposer who is identified by the City as the Lowest Responsible Proposer meeting the MINIMUM REQUIREMENTS of the RFP. 13 SERVICE AGREEMENT Large Diameter Sanitary Sewer Line Inspection & Cleaning Service Agreement No. THIS Large Diameter Sanitary Sewer Line Inspection & Cleaning Agreement (this "Agreement ") is entered into by and between (the "Contractor ") and the City of Corpus Christi, a Texas home -rule municipal corporation (the "City "), by and through its duly authorized City Manager or designee ( "City Manager "), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide Large Diameter Sanitary Sewer Line Inspection & Cleaning in response to RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12) which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide Large Diameter Sanitary Sewer Line Inspection & Cleaning in accordance with RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12) Specification 1007. 2. Term. This Agreement is for one (1) year commencing on the date signed by the last signatory hereto and continuing for one year thereafter. The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the City Manager. 3. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non- performance and authorizations for payment. All of the Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Director of Wastewater. 4. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant or employee of the Contractor be considered an employee of the City. 5. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages and the performance bond to the Contract Administrator. Additionally, the Certificate must state that the Director Wastewater will be given at least thirty (30) days' notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's written request. 14 6. Assignment. No assignment of this Agreement or any right or interest therein by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City (the City' s fiscal year ends on July 31St), is subject to appropriations and budget approval providing for covering such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted as that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any term or condition of this Agreement, or RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12), or the Contractor's bid offer to RFP No. BI- 0136 -12 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. 10. Subcontractors. The Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Director of Wastewater. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified m RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12). Failure to keep all insurance policies and performance bonds in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, the City may terminate this Agreement upon twenty (20) days' written notice to the Contractor. However, the City may terminate this Agreement on twenty -four (24) hours' written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out herein. 13. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes according to Circular E Employer' s Tax Guide, Publication 15, as it may be amended. Upon his request, the City Manager shall be provided proof of 15 payment of these taxes within fifteen (15) days of such .request. The Contractor may terminate this Agreement upon ninety (90) days' written notice to the City. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace policy. 15. Violence Policy.The Contractor must adopt a Violence in the Workplace policy. 16. Notice. Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand - delivered and on the third day after deposit in the U.S. mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Director of Wastewater P.O. Box 9277 Corpus Christi, Texas 78469-9277 IF TO CONTRACTOR: Contractor Contact Address: City, State, 17. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new Agreement upon expiration of the original contract period or any extension period, the Contractor shall continue to provide goods /services under this Agreement, at the most current price under the terms of this Agreement or extension, on a month -to -month basis, not to exceed six months. This Agreement automatically expires on the effective date of a new contract. 18. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 19. INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ( "INDEMNITEES ") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED 16 WITH THE FAULT OF ANY OTHER PERSON OR GROUP. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER TERMINATION OF THIS AGREEMENT. SIGNED this day of , 20 Contractor Title: CITY OF CORPUS CHRISTI ( "CITY") Michael Barrera Date Assistant Director of Financial Services APPROVED THIS DAY OF , 20 . CARLOS VALDEZ, CITY ATTORNEY By: Veronica Ocafias Assistant City Attorney Incorporated by Reference: Exhibit A: RFP No. BI- 0136 -12 Exhibit B: Proposer's Proposal 17 (ak,„ City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CITY'S PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: STATE: ZIP: FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an ownership interest" constituting 3 % or more of the ownership In the above named "firm.' Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City off icial or employee in 18 the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)} CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 19 SPECIFICATION 1250 DATE: 4/3/2012 Page 1 of 39 SPECIFICATION 1250 LARGE DIAMETER SANITARY SEWER INSPECTION & CLEANING This document contains the MINIMUM REQUIREMENTS for this service. SECTION I SCOPE OF WORK AND GENERAL PROVISIONS 1. General The scope of work consists of furnishing all labor, materials, equipment, supervision and performing all work necessary to internally inspect, clean and record the condition of designated wastewater collection system pipelines ranging in diameter from 18" to 60 ". Work includes control of existing wastewater flow (if necessary) / bypassing, performing pre - cleaning video inspection, cleaning of the pipeline using high pressure water jets, mechanical cleaning equipment or other means as may be required, remote obstruction removal, pre - cleaning internal inspection of wastewater collection system pipelines, transportation and disposal of waste materials generated by the cleaning process. It is the intent in this project that NO flow control/bypassing of the system will be performed. All work will be performed with submerged or semi- submerged conditions during all phases of the work. City crews will not be available for large duration assistance on any portion of the project. Approved methods for conducting the internal inspection of pipelines include the use of closed circuit television cameras, sonar equipment, or pipeline scanners that are specifically designed for use in and the inspection of large diameter wastewater collection system pipelines. The City shall not be held responsible for any delays in the work. The Contractor shall work with the City to minimize any delays. All work will be performed in accordance with these specifications with regard to quality, workmanship, hardcopy and electronic deliverables and schedule. 2. Project Location All work at the time of the procurement of these services is unspecified. The site of work will be at various locations within the City of Corpus Christi's Wastewater SPECIFICATION 1250 DATE: 4/3/2012 Page 2 of 39 System Sewer Service Area. A set of maps is included herewith as Attachments 1, 2, 3 and 4. The maps may indicate some anticipated locations the proposed Contractor could be instructed to work, but the contract is not limited to these areas, nor does the contract absolutely include these areas. Specific mains at locations will be identified for the Contractor's work after Notice to Proceed. 3. Project Sequencing 3.1 General sequencing will be as follows: 3.1.1 An initial work order will be issued for video inspection of segments of lines as designated by the City. 3.1.2 The Contractor shall complete the video surveys in accordance with the proper section of Section III, "Pre - Cleaning and Post - Cleaning Sonar and Laser Inspection ", of this Specification. 3.1.3 The Contractor shall make the specified CCTV submittals to the Engineer and the City Wastewater Department for review upon completion of the sonar and laser inspections. 3.1.4 The Engineer and the City Wastewater Department will review the submittals and issue a secondary work order utilizing findings from the video survey and will be at the prices quoted by the Contractor in the Price Sheet. 3.1.5 The Contractor shall perform tasks as delineated in the work order by cleaning the designated lines, properly disposing of debris at the Greenwood WWTP and the Cefe Valenzuela Landfill and performing a post - cleaning video survey. 3.1.6 If the post - cleaning video survey indicates that the debris removal is not satisfactory, the Contractor shall clean the line and perform additional video survey(s) until the work is acceptable to the Engineer and the City Wastewater Department according to the criteria stated in this specification. 4. Terms 4.1 See Section 2.32 of the RFP. 5. Work Orders 5.1 The contract will be executed on a work order- basis. 5.2 All work orders and/or projects that will be issued under the contract are unspecified at the time of the procurement of these services (see project location above), all quantities are estimated in this RFP, and it is the intent of this RFP and the quantities herein, to establish a unit price for various line items to be paid to the Contractor by the City during the term of the contract. No change in the unit price will be made, regardless of the actual quantity of the item of work performed during the initial term of the contract. 5.3 Upon contract award, the City will schedule a mandatory pre —work meeting for each work order issued, to plan and discuss the scope of the work order. SPECIFICATION 1250 DATE: 4/3/2012 Page 3 of 39 Each work order will identify the project area with a map and specific segments to be cleaned and/or inspected and surveyed. 5.4 Payments will be made on a monthly basis. No payment will be made prior to City approval(s) and that all document, submittals, electronic deliverables, etc. have been submitted for review corresponding to the requested invoice. No final payment for each work order will be made until the designated drying beds at the Greenwood WWTP are completely cleaned and left in good order, as determined by the City. To this end, the City's payment terms are net 30 days from the date the City is in receipt of a valid invoice. 5.5 There will be no measurement or payment made for preparing right—of—way. 5.6 Contractor shall provide the City with an emergency telephone number for evenings, weekends and holidays by the first working day of the project. The Contractor must respond to the City within two hours of the initial contact. 5.7 The Contractor shall take above - ground pre — existing pictures of the area of work and submit them when requested. Payment for this item is inclusive to all items enumerated in the Price Sheet and no separate payment will be included for this work performed. This is for the protection of the Contractor if any claims arise due to damages to private or public property that may arise from false accusations within the work area. 5.8 The Contractor shall submit to the owner a schedule of operations. A schedule of operations and progress is needed for each work order issued and it must be revised as necessary during the course of work. All schedules shall be submitted and/or updated when requested electronically using Microsoft Project or another format acceptable to the City. Costs associated with this work is inclusive to the contract and no separate payment will be made. 5.9 Comply with all requirements outlined within the contract. 6. Proposer's Qualifications 6.1 Proposers must complete the Statement of Proposer's Qualifications and meet the MINIMUM REQUIREMENTS set out therein. 7. Project Performance Time 7.1 The Contractor agrees to commence work within fifteen (15) calendar days after a written notice to proceed is provided by the City to any work order and substantially complete the work. All work shall be completed at an average rate of no less than 250 LF per calendar day for each work order, regardless of the size of pipe. The City reserves the right to change this rate if an emergency, weather, etc. affects the progress of such work order. It is up to the Contractor to provide sufficient work force to accomplish the workload assigned to the Contractor within the allotted time frame. Work orders will not be issued prior to the effective date of the contract. 7.2 Liquidated Damages for Failure to Complete on Time: The Contractor agrees that time is of essence and that for each consecutive calendar day beyond the SPECIFICATION 1250 DATE: 4/3/2012 Page 4 of 39 number of days agreed upon for completion of work specified for each work order or as subsequently adjusted, the Contractor shall pay the City liquidated damages in the amount of $250.00 per calendar day that work is not completed, unless the City elects to pursue other action as allowed by law or the contract. S. Contractor Identification A sign on one traffic barricade shall be identified on both sides in prominent stenciled letters with the Contractors name, local address and telephone number. Further, the Contractor shall display the Contractor' s TCEQ waste hauler permit numbers and Contractor' s ID in a prominent fashion on all Contractor's cleaning and hauling vehicles, trucks and equipment. The Contractor's employees and any other persons or organizations working with or under the Contractor on this project shall be uniformed and carry photograph - identification badges. 9. Existing Utilities 9.1 The Contractor shall be held responsible for the protection of existing utilities as well as all damage which may occur as a result of his operations. The Contractor shall pay the cost of temporarily relocating utilities for the convenience of the Contractor. In areas where existing utilities are within and adjacent to the established limits of work and could be damaged as a result of the Contractors operations, the Contractor shall take all necessary precautions to protect such utilities from damage. Further, should damage to other utilities occur, the Contractor shall be fully responsible and shall pay for the repair of any such damage without additional cost to City or the affected utility owner. 9.2 It shall be the Contractor's responsibility to determine the exact location of existing utilities. 9.3 Where overhead power lines are in close proximity to the work, the Contractor shall comply with all state and local regulations and laws and contact, if necessary, the appropriate owner, generally AEP or Nueces Electric Cooperative. 10. Confined Spaces 10.1 The work contemplated under this project involves activities in and around confined spaces. The Contractor and/or Contractor - independently- retained employee or safety consultant shall implement a confined space entry program in accordance with OSHA standards governing the presence and activities associated with working in and around confined spaces. The Contractor shall, as a function of the Health and Safety Plan, implement a confined space entry program. The Contractor shall maintain a copy of the Confined Space Entry Program on site at all times. The Contractor shall take all necessary actions to ensure that his employees and the employees of any Contractors have read, understand and follow the plan. SPECIFICATION 1250 DATE: 4/3/2012 Page 5 of 39 10.2 All employees to be utilized in confined space entry work must present certificates indicating confined space entry training by an entity certified to teach such training as defined by OSHA. 11. Contractor's General Responsibilities 11.1 The Contractor shall obtain all municipal and other governmental licenses and permits. The Contractor shall obtain approvals or consent from utilities or carriers such as the telephone companies or other persons or organizations or authority upon whose proper performance of work under the contract might affect. The Contractor shall request written release from responsibility for the performance of work under the contract if and to the extent such work is precluded by the inability to obtain such approvals or consent. For the duration of the contract, the Contractor shall abide by all federal, State and local laws and regulations. 11.2 The Contractor shall notify third parties (such as public and private utilities) of their intent to perform work in an area where such parties may have rights to underground property or facilities and request maps or other descriptive information as to the nature and location of such underground facilities or property and assurance of the Contractor's ability to enter upon any public or private lands to which access is required for performance of the work under the contract. The Contractor shall obtain written permission for access to private property where easements are inadequate. 11.3 The Contractor shall review all available information pertinent to the site of the project including reports prepared under previously accomplished studies or surveys, and any other data relating to the design of the project, including maps, drawings, construction specifications, sewer system records, etc. as provided by the City. The Contractor shall request these documents at least five days in advance. 11.4 As necessary for performance of work under the contract, The Contractor shall obtain all recycled water, and/or fresh water from fire hydrants FOR EQUIPMENT CLEANING ONLY at the site of work, and/or water from other suitable designated sources approved by the City. Potable water from the City's system may not be used for cleaning lines. All water utilized for cleaning must be metered and payment made to the City. All arrangements for metering and payment must be made by the Contractor. 11.5 The Contractor shall obtain a secure storage area of a size adequate to accommodate the required equipment, vehicles and materials for the period of performance of the agreement at the Contractor's expense. SPECIFICATION 1250 DATE: 4/3/2012 Page 6 of 39 11.6 The Contractor shall arrange traffic control when the safety of work or the public requires such protection or as may be otherwise specified. The Contractor shall have the ability to communicate with the City at all times. The Contractor shall have a cellular telephone and a page number at which the Contractor' s superintendent can be reached at any time. 11.7 The Contractor shall provide daily notification of work locations to the City. Contractor shall also immediately notify the City in the event that a point repair is required or if lodged equipment causes a blockage or an overflow. If, during the Contractor's operations in the collection system, evidence of an imminent or potential pipe collapse (such as pieces of pipe, fresh soil, or backfill are noted in the debris removed from the system) or other situation that would result in a public hazard, the Contractor shall immediately halt work on that line segment and contact the City's Project Representative. 11.8 The Contractor shall make every reasonable effort to control sewer and other offensive odors in the areas surrounding the work by placing odor blocks and venting or covering opened manholes when required at no cost to the City. 11.9 In areas where brush and other vegetation make access to the sewer mains designated for claiming and inspection less than desirable, and/or the route to the sewer access point(s) is not via a recorded easement, the Contractor shall provide his own access to all sewer access points for the purpose of cleaning and inspection. The Contractor shall respect all private and public property owners' rights. Any fence removal and replacement, clearing, mowing and/or trimming of trees, bushes, grass, plants, etc. for the ingress and regress by the Contractor to a designated project site will be at the Contractors own expense. 11.10 All customer refusals to allow access, vegetation clearing, or any other work required by the contract, shall be referred to the City Project Representative as soon as practicable, and documented in writing within 48 hours for City action and follow -up. 12. City General Responsibilities 12.1 The City will provide a manhole numbering system for all areas of the project. City will also provide approximate manhole invert elevations and line lengths based on available records, if available, when required for the performance of the work. City will provide this information within the project database scheme, along with the coding system to be used in the observations and structure attribute data collection. 12.2 Although not anticipated, but if necessary, City shall provide for the shut down or manual operation of certain lift stations and removal of stop logs of certain junction structures, if such becomes necessary for performance of the SPECIFICATION 1250 DATE: 4/3/2012 Page 7 of 39 work for the diversion of flows. City will not provide any bypass pumping assistance. 12.3 City will review and respond to all submittals and written requests submitted by the Contractor within seven days. 12.4 City will obtain right -of -way permits, if necessary, for work to be performed in the City of Corpus Christi public right -of -ways. City will require ten (10) days notice of the requirement for right -of -way permits, in accordance with these specifications. 12.5 When feasible, City will provide basic assistance to the Contractor for sewer main access. City requires a 7 -day advanced written notice if access assistance is needed by the Contractor. City approval is required prior to construction of any temporary facilities. 12.6 City will assist the Contractor in obtaining any temporary right of entry permits, where feasible. This shall not relieve the Contractor of any responsibility for obtaining required permits, approvals, etc. 12.7 The performance or non- performance of any items listed under this section shall not be the basis for claims of delay or other inconvenience by the Contractor against the City. SECTION II SUBMITTALS 13. General Submittals 13.1 All submitted work including: recordings, reports, forms, etc. will become the property of the City. 13.2 The Contractor shall submit recorded images on digital video -disk (DVD) with both electronic and hard copy Line Inspection Reports to the City's Project Representative after the pre- and post - cleaning inspections. The recorded images shall be clear and visible without any distortion to evaluate the condition of the pipeline, locate service connections and to confirm the results of the cleaning operations. If the quality of the recorded image is not sufficient, as determined by the City, the Contractor shall re- record the images and resubmit the recordings and reports at no additional cost to the City. Camera distortion, inadequate lighting, dirty or submerged camera lens, and SPECIFICATION 1250 DATE: 4/3/2012 Page 8 of 39 blurred or hazy images are examples of conditions that will be cause for a submittal to be rejected. 13.3 The Contractor shall submit the following reports and/or logs as appropriate for the work being conducted. These logs and/or reports shall be submitted at intervals no longer than 30 days in length. Examples of these forms are included at the end of these specifications. 1. Completed Confined Space Entry Permits — when required 2. Work Order Report 3. Disposal of Solids Documentation (City of Corpus Christi Truck Manifest). Documentation shall identify the section/sections of pipe in which solids have been removed or document in the work order report. City contact is Tilo Schmidt 361 - 826 -1800. 4. Ongoing Schedule of Operations prior to starting work and updated during work 5. Pre - Existing Pictures — when requested 6. Line Inspection Reports — City of Corpus Christi Format 13.4 The Contractor shall maintain master originals of all DVDs, reports, logs, inspection reports, and all other documentation prepared in conjunction with the work for a period of two years after the completion of the contract. The two -year period will commence on the date of project closeout by City on each work order. The Contractor shall also submit for approval, the following: 1. Resident Notification Letter (Sample Letter Included) 2. Vehicular and Pedestrian Traffic Control Plan and Procedures 3. Sanitary Sewer Overflow Response Plan 4. Emergency Pipeline Blockage Plan 5. Health and Safety Plan (Including a Confined Space Entry Plan) 6. Quality Control and Assurance Plan 7. Sewage Backup/Building Remediation Service 13.5 The submittals (1 -7) in Section 13.4 above shall be provided to the City Project Representative after the Notice of Award of the Contract, but before commencing with the work (receipt of Notice to Proceed). In providing approval of the above submissions, the City assumes no liability for the effectiveness of the plans and/or procedures. Approval by the City, in no way relieves the Contractor of any liability under the contract. 14. City of Corpus Christi Standard Deliverables 14.1 The following are general standard deliverables. Additional required deliverables are delineated in Section III, 20 -28. The Contractor is required to SPECIFICATION 1250 DATE: 4/3/2012 Page 9 of 39 provide the Wastewater representative both narrated CCTV DVD and computer software - generated Inspection Report products, as a result of each work order issued. Acceptable submissions become the property of the City. a. DVD: for each work order, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s) will include, either typed or neatly printed the following information on the dust cover: Project Name Street Name Tape Number Contractor Upstream MH # Downstream MH # Date Survey / Post / New Work Order # Pipe Size Material Project # b. Inspection Reports: inspection reports are to be from City - approved and software - generated formats on 8 1/2" x 11" paper, in color to improve definition of problem areas and delivered with the DVD. One report is required for each work order, but must be arranged by line segment. Each report shall include the same information as noted for the DVD labels, the report is to be bound in a 3 ring binder and include the following information. A cover page including the City of Corpus Christi Wastewater Department, the name of the responsible party at the City, name of the area under investigation, Report Date, Supply Agreement, Number, and Purchase Order (PO) Number, pipe diameter, pipe material, manhole diameters and depths, whether this is a "reverse" set -up, direction of flow arrow and total length of the pipeline. An itemized copy of all work performed based on the units set forth in the proposal. A copy of the documents authorizing the work for completion. City GIS Base Map highlighting the area under investigation and any deviation from the base map found in the field. Including but not limited to manhole location, pipe depth, pipe material, pipe diameter and cleanout location. The pipe running between each manhole will be reported separately with a base map for that particular run, a computer generated layout between the manholes showing the location of all deficiencies, pictures of the manhole at the start and stop of the run and pictures of all deficiencies observed during the investigation. The pictures will require all the same onscreen information as the video as well as a label describing the picture, its location and the level of severity. Notable observations are to be shown in the report as digital color photos, with up to four images per page. Note that the final approval for the use of the contractor's proposed software will be needed before the first work order is initiated. Minimum requirements are delineated in the "Information Delivery and Reporting" SPECIFICATION 1250 DATE: 4/3/2012 Page 10 of 39 and "Information Delivery and Viewer" subsections of Section III of this specification. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City with their PROPOSAL. I.S. Vehicular and Pedestrian Control Plan and Procedure 15.1 The Contractor shall prepare and submit a detailed traffic control plan that describes the measures that will be taken to control vehicular and pedestrian traffic during the course of the project, and for each work order, in areas where normal traffic flow will be disrupted by the Contractor's operations. During the course of cleaning and inspection of the wastewater collection system, it may become necessary or desirable to disrupt the normal flow of vehicular or pedestrian traffic in work areas. These disruptions should be minimized and carried out in compliance with the City of Corpus Christi rules and regulations regarding temporary traffic control and/or in compliance with other local entities having jurisdiction over control and disruption of normal traffic flow. The Contractor shall also comply with the Texas Department of Transportation Manual on Uniform Traffic Control Devices and standards for traffic control in work areas. In the case of a conflict between standards, the local codes will govern. 15.2 Any traffic control efforts on major streets, arterials, or divided roads shall be submitted to the City Project Manager for approval prior to implementing the traffic control plan. The Contractor is responsible for coordination of traffic control measures between local entities including, but not limited to, the City of Corpus Christi. The Contractor shall identify the locations of areas where permits are required for work in right -of -ways in this plan. The City Project Representative shall provide the right -of -way permits, if necessary, identified by the Contractor upon ten (10) days advanced notice by the Contractor of the requirement of the permits. The plan should cover all project areas and should have facilities and contingencies to cover all potential traffic related situations. 16. Sanitary Sewer Overflow Response Plan 16.1 The Contractor shall prepare and submit a detailed Sanitary Sewer Overflow Response Plan that describes, in detail, the measures that the Contractor will implement in the case where unauthorized and untreated wastewater is discharged from the collection system as result of the Contractor's operations. 16.2 The City's Project Representative shall approve the plan prior to commencing work. Approval of the plan does not, in any way, relieve the Contractor of any Iiability under the contract. The plan shall include the following components as a minimum: • Sewage containment procedures • Emergency notification plan • Sewage cleanup procedures • Flow Control/Bypass flow control and plan SPECIFICATION 1250 DATE: 4/3/2012 Page 11 of 39 16.3 The Contractor will be held liable for fines, costs, direct and indirect, associated with sanitary sewer overflows that are caused, directly or indirectly, by his operations. 16.4 The plan should cover areas and should have facilities and contingencies to cover all potential sanitary sewer overflow abatement situations. 16.5 Compensation for preparation of the Sanitary Sewer Overflow Response Plan is considered subsidiary to the cost of cleaning and inspection of the pipelines. Additional compensation will not be allowed. 17. Emergency Pipeline Blockage Plan 17.1 The Contractor shall prepare and submit a detailed Emergency Pipeline Blockage Plan that describes, in detail, the measures that the Contractor will implement in the case where equipment that is being utilized by the Contractor or his agents becomes lodged in the pipeline and is not retrieved by non- intrusive methods. The City Project Representative shall approve the plan prior to commencing work. Approval of the plan does not, in any way, relieve the Contractor of any liability under the contract. 17.2 At a minimum, the plan shall include the following components: • Sewage containment procedures • Emergency notification plan • Sewage cleanup procedures • Equipment removal 17.3 The Contractor shall be responsible for the removal of equipment using non- intrusive methods. The Contractor will not utilize any intrusive methods other than via existing manholes or structures. In situations where it will be required to open the pipe for intrusive removal of equipment, the Contractor shall contact the City immediately so that the City can coordinate the removal of equipment for the Contractor. The City in turn will charge the Contractor for such work, including material, equipment, labor and overhead for repairs to pipelines, manholes, appurtenances and surface restoration. 17.4 The Contractor will be held liable for fines, costs, direct and indirect, associated with sanitary sewer overflows and/or sewer blockages that are caused, directly or indirectly, by his operations. SPECIFICATION 1250 DATE: 4 /3/2012 Page 12 of 39 17.5 The plan should cover all project areas and should have facilities and contingencies to cover all potential pipe blockages and overflow situations. 17.6 Compensation for preparation of the Emergency Pipeline Blockage and Overflow Response Plan is considered subsidiary to the cost of cleaning and inspection of the pipelines. Additional compensation will not be allowed. 18. Health and Safety Plan 18.1 The Contractor shall submit a Health and Safety Plan in accordance with Occupational Safety and Health Administration (OSHA) Standards 29 CFR 1910 and 1926 to the City Project Representative at or prior to the project kickoff meeting. The Health and Safety Plan will be submitted and reviewed prior to the City issuing a Notice to Proceed with the work. 18.2 The Health and Safety Plan shall clearly state the hazardous substances may be encountered during the course of the Project and the protective safety procedures and equipment requirements for all tasks to be performed. Additional health and safety documents required are: • A written Hazard Communication and written Confined Space Entry Program in accordance with the City and OSHA standards. • Material and Safety Data Sheet File • Operation guides and manuals for all equipment to be utilized on the project. • OSHA forms 200 and 101 • A sanitary sewer overflow abatement and response procedure 18.3 The Contractor shall post all documentation as required by OSHA and the City and require all on -site employees and Sub - Contractors shall be required to read, sign and follow the Health and Safety Plan. A signed copy of the Health and Safety Plan shall be kept at the work site at all times. The Site Superintendent shall have taken, and be certified in, the OSHA 40 -hour hazardous worker training course and appropriate annual refresher courses, as described in OSHA 29 CFR 1910.120. All confined space entry procedures must conform to OSHA 29 CFR 1910.146 and City procedures. A copy of the City's confined space entry procedures (as available) will be provided to the Contractor prior at the project kickoff meeting. A current hazardous worker training completion certificate shall be submitted to the City prior to issuing of a Notice to Proceed with the work. All Contractor employees and Sub - Contractors shall be properly trained in accordance with applicable standards and regulations. The Contractor shall continuously monitor and control harmful gases while working at each site. Part of this monitoring shall include the required submitted H2S and SPECIFICATION 1250 DATE: 4/3/2012 Page 13 of 39 temperature reading within each manhole as stated in the submittal Section 1000.2. 18.4 The City shall not be responsible for any hazardous materials uncovered or revealed at any site where work is being performed during this project. The Contractor shall immediately notify the City's Project Representative of any suspected hazardous materials before or during the performance of work and shall take all necessary precautions to avoid further spread or contamination of the materials or environment. 18.5 Compensation for preparation of the Health and Safety Plan is considered subsidiary to the cost of cleaning and inspection of the pipelines. Additional compensation will not be allowed. SECTION III PRE- CLEANING AND POST - CLEANING SONAR AND LASER INSPECTION 19. General 19.1 The work covered by these specifications consists of furnishing all equipment, materials, labor, supervision and incidental items necessary to perform a detailed pipe condition assessment utilizing closed - circuit television inspection, sonar inspection and laser inspection of the sanitary sewer collection system. The specifications include the following for the indicated task and pipe sizes: a. Pre - Cleaning Inspection, 18" — 36" Diameter Pipe: Section 2 "HD Laser and CCTV Inspection, 18" -- 36" Diameter Pipe" b. Pre - Cleaning Inspection, 39" — 60" Diameter Pipe: Section 3 "CCTV, 3D Laser and Sonar Inspection, 39" — 60" Diameter Pipe" c. Post - Cleaning Inspection, 18" -- 60" Diameter Pipe: Section 4 "HD Sonar Profiler Inspection, 18" — 60" Diameter Pipe" 19.2 As authorized by the work order, the CCTV camera shall be used to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the CCTV inspection shall be considered complete and no SPECIFICATION 1250 DATE: 4/3/2012 Page 14 of 39 additional inspection will be required. A decision will then be made by the Wastewater Department to proceed with cleaning and post cleaning sonar inspection, or other alternatives. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set -up. 19.3 All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of sewer pipe as described in the supply agreement documents, or to assist the cleaning crews with usable information for cleaning. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City - approved computer software generated formats, generally conforming with NASSCO and Pipeline Assessment and Certification Program (PACP) codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. The Contractor must conduct a specific inspection for the presence of sags in wastewater lines. The approved method involves the use of an inclinometer on the camera. Inclinometer data must be provided in the report as required by this specification. 20. HD Laser and CCTV Inspection, 18" — 36" Diameter Pipe 20.1 Platform/Transport of Inspection Technologies 20.1.1 General Objective: A combination color CCTV inspection system with cable distance counter, circumferential laser ring projection system and measurement software shall be used to perform a measurement survey of existing lines as directed by the City. The equipment and software used must be tested and approved by a recognized independent testing group and include a tested accuracy of 0.5 %. 20.1.2 Platform/Transport Detailed Minimum Capabilities: A. Crawler Provide a crawler that meets the following requirements: SPECIFICATION 1250 DATE: 4/3/2012 Page 15 of 39 1. Capable of inspecting conduits ranging in size from 18 to 36 inches. 2. All —wheel drive or track — mounted. 3. Adjustable camera height such that the camera can be centered in the conduit vertically and horizontally. 4. Crawler does not obstruct the camera's view or interfere with proper recording of the conduit condition. 5. Crawler speed is adjustable with an operating speed while recording not to exceed 30 feet per minute. B. Video Camera Provide a video camera that meets the following requirements: 1. A laser profiling device has specifically been manufactured to fit or operate the camera. This is including a specific camera option within the reporting software. 2. Light source that allows all areas of concern to be readily observed. 3. Capable of 360 degree rotation as well as pan and tilt to a 90 degree angle to the axis of the conduit. C. Profiler Device Provide a profiler device that meets the following requirements: 1. Laser Profiling Equipment and laser strength configured as per manufacturer's technical data specifications for the CCTV inspection system to be used. 2. The Laser Head tested and certified to conform to EU requirements for Class 2M or below laser products as per IEC 60825 -1 standard. 3. Only calibration and lens distortion equipment manufactured by the manufacturer shall be used. 4. The inspecting CCTV camera system shall have a matching lens setting within the laser profiling software. 5. Profiling software shall be the latest released version as per the manufacturer. 6. PC specs shall be no less than the recommended System Requirements as per manufacturer. D. Recording Device Provide a recording device that is capable of recording video with relevant header information. Furnish the video recording in mpg 1, SPECIFICATION 1250 DATE: 4/3/2012 Page 16 of 39 mpg 2, mpg 4 digital formation on one of the following media types: DVD, CD or other media type approved by the engineer. E. Distance Measurement An industry standard (CCTV) cable distance counter integrated with the camera system shall be accurate to ± 1% of the length of the inspection. In order to obtain a full record of the pipe length, the distance shall be recorded by the platform as zero from the beginning of the pipeline segment (usually the intersection of the start of the pipeline and the inside face of access chamber) to the end point of the inspection (usually the intersection of the endpoint of the pipeline and the inside face of the terminal access chamber). 20.2 Pipe Profile Data Collection — Laser and CCTV 20.2.1 General: The CCTV inspection system with laser ring projection head shall be placed into the pipe. The color inspection video, from the camera, shall be recorded on the survey DVD in an mpgl, mpg2 or mpg4 format. 20.2.2 Each Inspection shall contain CCTV Pre - Inspection (including header), Profiler Inspection (including header), calibration (horizontal and vertical) and lens distortion validation. 20.2.3 Collection of Data A. CCTV Preparation This is as per City - furnished CCTV inspection requirements, which includes relevant header information such as asset name, manholes, type et cetera. This CCTV inspection will also be used in conjunction with the profiling to complete the analysis of the pipeline. B. Profile inspection 1. Header Details shall comply with CCTV inspection requirements by the City. Standard manufacturer's headings will normally suffice, with City approval. Header Field `Profile Direction' shall also be included. Valid inputs are "Upstream" or "Downstream ". Flow Depth for Ovality Analysis flow shall not exceed 1/3 full. For Corrosion Analysis flow shall not exceed 1/3 full and shall be performed during lowest flow period. The camera head will be configured to a central position in the pipe ( +/ -15%). SPECIFICATION 1250 DATE: 4/3/2012 Page 17 of 39 2. Laser ring shall be clear, central and take up between approximately 2/3 and 3/4 of the vertical screen. Lights shall be turned off. Distance counter shall be displayed. Distance counter shall not overlap the laser ring. All other text shall be removed from screen. Camera shall be in Home position (0.0) for the entirety of the profile inspection. Recording shall be from start manhole to end manhole. Profiling shall be performed in either a forward or reverse direction however this shall be clearly displayed in the header details of the profile inspection. The camera and laser system shall be moved through the pipe at a constant speed not to exceed 10 meters or 30 feet per minute. The tractor shall not stop in the pipe during the profile inspection. The camera shall not perform pan or tilt during profile inspection. Pan and tilt shall be performed during the CCTV lights on inspection. C. Calibration Calibration shall be performed using the same CCTV camera and video recording medium as used for the inspection. The calibrator shall be assembled as per manufacturer's instructions and shall be performed using the exact CCTV camera and laser configuration used in the profile inspection. The calibrator shall be clearly viewed (focused) and without glare on screen. The calibrator shall be recorded in the horizontal position and in the vertical position. The video image shall be included in the submitted Inspection video. D. CCTV Camera Lens Correction To validate camera lens correction, a flat "Lens correction grid" shall be placed perpendicular to camera lens recorded using the same CCTV camera and video recording medium as used for the inspection. All text shall be removed from the screen. The checkers shall be clearly viewed (focused) and without glare on screen. The video image shall be recorded and be included in the submitted Inspection video. 20.2.4 Software Analysis: The inspection video shall be loaded into the profiling software. The correct camera option shall be selected based on CCTV camera used in the profile inspection. The selected camera option shall be automatically stamped into the data file so that the settings cannot be changed. The camera setting shall be displayed in the profiling data file. A. Horizontal and vertical calibration shall be performed on the calibration segment of the inspection video. The profile pipe selection shall be from start of pipe asset (beside start manhole) to end of pipe asset (beside end manhole), and selected using the start and end markers in the profile software. The profile software shall be tuned to the laser ring so as to SPECIFICATION 1250 DATE: 4/3/2012 Page 18 of 39 provide maximum number of profile points. A water /debris mask shall be positioned to mask the highest water /debris point in the pipe. B. The data file shall be recorded at 25 to 30 profile cross - sections per second and linked to the profile inspection segment of the video. The recorded video shall be used to provide quantitative information of pipe diameter, ovality and corrosion. Due to the complex nature of corrosion, all Corrosion Reports must be created by a qualified profiler analyst employed by the equipment manufacturer. 20.2.5 CCTV Operator Certification: NASSCO/PACP certified individuals and/or qualified profiler analysts will process captured data to ensure inspection and defect coding is done in a consistent manner. 21. Information Delivery and Reporting 21.1 General: All data will be collected by the contractor, with analysis of the CCTV inspection and the profile data performed by qualified personnel: 21.1.1 CCTV Inspection Data: A NASSCO/PACP certified CCTV operator or coder shall be used to code the inspection. Profile Data: A NASSCO/PACP certified CCTV operator with profiler software training (Ovality analysis only) or a qualified profiler analyst employed by the equipment manufacturer shall be used to analyze and report structural condition of pipeline using all or some of the following sensors; laser, CCTV. Note: Due to the complex nature of corrosion, all Corrosion Reports must be created by a qualified profiler analyst employed by the equipment manufacturer. 21.1.2 Information Data Delivery — Inspection Reports — Digital (PDF) A. Ovality Reports — For Example the Condition Analysis of Plastic Pipe Ovality (as per ASTM 1216) Reports shall be presented as an Ovality Observation Report - a line graph displaying Ovality of the pipe over the length of the inspected pipe asset. Where water or debris exists the software shall use a mask for the non- structural segment to calculate Ovality. A `Match to Reference Shape and Size' observation shall be shown for each pipe highlighting a cross - section where the actual pipe shape and size closest matches (as determined by engineer); SPECIFICATION 1250 DATE: 4/3/2012 Page 19 of 39 a) The As -Built diameter, or b) The median calculated diameter over the entire pipe length 21.2 Cross- sectional observations should be taken where the structural Ovality threshold exceeds 5% (or as directed by the municipality). 21.3 Project reports are to be shown as One Mile Ovality Flat Reports — made up of a colored flat graph and a line graph that clearly shows ovality over the 5% threshold (or as directed by the municipality). 21.4 The flat graph is a colored map of the circular dimensions of the pipe over the length of the inspected pipe asset. Measured pipe ID that coincides with expected values must be coded white. 21.5 Areas where the data is greater than the pipe ID must be colored on a yellow /red color scale. Areas where the data is smaller than the pipe ID must be colored on a blue scale. The line graph will be aligned with the flat graph, clearly showing ovality above the desired threshold. B. Deflection Reports — Alternative Option for Condition Analysis of Plastic Pipe a. X and Y Diameter Reports shall be presented as an XY Deflection Observation Report — a line graph displaying and XY deflection of the pipe over the length of the inspected pipe asset. Where water or debris exists the software shall use a mask for the non - structural segment to calculate the X and Y diameters. A `Match to Reference Shape and Size' observation shall be shown for each pipe highlighting a cross- section where the actual pipe shape and size closest matches the median calculated diameter for each cross - section b. Cross - sectional observations should be taken where the X and Y deflection threshold exceeds 5% (or as directed by the municipality). C. Corrosion Reports — For Example the Analysis of Concrete Pipe 21.6 Corrosion and Buildup Reports shall be presented in a Flat Observations Report — a color map of the circular dimensions of the pipe over the length of the inspected pipe asset. Measured pipe ID that coincides with expected values must be coded white. Material loss (corrosion), as measure by increasing pipe ID must be colored on a yellow /red color scale, with red color set to I of the expected wall thickness. Material gain (buildup), as measured by decreasing pipe ID, must be on a blue color scale. A "Match to Reference SPECIFICATION 1250 DATE: 4/3/2012 Page 20 of 39 Shape and Size" observation should be shown for each pipe highlighting a cross- section where the actual pipe shape closest matches the reference shape and size. Cross - sectional observations should be taken to highlight areas of worst corrosion. Note: Due to the complex nature of corrosion , all Corrosion Reports must be created by a qualified profiler analyst employed by the equipment manufacturer. 22. CCTV 3D LiDAR and Sonar Inspection, 39" - 60" Diameter Pipe 22.1 Stable Tracked Platform/Transport 22.1.1 General: The provision of a stable, tracked platform capable of carrying a payload of (minimum) three inspection sensors allowing for simultaneous, synchronized data collection in order to accurately determine existing conditions within critical pipe of 36" minimum diameter for any combination of sensors including Vide, Sonar, Gas and 3D LIDAR. 22.1.2 The platform must possess sufficient weight, mobility, maneuverability, ruggedness and self - righting characteristics along with a tether of safety factor 14x (break strength divided by robot weight) or greater to increase inspection capability and eliminate the risk of becoming lodged or lost in a pipeline. 22.1.3 Tracked Platform Detailed Minimum Capabilities: It is required that the platform be capable of traveling a distance of 8,000 ft. in a single direction (either with or against the flow) and 16,000 ft. from a single access point (with and against the flow) under its own power. The platform must be rated to a depth of 150 ft. and capable of complete operability from no -flow conditions up to partially /fully submerged flows of 8 ft. /sec. A. The platform must be maneuverable to the point of having a zero - degree turning radius. The platform must be capable of insertion through a minimum circular standard opening of 23" without modifications to the access structure. B. The platform shall facilitate simultaneous collection of multiple sensor data by being equipped with a CPU and interfaces including power, RS- 232, RS -485 and Ethernet that enables plug and play sensors and real -time topside communication without loss in fidelity or requirement of additional cabling. C. The platform must be equipped with sufficient weight to enable stable data collection and reduce the risk of manipulation by obstacles or flow. It SPECIFICATION 1250 DATE: 4/3/2012 Page 21 of 39 must be capable of self- righting in the event of rollover by possessing actuated extremities such as a turret and yoke. 22.1.4 Tracked Platform and Tether System Equipment Specifications Platform Weight: On -Board Power: Drive: Steering: Tether: Payload Capacity: Max Drawbar Pull: Construction: Speed: Turret: Yoke: 6501b weight class Electro - Hydraulic, 4 hp (3kW) power unit minimum Hydraulic with 350 ft -lb torque Independent track control with powered forward, reverse and skid -steer Electro- Fiber - Optic - Strength integrated with 9,100 lbf break strength and copper power transmission Minimum 250 lbs / three sensors 2000 lbf Stainless steel body and steel - reinforced rubber treads 0-40 ft/min 180° range of motion 90° range of motion 22.1.5 Distance Measurement: An electronic distance- reading device which uses tether length to accurately measure the location of the platform in the pipe shall be incorporated into the tether system. This device shall be accurate to ± 1% the length of the inspection. Distance data must be automatically logged along with sensor data. 23.2 CCTV Data Collection 23.1 General: The purpose of CCTV data collection in a Multi- Sensor Inspection is to visualize pipeline features and defects for recognition and/or collaboration with measurable data. Imagery of the pipeline above the fluid level must be gathered for the complete inspection. In addition, the CCTV system must provide real -time feedback to the operator in order to improve the quality of .multi- sensor data collected and greatly reduce the risk of becoming lodged or lost in a pipeline. CCTV data must be annotated via a digital database, viewable off -line and importable into PACP compliant pipe annotation software. The latter capability ensures that the information is easily viewed, shared, stored, and retrieved for comparative analyses, historical references, and prediction of future pipe condition. The data is intended to identify O &M (operational and maintenance) or structural issues. This portion shall include CCTV video and PACP compliant coding of the pipeline and the preparation of all video, digital, and written reports. 23.2 CCTV Camera: The CCTV camera must be capable of operator controlled Pan, Tilt, and Zoom (PTZ) operations during an inspection. The camera shall be waterproof, corrosion resistant, and have a minimum depth rating of 100' SPECIFICATION 1250 DATE: 4/3/2012 Page 22 of 39 (30m). The image sensor shall be a color CCD with minimum 1.5 lux sensitivity and a resolution equivalent to at least 460 NTSC TV lines. A full 360° axial pan is required with a variable pan speed not to exceed 25° per second. A. The camera shall have a minimum optical zoom of 10X and must maintain full resolution at the 10X zoom level. The camera shall support both automatic and remotely operable manual focus. 23.3 Illumination: The general illumination shall be such as to allow an even distribution of light around the pipeline perimeter without the loss of contrast, flare, or abnormal shadowing. The camera must support remotely controlled onboard lights for spot illumination during PTZ operation. 23.4 CCTV Video Signal Transmission: The CCTV system must be capable of transmitting from the pipeline to the topside control center in real -time and with zero loss of clarity or detail. It is therefore required that a fiber optic cable is utilized for signal transmission. The system must support multiplexing of numerous signals from all sensors over this fiber optic cable. 23.5 CCTV Operator Certification: At all times during the inspection, a NASSCOIPACP certified CCTV operator shall be used to operate the inspection equipment and code the inspection. A. A copy of the CCTV operator's certificate stating certification or re- certification within the previous five years must be submitted prior to the start of CCTV inspection operations. 24. 3D LiDAR Data Collection 24.1 General: The provision of 3D LADAR (Laser Detection And Ranging) scanning provides an accurate, forward - looking three dimensional geometric model of the pipeline's interior above the fluid level. This information is to be captured for the duration of the inspection so that the entire pipeline is represented. The data must be displayed to the operator in real -time to ensure maximum quality and to help guide CCTV operations. The data must be logged in a digital format to enable extraction of any relevant information, such as internal pipe diameter, ovality, mortar loss, bend- radius, CAD drawings, etc. 24.2 3D LADAR Scanner: 3D LADAR scanning equipment shall be capable of directly measuring distances to objects and surfaces inside pipelines from 36" diameter to 250 ". It must be Class 1 (eye safe) for operator safety. Measurement must be accomplished using "time-of-flight" which measures the range of each point individually and, unlike triangulation based SPECIFICATION 1250 DATE: 4/3/2012 Page 23 of 39 alternatives, does not suffer from accuracy loss as pipe diameter increases. The LADAR unit must collect a minimum of 800,000 independent range measurements per minute at a resolution of 1mm. The data collected must be forward - looking (and thus 3D) in order to capture accurate internal pipe geometry in all axes and eliminate the potential for platform alignment to impact accuracy. Triangulation -based alternatives, such as ring - lasers that rely on camera sensors, will not be accepted as their accuracy decreases in larger diameters. 24.3 Error Tolerance: The data collected shall be sufficiently dense and accurate to produce ovality calculations accurate to within ±1% for data collected in pipelines with flow levels below 50 %. 25. Sonar Data Collection 25.1 General: The provision of Sonar data collection provides an accurate determination of pipeline conditions below the fluid level. This information is to be captured for the duration of the inspection so that the entire pipeline is represented. The data must be displayed to the operator in real-time to ensure maximum quality and to help with platform maneuvers. The data must be logged in a digital format to enable extraction of any relevant information, such as sediment depth, pipe shape, etc. 25.2 Sonar Unit: The sonar unit shall be digital and capable of operating in pipelines with diameters from 36" to 240 ". The sonar shall have a remotely programmable frequency range of 600 kHz to 1.0 MHz and will log 2D profile information in a numeric format. 25.3 Error Tolerance: The range resolution measurement error shall be no greater than 0.08" (2mm) from a distance of 3 -12' and no greater than 0.4" from distances of beyond 15'. The minimum detectable range for the sonar unit shall be 6 ". 25.3.1 The data collected shall be sufficiently dense and accurate to produce sediment/debris volume calculations within ±8% for pipelines between 36" (900mm) diameter and 54" (1350mm) and ±5% for pipelines equal to or greater than 60" (1800mm) in diameter. 26. H2S Gas and Temperature Data Collection 26.1 General: The presence of H2S above 2 parts per million (ppm) indicate potential sulfuric acid production, a leading cause for deterioration of concrete pipes. H2S levels in the air along with air temperature are to be captured for the duration of the inspection so that the entire pipeline is represented. The data must be logged in a digital format. SPECIFICATION 1250 DATE: 4/3/2012 Page 24 of 39 26.2 H2S Gas and Temperature Sensor: The sensor must be an electrochemical type capable of capturing H2S levels and temperature data. The sensor' s dynamic range shall be from Oppm to 1000ppm. Sensor measurement resolution shall be 0.lppm. Readings shall be obtained once per minute. The sensor shall operate at pressures that vary from atmospheric by ±10% and in 15 -90% non - condensing humidity with a 90% response time of less than 60 seconds. 26.3 Error Tolerance: The sensor shall provide H2S levels accurate to within ±lppm at standard temperature and pressure. 27. Information Delivery and Viewer 27.1 General: Collected data shall be processed so that the information obtained is presented in a useful format. The information shall be packaged and delivered together along with a viewing application. This application must support multiple methods of viewing the data along with export capabilities. 27.2 Information Data Delivery: All information data shall be delivered in digital format on appropriately sized Hard Drive(s) in order to minimize the number of separate delivered components. All data should be accessible from a single Viewing Application. 27.3 Viewing Application: The viewing application shall be available via online download and automatically check for updates. 27.3.1 The application shall provide a list of all pipeline segments included in the project identified by manhole number or segment ID. The user shall be able to query among all segments to highlight area(s) of interest or enumerate particular issues. 27.3.2 Selecting a segment should present detailed header information as well as a distance -based chart of the observations associated with that segment from all sensors. Within each selected segment, the user should be able to conduct activities such as Multi -View, Plot, Playback and Export. 27.3.3 The following must all be available except in cases where the required data was not collected. A. Multi -View The following visualizations and plots are meant to describe the information types available. Each can be individually SPECIFICATION 1250 DATE: 4/3/2012 Page 25 of 39 accessed. The application also offers multi -view capability within which any or all of the following can be viewed simultaneously to provide a comprehensive visualization of the pipe interior. B. 3D LADAR Visualization The viewing application shall provide the user with the ability to select a location along a segment's distance -based chart and retrieve the nearest 3D LADAR visualization. This shall be a three dimensional visualization of the 3D LADAR's range measurements within which the user can rotate and zoom on any axis. The visualization shall be colored to reflect deviations from the as -built (if provided). C. Pipe Diameter Cross— Section Plot The viewing application shall provide the user with the ability to select a location along a segment's distance -based chart and retrieve the nearest diameter cross - section. The plot shall be overlaid on the as -built of the pipe for visualization of corrosion and provide a numeric indication of corrosion severity. D. Ovality Cross—Section Plot The viewing application shall provide the user with the ability to select a location along a segment's distance -based chart and retrieve the nearest ovality cross - section. The plot shall be overlaid on the as -built of the pipe for visualization and shall also include the ASTM ovality calculation. E. Cross —Sectional Area Reduction PIot The viewing application shall provide a plot of the cross - sectional area reduction due to sediment versus distance. F. Sediment Volume Plot The viewing application shall provide a plot of cumulative sediment volume versus distance. G. H2S Plot SPECIFICATION 1250 DATE: 4/3/2012 Page 26 of 39 The viewing application shall provide a plot of a segment' s H2S level versus distance. H. Temperature Plot The viewing application shall provide a plot of a segment's Temperature versus distance. I. CCTV Playback The viewing application shall include the ability to load the CCTV video of a selected segment. In addition to standard video controls (Play /Stop/Pause /etc.) the user shall have the option to select a distance or an observation on the distance - based chart and the video should jump to that location. J. Export Capabilities a. The viewing application shall include the capability to export information in the form of a NASSCO PACP 4.2 or 4.4 database or Microsoft Excel spreadsheet for import into common 3rd party applications. b. In addition, it shall include the capability to generate segment summary reports in PDF format that can be easily printed or distributed electronically via third party software. 28. HD Sonar Profiler Inspection 12" — 60" Diameter Pipe 28.1 Platform/Transport of Inspection Technology 28.1.1 General: The provision of a stable floating platform capable of carrying a payload (minimum) of a sonar sensor to accurately determine existing conditions within critical pipe of 20" minimum diameter to 87 ". The platform must possess sufficient ruggedness, weight, buoyancy, hydro- dynamic characteristics along with a tether with sufficient safety factor to increase inspection capability and eliminate the risk of becoming lodged or lost in a pipeline. 28.1.2 Platform/Transport Detailed Minimum Capabilities: It is required that the floating platform be capable of travelling a tethered distance of 5,000 ft. in a single direction (either with or against the flow). The float shall be capable of inspecting when the pipeline has minimum 12" of clear flow. The float shall be stable in flows of 9 ft. per second. The floats shall be made of HDPE and aluminum capable of transporting 33 lbs. of equipment. SPECIFICATION 1250 DATE: 4/3/2012 Page 27 of 39 A. A winch will be used to allow the transportation of the floating Profiler system through the pipeline. The winch shall use a 5/32 inch Dyneema Ocean 12 rated to 4000lbs or similar floating rope. Ball bearing rollers shall be used at any point where the rope will potentially rub against the concrete pipeline/manhole wall. An industry standard (CCTV) cable distance counter integrated with the Profiler System shall be used on all inspection lengths. There shall be deployed either a grappling hook or backup tether. 28.1.3 Minimum Transport and Tether System Equipment Specifications: Winch Rating: Speed: Main Tether: Float Payload Capacity: Float Construction: Minimum 2,000 lbs. minimum, forward and reverse 0 -30ft. /min. 5/32 inch Dyneema Ocean 12 rated to 40001bs or similar floating rope. Minimum 50 lbs. HDPE and aluminum 28.2 Pipe Profile Data Collection — Sonar 28.2.1 General: The provision of the HD Sonar Sub system data using the Sonar device provides an accurate three- dimensional model of the pipeline interior above and below the fluid level. A high resolution 3D Laser CAT Scan will be produced by taking high resolution Sonar slices and automatically joining them together in a 3D slice based renderer at 1 frame per second. A. The 3D Laser CAT scan will be complete and continuous throughout the inspection length. The data must be logged in a digital format to enable extraction of any relevant information, such as internal pipe diameter, debris volumes, CAD drawings, etc. 28.2.2 Distance Measurement: A suitable distance- reading device which uses cable length to accurately measure the location of the platform in the pipe shall be provided. This device shall be accurate to ±1% of the length of the inspection. In order to obtain a full record of the pipe length, the distance shall be recorded by the platform as zero from the beginning of the pipeline segment (usually the intersection of the start of the pipeline and the inside face of access chamber) to the end point of the inspection (usually the intersection of the endpoint of the pipeline and the inside face of the terminal access chamber). 28.2.3 Sonar Scanner: The sonar scanning equipment shall be capable of directly measuring distances to objects and surfaces inside pipelines from 20" to minimum 87 ". The Sonar shall take a 360 degree profile of the surcharged SPECIFICATION 1250 DATE: 4/3/2012 Page 28 of 39 pipe surface at 1 slice per second. The Sonar Profile data shall be stored on board the equipment storage shall exceed 3 hours continuous recording. The Sonar Profile equipment shall be battery operated; the equipment operation shall exceed 3 hours continuous operation. 28.2.4 Pipe Profile Analysis: Qualified Profiler Analysts will process captured data post - inspection to ensure inspection and defect coding is done in a consistent manner. 28.3 Information Delivery and Viewer 28.3.1 General: All data will be collected by the contractor, with analysis of the sonar data performed post- inspection by qualified personnel. A. Sonar Data: A qualified profiler analyst employed by the equipment manufacturer shall be used to analyze and report debris and structural condition of pipeline using a Sonar sensor. 28.3.2 Information Data Delivery A. Inspection Reports — Digital (PDF) Format (Created by Profiler Analysis) a. A debris and water level graph shall be produced for every section plotting the debris for every 1 second sonar slice. Cross - sectional observations should be taken to highlight areas of highest debris levels. Where sonar scans highlight structural points of interest such as worst corrosion, holes, deformation a cross - sectional observation shall be included. 360- degree reference cross sections shall be included in the report every 50 ft. b. A "Match to Reference Shape and Size" observation should be shown for each pipe highlighting a cross- section where the actual pipe shape closest matches the reference shape and size. c. Where possible, a 3D Laser CAT scan shall be produced and included with the report. The 3D Laser CAT Scan will be produced by joining the continuous Laser and Sonar data. d. Average debris depth, average water level and approximate debris volume shall be included in the report. e. The information shall be exportable in the form of a NASSCO PACP 4.2 or 4.4 database or spreadsheet for import into common 31d party applications. SPECIFICATION 1250 DATE: 4/3/2012 Page 29 of 39 B. 2 -in -1 Full HD Video (Created by Profiler Analysis) a. Includes, Sonar and debris graph in one video SECTION IV LARGE DIAMETER SEWER PIPELINE CLEANING 29. General The work covered by these specifications consist of furnishing all equipment, materials, labor, supervision and incidental items necessary to perform cleaning of the sanitary sewer collection system. Selected equipment shall be capable of cleaning and inspecting spans of sewer lines up to 1,500 linear feet or greater. 30. Equipment 30.1 Cleaning Equipment 30.1.1 The City of Corpus Christi Water Department Pre- Treatment Division must inspect all equipment used by the Contractor for cleaning of sewer lines or capturing and transporting debris and material removed from the sewer collection system. Contact Brian Butscher, P.E. at (361) 826 -1807 for scheduling of inspections. 30.1.2. All costs associated with local permits and certifications of vehicles are the responsibility of the Contractor. All cleaning equipment and hauling vehicles used on this project must also be registered with the TCEQ and proof of this registration must be provided to the City prior to any work being performed under the contract. 30.1.3 High — Velocity Jet (Hydro Cleaning) Equipment: All high - velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The Contractor shall have a selection of two or more high - velocity nozzles. The nozzles shall be capable of producing a scouring action from 10 to 60 degrees in all size lines designated to be cleaned. The equipment shall carry its own water tank, auxiliary engines, pumps and hydraulically driven hose reel. 30.1.4 Hydraulically Propelled Equipment: The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against SPECIFICATION 1250 DATE: 4/3/2012 Page 30 of 39 flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment that cannot be collapsed are used, special precautions to prevent flooding of the sewers and public or private property shall be taken by the Contractor. Damages or claims resulting from backups and flooding shall be the responsibility of the Contractor. 30.1.5 Mechanically Powered Equipment: Bucket and/or winch machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines will be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specially heat - treated steel. A. To ensure safe operation the machine shall be fully enclosed and have an automatic safety clutch or relief valve. Mechanically powered equipment shall only be used when authorized by the Engineer and shall be done only when other cleaning methods are shown to be ineffective. 30.2 Sonar Inspection Equipment See Section 111. 31. Execution 31.1 Sewer Line Cleaning 31.1.1 General Sewer Line Cleaning: Sewer line cleaning shall be performed with hydraulically propelled high - velocity jets, and/or mechanical powered equipment. Equipment shall be based on field conditions such as access to manholes, type and quantity of debris to be removed, size of sewer and depth of flow. Selected equipment shall be capable of cleaning spans of sewer main up to 1,500 linear feet. A. Hydraulic or mechanical means shall be used to remove all dirt, grease, rocks, sand and other materials and obstructions from the sewer lines. The Contractor shall provide a mechanism to prevent debris from moving downstream from the line segment being cleaned. The method of cleaning for each segment shall be based on site conditions and shall be approved by the Engineer. 31.1.2 Root Removal: Roots shall be removed in within the cleaning limits and shall be considered part of sewer cleaning procedures. Special attention should be SPECIFICATION 1250 DATE: 4/3/2012 Page 31 of 39 given during the cleaning operations to ensure complete removal of roots from the joints. Chemical means of root control or removal SHALL NOT be used on this project. 31.1.3 Grease Removal: Grease shall be removed within the cleaning . limits and shall be considered part of sewer cleaning procedures. Special attention should be given during the cleaning operations to ensure the complete removal of grease from the top of the pipe. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines and equipment such as high - velocity jet cleaners and hot water. Chemical means of grease removal using an EPA approved chemical degreasers SHALL NOT be used on this project without prior authorization from the City. 31.1.4 Debris Removal: All debris resulting from the cleaning operations shall be removed and transported in water tight containers by the Contractor to drying beds at the Greenwood WWTP, 6541 Greenwood Boulevard at the end of each work day. Under NO circumstances will the Contractor be allowed to accumulate debris at the work site beyond the stated time. A. After the debris in the drying beds is in a dry state and able to be removed, the Contractor shall remove the material and deliver to the City of Corpus Christi's Cefe Valenzuela Landfill located approximately 14 miles SW of the City near the intersection of FM 2444 and County Road 20. B. The Contractor is responsible for payment of all landfill fees. Present landfill fees are $10.50 per ton and are shown on the price sheet. Payment for landfill fees by the City to the Contractor shall be equal to the fees charged by the City. C. Contractor shall provide the City and the Engineer with a detailed plan for tracking the amount of debris removed as part of this project. The City will supply truck manifest/trip- ticket books to be used by the Contractor. The trip ticket manifest form entitled "City of Corpus Christi Wastewater Department Manifest for Biosolids Transport and Disposal" is numbered and is to be completed in triplicate. Each form contains requirements for verification and signatures by: (1) Waste Generator (City) (2) Waste Transporter (Contractor) and (3) Disposal Facility (Cefe Valenzuela Landfill). The Waste Generator section must be completed, dated and signed by an authorized representative of the City at the Greenwood WWTP. The Waste Transporter section must be completed, dated and signed by the Contractor's representative. The Disposal Facility information must be completed, . dated and signed by a City Representative at the Cefe Valenzuela Landfill. One copy of each form SPECIFICATION 1250 DATE: 4/3/2012 Page 32 of 39 is retained by the City, one copy is retained by the Cefe Valenzuela Landfill and one copy is retained by the Contractor. The Contractor shall submit copies of the form(s) with each pay request. The City contact is the Pre - Treatment Coordinator 361- 826 -1800. Tickets will be filled on a work order basis to all parties by the Contractor, including the permit numbers for vehicles used on the project daily. The Contractor shall also be required to submit its own TCEQ Liquid Waste Hauler paperwork to the City. 31.1.5 Post — Cleaning CCTV Inspection: If a review of the post —cleaning CCTV line inspection data reveals that the line segment was not cleaned in accordance with these specifications, the cleaning operation for that line segment shall be rejected and the line segment will be re— cleaned and re— inspected at the Contractor's expense. Acceptance of a line segment cleaning operation based on line inspection data will be based on a maximum debris or solids remaining after cleaning of 5% of the pipe cross sectional area. Deposition of material in a cleaned sewer prior to inspection is the responsibility of the Contractor, regardless of the cause of the deposition. Any work associated with re- cleaning and re— inspection efforts will be conducted without additional cost to the City. 31.1.6 Manhole Cleaning: Walls shall be washed using a high pressure jet capable of 1,500 psi. Debris from the vault or manhole shall be vacuumed and disposed of in the same manner as debris removed from the sewer main cleaning. (No separate pay). 31.1.7 Cleaning and Inspection Notification: The success of the Corpus Christi Wastewater Department Sewer Cleaning and Inspection Program is dependent upon close coordination of the City and Contractor activities affecting the City of Corpus Christi Wastewater Department customers in an effort to maintain customer cooperation. The following are the requirements for notifying affected customers of cleaning and television inspection activities. All procedures must be followed: A. A notice ( "flyer ") shall be provided to each residence and business a minimum of two (2) full working days prior to working in the area. The Notification flyer will inform the occupants of the purpose of the work, what might possibly occur and telephone numbers to call in case of questions or problems. The master flyer for Notification will be provided to the Contractor for use in making all necessary copies of the flyer on white paper for distribution to residences and businesses. 13. Contractor shall, on a daily basis, document all distribution of flyers. Documentation at a minimum shall include maps showing areas SPECIFICATION 1250 DATE: 4/3/2012 Page 33 of 39 notified, date and name of person completing the notification. The Contractor shall provide this information to the Engineer and the City on a daily basis. Contractor shall schedule work to be completed within five (5) working days from the day notices are distributed. If the work is unable to be completed in the notified area before the end of 5 working days, the area will be re- notified. 31.1.8 Cleaning Precautions: During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (that depend upon water pressure to provide their cleaning force) or tools that retard the flow in the sewer line are used, precautions shall be taken by the Contractor to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. A. When additional water from fire hydrants is necessary to avoid delays in normal work procedures, the water shall be conserved and not used unnecessarily (See Section I — 11). No fire hydrant shall be obstructed in case of a fire m the area served by the hydrant or as restricted by the City. The Contractor shall use a double backflow prevention device mounted on the fire hydrant in cases where the fire hose connected to the cleaning equipment is considered susceptible to contamination, regardless of the backflow configuration on the cleaning equipment. B. The Contractor shall be responsible for any damage caused by his actions during this project. The Contractor will comply with all City of Corpus Christi Water Department requirements. All water utilized shall be metered and payment made by the Contractor to the City of Corpus Christi. 31.1.9 Remediation of Backups Into Buildings: Backups into buildings that occur during cleaning, inspecting, plugging or control of flow/bypass pumping activities require immediate remediation using the services of a local firm specializing in cleaning and disinfecting residences and businesses. A. The firm used by the Contractor shall be approved prior to issuance of the Notice to Proceed, and shall provide a protocol that will be implemented for various scenarios that may occur. B. Upon discovery that a backup has occurred, the Contractor will immediately notify the Wastewater Department Representative who will investigate the incident. The Contractor shall dry up the spill immediately and dispatch the cleaning service to professionally clean and disinfect the area. SPECIFICATION 1250 DATE: 4/3/2012 Page 34 of 39 C. The cleaning service firm shall be at the customer site within three hours of notification of backup occurrence, or otherwise scheduled by customer. All communication will be through the Wastewater Department Representative Brian Butscher, P.E. at (361) 826 -1807. D. Documentation of the remediation services provided shall be given the Wastewater Department Representative. Should customer refuse the remediation services, Contractor shall provide a business card and contact name should customer want to schedule remediation at a later date. Refusal of remediation services shall be documented by the Contractor and provided to the Wastewater Department Representative. SECTION V MEASURMENT AND PAYMENT 32. Scope 32.1 Payments to the Contractor shall be made on the basis of the prices quoted by the Proposer in the Price Sheet and shall constitute full and complete payment for furnishing all materials, labor, tools and equipment, for providing all reports and data deliverables and for performing all operations necessary to complete the work included in the delivery orders. Such compensation shall also include payments for any loss or damages arising directly or indirectly from the work, or from any discrepancies between the actual quantities of work and those shown in the delivery orders. 32.2 Unless otherwise noted in the Price Sheet, the prices quoted by the Proposer in the Price Sheet include alI costs and expenses for mobilization, including, but not limited to: taxes, labor, licenses, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, maintenance of traffic, together with any and all other costs and expenses for performing and completing the work as described in the delivery order and specified herein. 32.3 The basis of payment for an item at the price shown in the Price Sheet shall be in accordance with its description of the item in this Section and as related to the work specified. Unit prices will be applied to the actual quantities furnished and installed in conformance with the delivery orders. SPECIFICATION 1250 DATE: 4/3/2012 Page 35 of 39 32.4 The Contractor's attention is called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety, including the necessary reporting and documentation. 33. Measurement 33.1 The quantities for payment under each delivery order shall be determined by field measurement prior to the approval of the delivery order being issued. 33.2 The quantities stated in the Price Sheet are only approximations and are intended to serve as a basis for the comparison of quoted pricing and to fix the value of the contract. The City does not expressly or implicitly agree that the actual amount of the work to be done in the performance of the contract will correspond with the quantities in the Price Sheet. The amount of work to be done may be more or less than said quantities and may be increased or decreased by the City as circumstances may require. The increase or decrease of any quantity shall not be regarded as grounds for an increase in the unit price or in the time allowed for the completion of the work, except as provided in the contract documents. 34. Proposal Items 34.1 Mobilization 34.1.1 Item No. 1 Job Mobilization, CCTV Pre - Cleaning Inspection A. This price per each mobilization for each pre - cleaning inspection work order. Payment for job mobilization shall be for all items and shall be included in the lump sum price. This item will include all operations necessary for the preparatory work and operations in mobilizing for beginning work on the project including, but not limited to: multiple operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, sanitary and other facilities as required by these Specifications and State and local laws and regulations; and any other pre - construction expense necessary for the start of the work; the cost of bonds, permits and fees, construction schedules, shop drawings, temporary facilities, lay down storage area, construction aids, pre - construction documentation, traffic control including devices, work associated with the Contractor support during reviews and inspection, re- inspection and storage and final site clean -up. 34.1.2 Item No. 2 Job Mobilization, Sewer Cleaning SPECIFICATION 1250 DATE: 4/3/2012 Page 36 of 39 B. This price per each mobilization for each sewer cleaning work order. This item will include all operations necessary for the preparatory work and operations m mobilizing for beginning work on the project including, but not limited to: multiple operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, sanitary and other facilities as required by these Specifications and State and local laws and regulations; and any other pre - construction expense necessary for the start of the work; the cost of bonds, permits and fees, construction schedules, shop drawings, temporary facilities, lay down storage area, construction aids, pre- construction documentation, traffic control including devices, work associated with the Contractor support during reviews and inspection, re- inspection and storage and final site clean -up. 34.1.3 Item No. 3 Emergency Mobilization A. This lump sum item shall be for mobilization within 4 hours of the notification and authorization from the City. B. Payment for emergency mobilization shall be for all items and shall be included in the lump sum price. This item will include all operation necessary for the preparatory work and operations in mobilizing for beginning work on the emergency project including, but not limited to: multiple operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, sanitary and other facilities as required by these Specifications and State and local laws and regulations; and any other pre - construction expense necessary for the start of the work; the cost of bonds, permits and fees, construction schedules, shop drawings, temporary facilities, lay down storage area, construction aids, pre - construction documentation, erosion control, traffic control including devices, temporary traffic control plans, work associated with the Contractor support during reviews and inspection, re- inspection and storage and final site clean -up. 34.1.4 Traffic Control A. Item No. 4 Traffic Control Plan a. This price for each traffic control plan for each work order in accordance with Section I1 -14. SPECIFICATION 1250 DATE: 4/3/2012 Page 37 of 39 B. Item No. 5 Traffic Control for Arterial Streets (Five Lanes or Greater) a. This lump sum price for traffic control devices for arterial streets for each work order. 25% will be paid for traffic control for pre - cleaning CCTV inspection and 75% for traffic control for sewer cleaning. C. Item No. 6 Traffic Control for Collector Streets (Three or Four Lanes) a. This lump sum price for traffic control devices for collector streets for each work order. 25% will be paid for traffic control for pre - cleaning CCTV inspection and 75% for traffic control for sewer cleaning D. Item No. 7 Traffic Control for Residential Streets (Two Lanes) a. This lump sum price for traffic control devices for residential streets for each work order. 25% will be paid for traffic control pre - cleaning CCTV inspection and 75% for traffic control for sewer cleaning. E. Item No. 8 Changeable Variable Message Boards a. Price and payment will be full compensation for furnishing, installing, operating, relocating, maintaining and removing changeable message signs. 31.1.5 CCTV Pre — Cleaning Inspection A. Item Nos. 9 — 18 CCTV a. Measurement shall be based on the linear feet of sewer main televised. b. Payment will be at the contract unit price shown for linear feet and shall be full compensation for the item of work completed. The deliverables shall be acceptable to the City. If the deliverable is unacceptable, the Contractor shall re- televise the sewer main to ensure it is acceptable to the City, at the Contractor's cost. The unit price shall provide full compensation for all work required including, but not limited to: mobilization, SPECIFICATION 1250 DATE: 4/3/2012 Page 38 of 39 furnishing all labor, equipment and materials, for cleaning, flow isolation, TV inspection and all incidentals related to sewer mains inspection. 31.1.6 Line Cleaning A. Item Nos. 19 — 28 Line Cleaning a. Measurement shall be made based on the horizontal projection of the centerline of pipe in which cleaning was performed between manholes, measured to the nearest foot from inside wall of the manhole to the inside wall of the other manhole and not including manhole chamber. b. Payment will be paid at the unit price per linear foot for the gravity main size. c. Items include Post —CCTV inspection. B. Item No. 29 Debris Removal Measurement will be made based on dry ton of debris as measured at the Cefe Valenzuela Landfill. The item will include all costs associated with loading and unloading debris at the job site, hauling to the Greenwood WWTP and unloading onto the drying beds, removing the debris from the drying beds and hauling and disposing of the debris at the Landfill. Payment will be made only upon receipt of the required manifest documentation as delineated in Section 31.1.4 "Debris Removal ". C. Item No. 30 Landfill Fee Measurement will be made based on dry ton of debris measured at the Cefe Valenzuela Landfill. The fee represents the actual landfill fee charged by the City of Corpus Christi'S Solid Waste Department. 31.1.7 Bypass A. Item Nos. 31— 33 Flow Control/By —Pass Pump Setup 6 ", 8 ", 12" Pumps a. Measurement will be a flat—rate charge for each setup for all bypassing operations for all sewers. B. Item Nos. 34 — 36 Flow Control/By- -Pass Pump Operation, 6 ", 8 ", 12" Pumps SPECIFICATION 1250 DATE: 4/3/2012 Page 39 of 39 a. Payment will be paid at the unit price for the size pump utilized. This item shall include, but not limited to, all necessary and required pumps, piping, fuel, maintenance, transportation, storage, temporary bypass, service piping, labor, materials and/or any other costs associated with bypass pumping. C. Item Nos. 37 — 39 Plugging a. Measurement shall be a flat—rate charge for each setup for all plugging of sanitary sewer mains necessary for cleaning and CCTV. STATEMENT OF PROPOSER'S QUALIFICATIONS CITY OF CORPUS CHRISTI LARGE DIAMETER SANITARY SEWER INSPECTION AND CLEANING PROPOSER: 1. ORGANIZATION (For Informational Purposes) 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your organization been in business under its present business name? 1.21 Under what other former names has your organization operated? 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: 1.3.2 State of incorporation: 1.3.3 President's name: 1.3.4 Vice - president's name(s): 1.3.5 Secretary's name: 1.3.6 Treasurer's name: 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): 1.4.3 Nazne(s) of general partners: (Add more by separate sheet if necessary) 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: Page 1 of 5 1.6 If the form of your organization is other than those listed above, describe it and name of the principals on a separate sheet. 2. PERSONNEL AND EXPERIENCE (MINIMUM REQUIREMENT) 2.1 List the personnel proposed to be in responsible charge of the work. Personnel must have training in National Association of Sewer Service Companies (NASSCO) and Occupational Safety and Health Administration (OSHA) certification programs. Proposer must submit certificates with this statement that indicate training and current status. All training certificates must be current. Attach a separate sheet for this Item 2.1 if necessary 2.2 On separate sheets provide a project list or resume of (1) company and (2) the on- site project superintendent that demonstrates and/or documents successful completion of cleaning and inspection activities for at least 400,000 linear feet of large diameter (18" to 60 ") sewer mains including the use of mechanical or hydraulic cleaning equipment, flow controllbypass pumping, root removal, grease removal, sonar, laser and CCTV inspection and remote obstruction removal. The list must include: (1) Project Name and Location (2) Owner (3) Linear Feet of Large Diameter Sewer Cleaned (4) Owner's Contact Person and Phone Number (5) Engineer's Contact Person and Phone Number. The linear footage listed for the company and the on -site superintendent must be equal to, or greater than, 400,000 linear feet. Successful completion will be verified as a condition of contract award. 2.3 On separate sheets provide a list or resume of (1) the company and (2) the on -site project superintendent that demonstrates or documents successful completion of cleaning and inspection activity within the last three (3) years on a project(s) that is equal to, or larger than, 50,000 linear feet of large diameter (18" to 60 ") sewer line in conditions similar to those encountered in the City of Corpus Christi system. The conditions are (1) 40 +. year old system (2) Iargely vitrified clay pipe (3) high water table (4) sand migration problems. The list must include (1) Project Name and Location (2) Owner (3) Linear Footage of Large Diameter Sewer Cleaned (4) Owner's Contact Person and Phone Number (5) Engineer's Contact Person and Phone Number. The linear footage listed for the company and the on -site superintendent must be equal to, or greater than 50,000 linear feet. Successful completion will be verified as a condition of contract award. Page 2 of 5 2.4 Is your organization capable of furnishing two crews full time with the equipment and ability to clean a minimum of ten (10) miles per year (365 days) of large diameter (18" — 60") sanitary sewer mains? Yes No 2.5 Does your CCTV crew or subcontractor meet all the requirements and criteria listed in Specification Section III "Pre- Cleaning and Post - Cleaning Sonar and Laser Inspection "? Yes No 2.5.1 On a separate sheet attach the resume(s) of the technician(s) proposed for managing the CCTV systems and reports. The minimum requirement is three year's experience . on projects of the size (10 miles /year) and complexity (see conditions listed in Item 2.3) of this proposed project. The minimum requirement for footage inspected is 50,000 linear feet. The resume(s) must include (1) Project Name and Location (2) Owner (3) Linear Footage of Large Diameter Sewer inspected and reported (4) Owner's Contact Person and Phone Number (5) Engineer's Contact Person and Phone Number. The linear footage listed must be equal to, or greater than, 50,000 linear feet. The number of years experience must be equal to, or greater than, 3 years. Successful completion and years of experience will be verified as a condition of contract award. 2.6 On a separate sheet list the equipment (quantity, make, model, year of manufacture, description and features) to be utilized on the project. Is the equipment listed fully capable of executing the work proposed by this contract of 10 miles per year of large diameter (18" to 60 ") sanitary sewer mains? Yes No 2.7 On a separate sheet, provide a listing of current and future workload which will demonstrate the Proposer's ability to successfully accomplish CCTV and cleaning of ten (10) miles per year of large diameter sewer mains. The workload analysis must indicate the number of crews in the company, the number of crews presently assigned to other present or future projects and the number of crews available for this project. The analysis must also include the number of equipment packages in the company, the number of packages presently assigned to other present or future projects and the number of packages available for this project. The minimum number of crews and equipment packages available for this project is two (2). 3. SUITS AND TCEQ, EPA OR OTHER STATES VIOLATIONS (MINIMUM REQUIREMENT) 3.1 Claims and Suits. (If the answer to any of the questions below is yes, please attach details). Page 3 of 5 3.1.1 Is it correct that the Proposer is not currently involved in any litigation with the City nor has the Proposer been involved in any litigation with the City in the last five years? Yes No 3.1.2 Is it correct that your organization never been prohibited or "debarred" by the Texas Conunission on Environmental Quality (TCEQ), the Environmental Protection Agency (EPA) or other States' regulatory agencies from working on a sanitary sewer cleaning project? Yes No 3.1.3 Is it correct that the Proposer has not terminated any agreement with the City for cause, breach or default. Yes No 4. SIGNATURE (MINIMUM REQUIREMENT) 4.1 To be executed by a Principal of the firm authorized to certify the foregoing information: 4.2 Dated at this day of , 2012. Narne of Organization: By: Printed Name: Title: , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn to before me, the undersigned authority, on this the day of , 2012 Notary Public in and for County of State of My Commission Expires: AS A MINIMUM REQUIREMENT, PROPOSERS SHALL SUBMIT THE INFORMATION REQUIRED IN THIS STATEMENT OF PROPOSER'S QUALIFICATIONS. PROPOSER'S FAILURE TO DO SO SHALL RESULT IN Page4of5 PROPOSER'S PROPOSAL BEING DEEMED NON - RESPONSIVE AND ELIMINATED FROM CONSIDERATION Page 5 of 5 Using the format below, the Proposer should provide three current client references and three former client references. References should be relative to the Proposer's office that will provide LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING to the City. This information will be used to determine the extent to which the Proposer is able to provide LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING to an entity the size of the City of Corpus Christi as well as the reference's satisfaction level with the Proposer's services. Please identify references of similar size, preferably governmental entities, particularly municipalities. CURRENT CLIENT Reference 1 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Products Provided: Number of Lives Insured for Each Product: Private or Public Sector: CURRENT CLIENT Reference 2 Organization name: Contact and title: Contact and tide: Address: Effective date of contract: Phone number: Effective date of contract: Private or Public Sector: Description of Products Provided: Number of Lives Insured for Each Product: _Private or Public Sector: CURRENT CLIENT Reference 3 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Products Provided: Number of Lives Insured for Each Product: Private or Public Sector: FORMER CLIENT Reference 1 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Products Provided: r 7Vumber of Lives Insured for Each Product: Reason for Termination or Discontinuation: FORMER CLIENT Reference 2 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Products Provided: Number of Lives Insured for Each Product: Reason for Termination or Discontinuation: FORMER CLIENT Reference 3 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Products Provided: Number of Lives Insured for Each Product: Reason for Termination or Discontinuation: PRICE SHEET By submission of its proposal, the Proposer agrees that the pricing quoted in its proposal is fixed and firm for the duration of the initial one -year term of the contact. • Proposers are to insert their best price in the "Unit Price" column highlighted in yellow below. In case of discrepancy between unit price and total price, the unit price will be presumed correct. Group No. Item No. Description Quantity Unit Unit Price Total 1 Job Mobilization, CCTV Pre-Cleaning Inspection 10 EA. $0.00 2 Job Mobilization, Sewer Cleaning 10 EA. $0.00 3 Emergency Job Mobilization 4 EA. , ,- ' $0.00 - s vG '+a^' 4 . 7.N 0. _ a. 4 "'g �$Mp e�„, w'� Traffic Control Plan (Each Work Order) >Tr 20 EA." F ,�,.. kfi L 7 ;;; c k 'x `S". .7 x:r i «, $0.00 5 Traffic Control for Arterial Street (Five Lanes or Greater) 125 DAY a ,� : ,, ' $0.00 6 Traffic Control for Collector Street (3 or 4 Lanes) 130 DAY � ,, $0.00 7 Traffic Control for Residential Street (2 Lanes) 30 DAY } ° . �w. $0.00 8 Changeable Variable Message Boards (EA) 250 DAY , . $0.00 'J,� ¢ �' ssf 1,, Mrti Vf' �' .J.� 1 W.a.s. �:; t'.:i � S 4 1 h a' t' .-.. .....' wia ,3' c .^Fr 5 - _ 3Fe4dae 9 CCTV Pre - Cleaning Inspection 18" Diameter 1,500 , . .., a $0.00 10 CCTV Pre - Cleaning Inspection 20" or 21 Diameter 1,500 . � - rµ $0.00 11 CCTV Pre - Cleaning Inspection 24" Diameter 10,500 _,_; $0.00 12 CCTV Pre-Cleaning Inspection 27" Diameter 7,500 $0.00 13 CCTV Pre - Cleaning Inspection 30" Diameter 5,000 t � .;1a $0.00 14 CCTV Pre - Cleaning Inspection 36" Diameter 25,000 Wa a . =4 $0.00 15 CCTV Pre-Cleaning Inspection 42" Diameter 35,000 .014,!..,:- $0.00 16 CCTV Pre-Cleaning Inspection 48" Diameter 4,000 a ` ' S. - $0.00 17 CCTV Pre - Cleaning Inspection 54" Diameter 1,000 ' ' $0.00 18 CCTV Pre - Cleaning Inspection 60" Diameter 2,000? 7,F.: > ...." $ A` ,, •.. 19 333, _.'•'+2' -',7 -- ..T.a, . 7"S" +FEd � � Sewer Line Cleaning 18" Diameter � ; `c2 Srs�r; i , .kl = ��.Y: -. rr - "' �'..s�.,.a7_ a ti,ieT- � .. � ; 1,500 a:' {. 0.00 20 Sewer Line Cleaning 21" Diameter 1,500 - rAed4S.W $0.00 21 Sewer Line Cleaning 24" Diameter 10,500 $0.00 22 Sewer Line Cleaning 27" Diameter 7,500 41P .`'; $0.00 23 Sewer Line Cleaning 30" Diameter 5,000 r ;a `tea $0.00 24 Sewer Line Cleaning 36" Diameter 25,000 � ' � %7 k $0.00 25 Sewer Line CIeaning 42" Diameter 35,000 t $0.00 26 Sewer Line Cleaning 48" Diameter 4,000 YFi $0.00 27 Sewer Line Cleaning 54" Diameter 1,000 LF. 4 $0.00 28 Sewer Line Cleaning 60" Diameter 2,000 LF. 5 ;° $0.00 29 Debris, Dry State, Delivered to Ceff Valenzuela Landfill 7,000 TONS $ 1 " $0.00 30 Landfill Fee 7,000 TONS $10.50 573,500.00 - ^�, 3 � t �• "£.!"'l..t.4Ji:n .:u SwS' 11 ...J:11, c% 6 .k:a. 4f4b� ! ` u�t.1 } L {mow 31 Flow Control/By-Pass Pump Setup, 6" Pump 5 EA. ,'..: i AVA. ..0.00 32 Flow Control/By -Pass Pump Setup, 8" Pump 5 EA. ? i 11 4 $0.00 33 Flow Control/By-Pass Pump Setup, 12" Pump 5 EA. wKSEN $0.00 34 Flow ControllBy-Pass Pu Operation, 6" Y Pump P Pump 40 HR. I� �: ��,,.,, � . $0,00 35 Flow Control/By-Pass Pump.Operation, 8" Pump 40 HR. $0.00 36 Flow Control/By-Pass Pump Operation, 12" Pump 40 HR. - s � Vol, $0.00 37 38 Plugging Existing 18" to 24" Diameter Pipeline at Access Structure 4 EA. rY'� 7.5, 3 $0.00 Plugging Existing 27" to 42" Diameter Pipeline at Access Structure 4 EA.` ,`. $0.00 39 Plu: a ng Existing 48" to 60" Diameter Pipeline at Access Structure 4 EA, , n x� $0.00 : « x k 4 '.J il r -, n - .. _, q3 ' 'A M S .q -v 3 a BID INVITATION ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Request for Proposal No.: BI- 0136 -12 Addendum No.: 1 May 1, 2012 Prospective Proposers are hereby notified of the following modifications to Request for Proposal (RFP) No. BI- 0136 -12. All terms, conditions and specifications of the original RFP not in conflict with this addendum remain unchanged and continue in full force and effect. I. The City of Corpus Christi hereby provides the following clarifications: 1. Number 11.4, under number 11 (Contractor' s General Responsibilities) in Section 1 (Scope of Work and General Provisions) of Specification 1250 is hereby revised, in its entirety, to read: 11.4 As necessary for performance of work under the contract, the Contractor may obtain fresh water from fire hydrants at the site of work and/or water from other suitable designated sources approved by the City. All water utilized must be metered and payment made to the City. All arrangements for metering and payment must be made by the Contractor. To initiate service contact the City of Corpus Christi's Utilities Business Office (UBO) 361- 826 -3404. Charges are as follows: a. Temporary Water Service: $600.00 deposit for costs of replacement meter. Upon meter return to the City a $590.00 refund will be made. b. Application Fee For Temporary Water Service: $150.00 c. Temporary Water Meter Lease: $150.00 per month d. Relocation of Temporary Meter: $125.00 per movement e. Temporary Charge If Contractor Moves Meter: $250.00 plus all costs of all broken or damaged parts. f. Water Use Charges: First 2,000 Gal: $62.90 (Minimum) Over 2,000 Gal: $4.678 per 1,000 Gallons 2. The following is added to Number 15.1 under number. 15 (Vehicular and Pedestrian Control Plan and Procedures) in Section II (Submittals) of Specification 1250: "All Traffic Control Plans shall be sealed by a Texas Registered Professional Engineer ". "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Paul Pierce Procurement Manager Using the format below, the Proposer should provide three current client references and three former client references. References should be relative to the Proposer's office that will provide LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING to the City. This information will be used to determine the extent to which the Proposer is able to provide LARGE DIAMETER SANITARY SEWER LINE INSPECTION & CLEANING to an entity the size of the City of Corpus Christi as well as the reference's satisfaction level with the Proposer's services. Please identify references of similar size, preferably governmental entities, particularly municipalities. CURRENT CLIENT Reference 1 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Services Provided: Dollar Value of Awarded Contract: CURRENT CLIENT Reference 2 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Services Provided: Dollar Value of Awarded Contract: CURRENT CLIENT Reference 3 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Services Provided: Dollar Value of Awarded Contract: FORMER CLIENT Reference 1 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Services Provided: Dollar Value of Awarded Contract: Reason for Discontinuation or Termination: - FORMER CLIENT Reference 2 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Services Provided: Dollar Value of Awarded Contract: Reason for Discontinuation or Termination: FORMER CLIENT Reference 3 Organization name: Contact and title: Address: Phone number: - Effective date of contract: Description of Services Provided: Dollar Value of Awarded Contract: Reason for Discontinuation or Termination: Public Purchase: Bid Questions Page 1 of 3 ta��li�� Purchase. Chat Help Logout Home New Bid Closed Bids My Stuff Tools Questions for Bid RFP #BI- 0136 -12 - RFP - Large Diameter Sanitary Sewer Line Inspection & Cleaning Question #1 There is one mention of a performance bond. Will a performance bond be required? Answers The first sentence in Section 5 of the Service Agreement currently reads: "Before activities can begin under this Agreement, the Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages and the performance bond to the Contract Administrator." The first sentence in Section 5 of the Service Agreement is hereby revised to read: "Before activities can begin under this Agreement, the Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required Apr 19, 2012 12:25:56 PM CDT By: Brown O'Brien Sewer Specialties - wayne @boss -mwbe May 1, 2012 9:04:02 AM CDT By: CITYOFCC http:// www. publicpurchase. com/ gems /bid/questions /questionsBid ?bidld =10262 7/11/2012 Public Purchase: Bid Questions Page 2 of 3 insurance coverages, to the Contract Administrator." Archive Question #2 [ Our proprietary system separates the water from the debris as we capture the debris. We can pass a paint filter test after decanting. We understand that the material will 1 be marginally heavier than it would be if it were dried further in the drying beds, but we believe the savings realized by not having to load the material and haul it from the drying bed to the landfill will more than offset the difference in {/ weight. { Would the City allow us to transport debris directly to the landfill without dumping at the WWTP? Answers All debris must be processed through the sludge drying beds at the Greenwood Wastewater Treatement Plant. Apr 19, 2012 12:27 :13 PM CDT By: Brown O'Brien Sewer Specialties - wayne @boss -mwbe May 1, 2012 9:05:28 AM CDT By: CITYOFCC {Archive Question #3 Just to be clear on water usage. The "minimum" is a one time May 1, 2012 4:36:35 PM CDT By: Ace Pipe Cleaning, Inc. - brucejamn http: / /www.publicpurchase. com/ gems /bidl questions /questionsB id ?bidId =10262 7/11/2012 Public Purchase: Bid Questions Page 3 of 3 charge over the life of the contract or daily? View Bid Customer Support: agencysupport @publicpurchase.com 1 Copyright 1999 -2011 ,rc, The Public Group, LLC. All rights reserved. http: / /www.publicpurchase.com/gemslb id/questions /questionsBid ?bidId =10262 7/11/2012 CRO FWJWI I, 0- 205-9ac 7,,.: Ulb r 0 z rW L W a rl d R 1 1 1 1 1 1 1 1 1 1 1 I i l l s I I CR(3 PROJECT NO 4054 % « & : 3x §2!!EE « ■■!!` ■ =I§§|||!||} k » » :s c \ \ \f ) (.9 E§ 0 z 0 -J Ace Pipe Cleaning Inc. The Environmental Ana/ow Specialists 4.3.A TRANSMITTAL LETTER RE: City of Corpus Christi, Texas, BI- 0136 -12 Large Diameter ;Sanitary Sewer Line inspection & Cleaning Ace Pipe Cleaning, Inc. hereby acknowledges receipt of the following Addendum's to the above referenced RFP and let it be known that it is Ace Pipe Cleaning, Inc.'s intent to adhere to the provisions described in the RFP without modifications. Addendum 1 Addendum 2 Ace Pipe Cleaning, Inc; Authorized Agent: Steve Hontz President Date Ace Pipe Cleaning Inc. The Environmental Protection Specialists CITY OF CORPUS CHRISTI, TEXAS BI- 0136 -12 LARGE DIAMETER SANITARY SEER LINE INSPECTION & CLEANING TABLE OF CONTENTS: City of Corpus Christi's Disclosure Form Attachment A Statement of Proposer's Qualifications Form Attachment B 2.1 NASSCO & OSHA Certifications Attachment C Statement of Qualifications Page 1 -36 2.2 Project List /Resume' 400,000 LF of 18 " -60" Page 1 -25 2.3 List /Resume' of 3 yrs of 50,000 LF of 18 "60" Page 26 -30 2.5.1 Managing CCTV systems & reports Resume's Page 31 2.6 Equipment List Page 32 -33 2.7 Work Load Page 34 -36 Current - Former References Attachment D Pricing Attachment E Signed Service Agreement Attachment F Sub - Contractor Qualifications Attachment G ATTACHMENT B STATEMENT OF PROPOSER'S QUALIFICATIONS CITY OF CORPUS CHRISTI LARGE DIAMETER SANITARY SEWER INSPECTION AND CLEANING PROPOSER: Ace Pipe Cleaning., Inc. 1. ORGANIZATION (For Informational Purposes) 1.1 . How many years has your organization been in business as a Contractor? 58 1.2 How many years has your organization been in business under its present business rime? 58 1.21- Under what other former names has your organization operated? Ace Pipe CIeanina. Inc. is owned by the Carvlon Corporation. Inc.. established in 1949 in IL 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: 1.3.2 State of incorporation: 1.3.3 President's name: 1.3.4 Vice- president's name(s): 1.3.5 Secretary's name: 1.3.6 Treasurer's name: 1954 MO Steve Hontz NA Bruce Vantine Bruce Vantine { 1.4 If your organization is a partnership, answer. the following: 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): 1,4.33 Name(s) of general partners: (Add more by separate sheet if necessary) 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: Page 1 of 5 1.6 If the form of your organization is other than those listed above, describe it and name of the principals on a separate sheet. 2. PERSONNEL AND EXPERIENCE (MINIMUM REQUIREMENT) 2.1 List the personnel proposed to be in responsible charge of the work. Personnel must )lave training in National Association of Sewer Service Companies (NASSCO) and Occupational Safety and Health Administration (OSHA) certification programs. Proposer must submit certificates with this statement that. indicate training and current status. All training certificates must be current. Bruce Jameson: Sr. Project Manager Russell Brown: Daily Project Manager Oralio Berman: Supervisor Attach a separate sheet for this Item 2.1 if necessary 77 On separate sheets provide a project list or resume of (1) company and (2) the on- site project superintendent that demonstrates and /or documents successful completion of cleaning and inspection activities for at least 400,000 linear feet of large diameter (18" to 60 ") sewer mains including the use of mechanical or hydraulic cleaning equipment, flow control /bypass pumping, root removal, grease removal, sonar, laser and CCTV inspection and remote obstruction removal. The list must include: (1) Project Name and Location (2) Owner (3) Linear Feet of Large Diameter Sewer Cleaned (4) Owner's Contact Person and Phone Number (5) Engineer's Contact Person and Phone Number. The linear footage listed for the company and the on -site superintendent must be equal to, or greater than, 400,000 linear feet. Successful completion will be verified as a condition of contract award. 2.3 On separate sheets provide a list or resume of (I) the company and (2) the on -site project superintendent that demonstrates or documents successful completion of cleaning and inspection activity within the Last three (3) years on a project(s) that is equal to, or larger than, 50,000 linear feet of large diameter (18" to 60 ") sewer line in conditions similar to those encountered in the City of Corpus Christi system. The conditions are (1) 40 + year old system (2) largely vitrified clay pipe (3) high water table (4) sand migration problems. The list must include (I ) Project Name and Location (2) Owner (3) Linear Footage of Large Diameter Sewer Cleaned (4) Owner's Contact Person and Phone Number (5) Engineer's Contact Person and Phone Number. The linear footage listed for the company and the on -site superintendent must be equal to, or greater than 50,000 linear feet. Successful completion will be verified as a condition of contract award. Page 2 of 5 2.4 Is your organization capable of furnishing two crews full time with the equipment and ability to clean a minimum of ten (10) miles per year (365 days) of large diameter (18" — 60 ") sanitary sewer mains? Yes x No 2.5 .Does your CCTV crew or subcontractor meet all the requirements and criteria listed in Specification Section 111 "Pre- Cleaning and Post - Cleaning Sonar and Laser Inspection "? Yes x No 2.5.1 On a separate sheet attach the resume(s) of the technician(s) proposed for managing the CCTV systems and reports. The minimum requirement is three year's experience on projects of the size (10 miles /year) and complexity (see conditions listed in Item 2.3) of this proposed project. The minimum requirement for footage inspected is 50,000 linear feet. The resume(s) must include (1) Project Name and Location (2) Owner (3) Linear Footage of Large Diameter Sewer inspected and reported (4) Owner's Contact Person and Phone Number (5) Engineer's Contact Person and Phone Number. The linear footage listed must be equal to, or greater than, 50;000 linear feet. The number of years experience must be equal to, or greater than, 3 years. Successful completion and years of experience will be verified as a condition of contract award. 2.6 On a separate sheet list the equipment (quantity, make, model, year of manufacture, description and features) to be utilized on the project. Is the equipment listed fully capable of executing the work proposed by this contract of I 0 miles per year of large diameter (18" to 60 ") sanitary sewer mains? Yes x No 2.7 On a separate sheet, provide a listing, of current and future workload which will demonstrate the Proposer's ability to successfully accomplish'CCTV and cleaning of ten (10) miles per year of large diameter sewer mains. The workload analysis must indicate the number of crews in the company, the number of crews presently assigned to other present or future projects and the number of crews available for this project. The analysis must also include the number of equipment packages in the company, the number of packages presently assigned to other present or future projects and the number of packages available for this project. The minimum number of crews and equipment packages available for this project is two (2). 3. SHITS AND TCEQ, EPA OR OTHER STATES VIOLATIONS (MINIMUM REQUIREMENT) 3.1 Claims and Suits. (If the answer to any of the questions below is yes, please attach details). Page 3 of 5 3.1.1 Is it correct that the Proposer is not currently involved in any litigation with the City nor has the Proposer been involved in any litigation with the City in the last five years? Yes x No 3.1.2 Is it correct that your organization never been prohibited or "debarred" by - the Texas Commission on Environmental Quality (TCEQ), the Environmental Protection Agency (EPA) or other States' regulatory agencies from working on a sanitary sewer cleaning project? Yes x No 3.1.3 Is it correct that the Proposer has not terminated any agreement with the City for cause, breach or default. Yes x No 4, SIGNATURE (MINIMUM REQUIREMENT) 4.1 To be executed by a Principal of the firm authorized to certify the foregoing information: 4.2 Dated at 11:55 AM this 11 day of May , 2012. Name of Organization: By: Printed Name: Title: Ace Pipe Cleaning. Inc. 41, Steve Hontz Vice President 'ice V bt u ►i[ 2- being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn to before nre, the undersigned authority, on this the \ 0 day of I"` r . 2012 '97g5.t'�. CARMEN K. CARLEN INi E • Notary Public, State of Texas ' `- y Commission Expires August 24, 2015 Cafv Notary Public in and for County of i C fGL.1 State of - 1 .C.C.S My Commission Expires: 015 AS A MINIMUM REQUIREMENT, PROPOSERS SHALL SUBMIT THE INFORMATION REQUIRED IN THIS STATEMENT OF PROPOSER'S QUALIFICATIONS. PROPOSER'S FAILURE TO DO SO SHALL RESULT IN Page 4 of 5 PROPOSER'S PROPOSAL BEING DEEMED NON - RESPONSIVE AND ELIMINATED FROM CONSIDERATION Pagp 5 of City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CITY'S PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST ATTACHMENT A City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Ace Pipe Cleaning, Inc. P.O. BOX: CITY: FIRM IS: Fort Worth STREET ADDRESS: TX STATE: 1. Corporation 4. Association 2. Partnership 5. Other 1509 Sylvania Ct. ZIP: 76244 e3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) NA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title NA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee NA 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant NA FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 OA r• CERTIFICATION I certify that all inforniation provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Steve,Hontz (Type or Print) Signature of Certifying Person: Title: President DEFINITIONS Date: 5/1112012 a- "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". -'An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part -time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus. Christi, Texas. f "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity, "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terns of venture or partnership agreements." g. "Consultant" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning / Carylon Corporation Inc The Environmental Protection Specialists 2.2 (2) Company Resume Ace Pipe Cleaning, Inc. has been part ofthe Carylon Corporation, the largest and most experienced wastewater maintenance firm in the nation. Since 1949 The Carylon Corporation, headquartered in Chicago, Illinois, is comprised of twenty wholly —owned subsidiary companies located in major areas throughout the United States. Ace Pipe Cleaning and the Carylon Corporation is the largest and most stable specialty maintenance contractor in the United States. Nationwide we possess a fleet of over 1400 vehicles, including 142 Digital Inspection Units and 170 Sewer Cleaning Units with a committed staff of over 900 highly trained personnel running $110,000,000.00 dollars worth of company owner equipment. Ace Pipe Cleaning and the network ofthe Carylon Companies has the capability of completing jobs that take one day or the commitment of hundreds of personnel to respond to some of the most tragic natural disasters or major sewer projects. We possess the technology to identify, clean, rehabilitate and suggest rehabilitation methods for any size project. The stability of a corporation that has served communities Municipalities nationwide since 1949 is a tremendous benefit to any community. We have the financial stability to commit resources to a project and the ability to complete them. The team we propose for this project will include Senior Project Managers, Field Managers, and field specialists who are experts in field services. Currently our staff at Ace Pipe Cleaning includes over 140 trained and committed personnel. We will also rely on the resources of our vast network of companies to assist in the various stages of a project. We believe that Ace Pipe Cleaning and the network of the Carylon Companies are the most qualified to assist The City of Corpus Christi in the evaluation and cleaning of your sewer system. We provide our clientele with experienced professionals who are leaders and innovators in the industry; performance and effective evaluation is our specialty. We will ensure that each community we serve is treated with the performance, evaluation, attention to detail and respect that the communities have come to expect from an industry leader. In the previous 3 years the network ofthe Carylon Corporation has cleaned and televised over 61,000,000 linear feet of pipe in 44 states. In 2007 Ace Pipe Cleaning was awarded the one of the largest cleaning and CCTV project ever let in the United States, over 11,000,000 linear feet was awarded and field work is complete ahead of schedule. The Carylon Corporation is the single largest owner of Mobile Television studio trucks and Combination Jet Vacuum trucks in the United States. We are excited about the possible opportunity to continue our services for the City Of Corpus Christi. Enclosed is our resume about our organization. We have provided services for Municipalities for over 58 years. Every job is treated the same and backed by the same unmatched guarantee. The size of this project is significant. It deserves attention to detail and a commitment to quality. Below you will notice our unwavering commitment as the finest municipal service contractor in the United States. Our history is well documented and our financial and national coverage is unmatched. Ace Pipe Cleaning /Carylon Corporation Inc.1 -800 -565 -1115 Page 1 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Ace Pipe Cleaning and the vast network of our affiliates are widely versed in this type of work order based contracting. Our network has completed or is in the process of completing work order based contracting in Nashville, SAWS, ST. Louis, Kansas City, Nashville, Fort Worth, DFW Airport, and municipalities nationwide. In the last 3 years alone the companies of the Carylon Corporation have cleaned and inspected over 61,650,531 feet of sewer in the United States Mobilization Approach • First upon "Notice of Award ", Ace Pipe Cleaning, Inc. will submit the appropriate documentation that has been requested by The Owner to complete the contract process. After all contracts have been signed, bonds are in place and insurance certificates have been issued, Ace will respond to work requests issued by The Owner. • Second a physical survey of the job site will be made upon receiving a work request to determine all conditions which will affect job set up (i.e. traffic control, traffic permitting, water supply, disposal facility, monitor existing flow levels to determine appropriate working hours, determine use of flow diversion, measurement of sediment levels to determine best pipe cleaning methodology.) The work plans will be reviewed. After the survey and/or plan review is complete, personnel and equipment will be dispatched to the job sites at the time directed by the Owner. Ace Pipe Cleaning and our affiliates are skilled of performing services related to the bid including: Laser- HDCCTV -Sonar Profiling, Hydraulic Pipe Cleaning, Mechanical Pipe Cleaning, Sonar Inspection, CCTV Inspection, G.P.S. Locating, Pipeline Analysis, C,I.P.P Point Repairs, Manhole Rehabilitation, Lateral Rehabilitation, Vault Cleaning and Inspections, Tank Cleaning, and Structural Condition. Assessment. In 2009 Ace Pipe Cleaning began the largest single Laser /Sonar /HDCCTV program in the world in Fort Worth, TX. The first year of the program resulted in over 185,000 L.F. of "Profiling" 18 -96" RCP Sanitary Sewer Mains. The results of the lst year have provided the owner with a tremendous amount of data and the ability to forecast the remaining useful life of their system and avoided unnecessary pipe cleaning where applicable. The savings in cleaning paid for the Profiling of the system. APC has initiated year two with the same enthusiasm as the 1s` day we started. Primary Contact: Ace Pipe Cleaning Bruce Jameson- Regional Manager 817- 401 -3639 biamesonAacepipe.com Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 2 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning / Carylon Corporation Inc The Environmental Protection Specialists Experience and Capacity of Company ACE PIPE CLEANING /CARYLON CORPORATION PROFILE: Since 1954, Ace Pipe Cleaning/Carylon Corporation, Inc. has been cleaning, inspecting and repairing America's infrastructure. Today, we are part of the Carylon Corporation, the largest and most experienced wastewater maintenance firm in the nation. The Carylon Corporation, headquartered in Chicago, Illinois, is comprised of twenty wholly —owned subsidiary companies located in major areas throughout the. United States. Currently our staff at Ace Pipe CleaninglCarylon Corporation includes: 17 Administrative Personnel, 3 Estimators, 18 Television Inspection Techs, 8 Field Technicians, 3 Supervisors, 84 Operators, 13 Superintendents and 8 Mechanics. Financial Strength Ace Pipe Cleaning and the network of the Carylon Companies have the financial strength to complete any project. Our financial strength is confidential information but our history and size speaks for itself. For over 62 years we have provided services nationally and internationally utilizing 900 employees. Certified financial information can be submitted upon request and it is requested that our finances be kept in strict confidence due to our ESOP and privately held status. Project Approach Ace Pipe Cleaning/Carylon Corporation acknowledges the necessity, scope and sensitivity of this project. We understand and will develop a comprehensive work plan and submit our plan and schedule to execute and complete any work order issued. APC intends to utilize Bucket Machines for the majority of the Pipe Cleaning. Bucket Machines are efficient, move large amount of material and does not use water during the process. The use of Bucket Machines is a viable option when the migration of incoming backfill is an issue. Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 3 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc. The Environmental Protection Specialists Impact on Public/Environment As specialists in large Projects, the Ace Pipe Cleaning/Carylon Corporation team is "tuned" to the importance of minimizing project impacts on the public and the environment. Key elements of the public relations /environment program for this project include but are not limited to the following: • Project staff identification badges • Project staff team work shirts • Complaint "expeditor" • Dedicated Project Manager Manpower: As stated in this document we currently have a staff of over 900 technicians located nationwide. Crews from our Fort Worth and San Antonio offices will be the lead team on this project and will be managed by ONE dedicated Project Manger. The awarded work orders and schedule will dictate the crew sizing. If additional crews are necessary to meet the awarded work orders additional resources will be dispatched immediately from regional locations. Quality Control/Cost Control/Proiect Oversight Quality control is a priority of Ace Pipe Cleaning/Carylon Corporation Cleaning Company. Quality control of our final product can be integrated into field work and office work. A QAQC Manager certified by NAASCO will review every L.F. of Inspection Video for quality assurance prior to submitting the data to the Owner. Field Work From the top of our organization to the field personnel, it is well understood that the quality of the fieldwork makes or breaks a company. To keep the customer satisfied and execute a quality job is the goal each day. The majority of our field work is cumulative. Much of the work we perform is cumulative and promotes team work between our work forces. Training and Safety The level of trained supervisors in our organization is a priority. Our supervisors are on the jobsite on a daily basis to troubleshoot any potential field problems. The Carylon Corporation training and continuing education we supply to our work force is a corporate commitment. Carylon issues a training and coordination calendar at the beginning of each year. This commitment to training and coordination is a mindset that shows our workforce we are committed to quality and excellence. Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 4 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning/Carylon Corporation Inc The Environmental Protection Specialists Safety is our #1 priority. Safety training is the central focus to our ongoing safety program. Lastly, the Carylon Corporation has established and implemented an Employee Stock Ownership Program (ESOP). A portion ofthe company is owned by the employees. Carylon employees share in the success ofthe organization. This collaboration encourages quality performance and generates an excitement unparalleled in our industry. We are all very proud of our work and the finalized work is our best proof. All of our Technicians have 40 HAZWOPPER training as well as Confined Space Training, Confined Space Rescue Training, Lock Out -Tag Out, Speed Space Management Driver Training and annual refresher continuing education for all aspects of O.S.H.A training as well as site specific training for various hazards. Technicians performing Inspections are trained in PACP and MACP. Office Work: Our work produces data, Terabits of data. Having an office staff that can accumulate and organize the data in a professional manner is essential to our work. We take great pride in our system to organize our work. At the end of each week, each crew bums a DVD and submits weekly updates to the database of television inspection work and field inspection forms. For each job, this data is merged together and is organized on our server located in the Fort Worth office. Once the job is complete, the merged database goes under a thorough quality control check to identify any potential data entry mistakes. The digital videos and field inspection forms are checked to verify quality. Once the QA/QC process is complete, a hard copy is printed and reviewed once again by our office manager before the final report is bound and delivered to The City of Corpus Christi. A Digital copy of the work is maintained on our server up to 5 years following final submittal to the customer. Inspection From 4 -inch ductile iron pipe to 24 -foot wide sewer outfall tunnels, cleaning, Laser /Sonar/HDCCTV, Internal CCTV inspections and rehabilitation of sewer collection systems is the major focus for Ace Pipe Cleaning. APC will be also utilizing the resources of RedZone Robotics where applicable. Every mobile television studio truck is equipped with specifically designed camera equipment and computerized software to capture and record observations into an easily accessible electronic database. The program is designed to capture digital video and data of pipeline inspection findings through licensed software. Video inspection observations are also recorded on DVD's, with audio commentary. Incorporating infiltration rates for individual line segments and establishing structural category rating for line segments are also customizable features available through the TV Inspection software. Capturing the data within an access database makes it easy to incorporate and build a system wide management tool whose features are available through the NASSCO TV Inspection software. Ace Pipe Cleaning Ace Pipe Cleaning/Carylon Corporation Inc.1 -800- 565 -11 1 5 Page 5 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists also utilizes the latest version of ESRI's ArcView 10.0 to manage and track field pprogress. An optional deliverable for map corrections and progress data can be exported via a "shape" file for the Engineer's use and cross reference and billing reference. Pipe Cleaning Large Diameter Pipe Cleaning (24 +) is traditionally cleaned utilizing the use of Bucket Machines or High Volume -High Pressure Jet- Vac's. The determining factor for the use of either is typically the access (remote, creek, easements etc.) amount of debris, and integrity of the host pipe. The advantage of the utilization of the Bucket Machines is their inherent ability to move tremendous amounts of debris in difficult locations without the use of water and their ability to do so utilizing a very small access point and footprint. Bucket Machines can be utilized hundreds of feet from the manhole and still be effective. The utilization of 120 -170 G.P.M Jet -Vac's gives APC the ability to be portable and setup and tear down in a very short time frame. APC's fleet of High Volume Jet -Vac's are setup with 27" blowers which gives the operator a tremendous amount of vacuum. Ace Pipe Cleaning and our network of companies is nationally and internationally recognized and recommended as a leader in the cleaning and evaluation of large diameter sewers. Equipment We will be utilizing the vast resources of Ace Pipe Cleaning and the Carylon Corporation. This list includes each companies custom -built Bucket Machines, Jet - Vac's and CCTV rigs. 90% of APC /Carylon Corporation equipment is built to order per our specifications. The Jet Vac's, Bucket Machines and TV vans will be assisted by an assortment of support vehicles necessary for the transportation of tools, flasher boards, cones, confined space gear and safety supplies. Additional equipment may include: • Easement Reels, By -Pass Pumps, Pipe Plugs • Flashing arrow boards, safety cones, barricades, signs and flag men • Assortment of Chain Knockers, Nozzles, Milling Cutters, Tap Cutters, Root Cutters, Swabs, Band Cutters, Balls, Kites and assorted tools for daily pipe cleaning activities. Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 6 Ace Pipe Cleaning/Carylon Corporation Ace Pipe cleaning /Carylon Corporation Inc The Environmental Protection Specialists NATIONAL EQUIPMENT SCHEDULE The Environmental Protection Specialists Jetter Vacuum Combination Pipeline Cleaning Units 146 5,000 to 7,500 CFM, 80 -340 GPM Units with 8" suction inlets .8 to 16 yard capacity. Jetter Pipeline Cleaning Units 82 80 GPM at 2,000 psi Television Pipeline Inspection Units 116 Capable of internal inspection of 4" diameter and larger pipes. Television Inspection & Grouting Units 20 Capable of internally sealing pipe joints in 6" diameter and lager pipes. Television Inspection & Sonar Units 7 Capable of inspecting pipe from 12 -108" diameter and lager pipes. The capacity of cable ranges from 2000' to 5000' in a single shot Rodding Units 11 Truck- Mounted Rodders 20 Trailer- Mounted Rodders Bucket Machines 12 2- Cylinder Winches 26 4- Cylinder Winches Wet/Dry Vacuum Loaders 144 4,500 cfm to 7,500 cfm units with 8" to 10" suction inlets and 16 to 20 yards capacity. D.O.T.Vacuum Tankers 84 1,600 to 8,000 gallon Tank Wagon Trailers with Product Pumps. CARYLON IS OPERATING 345 CREWS DAILY IN 44 STATES UTILIZING OVER $110,000,000.00 WORTH OF COMPANY OWNED EQUIPMENT. The Carylon Corporation is the largest private owner of digital CCTV Trucks and Combination Jet-Vac's in the world. Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 7 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Jetter Vacuum "Jumbo" Combination Pipeline Cleaning Units 22- Clean Earth Units with up to 7500 CFM blowers, 12 -16 yard capacity with pumps capable of producing up to 2,500 psi, flows of 170 G.P.M and 120 G.P.M Clean Earth, "Jumbo" Jet Vac, capable of producing 170 G.P.M with a 27" blower (vacuum) 124 - Jetter Vacuum Combination Pipeline Cleaning units with 5000 -7,500 CFM Blowers capable of producing 80 -100 G.P.M. 4 -12 yard debris bodies. Up to 1100' of 1" hose Ace Pipe Cleaning/Carylon Corporation Inc.1 -800- 565 -1115 Page 8 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc. The Environmental Protection Specialists 2009 Vactor 90 G.P.M unit working in conjunction with a "Clam" truck to remove larger objects from this line collapse. Cleaning Nozzles- A wide variety of ENZ and K.E.G and custom built cleaning nozzles for pipe sizes 4" to 108" Ace Pipe Cleaning/Carylon Corporation Jet -Vac's are all fully stocked with a wide array of cleaning nozzles, this "bottom cleaner" is best suited for 15 "+ pipes. Note the prior debris line at mid pipe wall. Ace Pipe Cleaning/Carylon Corporation lnc.1- 800 -565 -1115 Page 9 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Clewung /Carylon Corporation Inc The Environmental Protection Specialists Jetter Pipeline Cleaning Units 82 80 GPM at 2,500 psi Television Pipeline Inspection Units 116 Fully equipped TV rigs capable of internal inspection of 4- 20'x20' pipe Ace Pipe Cleaning/Carylon Corporation Inc.1 -800- 565 -1115 Page 10 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Mid -Sized TV Van 7 Fully Equipped Off -Road CCTV rigs. Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 6 wheeled drive fully capable remote access TV rig with full MPEG capability and 2500 linear feet of cable. Page 11 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists 24 Pole Cameras Ace Pipe Cleaning/Carylon Corporation will utilize Pole Cameras to visually inspect random line segments. These images can be submitted digitally RedZone /Cleanflow FlyEye Laser /Sonar/HDCCTV System The I DProfiler system is the first inspection technique to give the full picture of your underground assets, from manhole to manhole. Combining laser and sonar profiling with a high resolution virtual pan and at camera provides both qualitative measurement data and 13D quality images of the internal condition of the pipeline. Utilizing the standard battery, the onboard computers of the HD profiler system is capable of 3 hour continuous inspections of lines of over a mile / 2kilometers long as the unit is only limited by the length of tether available, this inspection can be increased if necessary through the addition of extra battery units. Ace Pipe Cleaning /Carylon Corporation Inc.1 -800 -565 -1115 Page 12 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Advanced Multi Platform Techro ^pies Modular- [cri'Lca=ci cicta •_uk�ir= & s ; resl • No data cables fr c li tc • Up to 7500 1. Fin a Single Survey- — FlyEve Sub Float Submarine • Integrates seamlessly with the FlyEye Camera to provide the complete pipeline picture • Can inspect siphons up to 2 miles in length • The nature of the unit allows for complete 360 scanning Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 13 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists RedZone's Responder® is the only inspection system designed specifically for critical, large diameter pipe. It alone has the sensors, power, ruggedness, and long range necessary to maximize the amount of useful information collected during an inspection. • 8,000 ft. (2400 m) deployment capability • 650 lb. (300 kg) platform • Hydraulic tracks with 350 ft-lb (480 Nm) torque • Operation down to 150 ft. (45 m) submerged depths • Requires only 22.5 in. (572 mm) single access point • Integrated, expandable multi - sensor suite o Collects almost 800,000 measurements /minute o 3D laser o Sonar o H2S gas o Temperature o Incline o Digital CCTV Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 14 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Caryion Corporation Inc The Environmental Protection Specialists Bucket Machines 38 4- Cylinder Winches This Marooka all- terrain Bucket Machine is capable of reaching the toughest access issues while leaving a small footprint on the environment. This is equipped with 2,500 of cable. Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 - 565 -1115 Page 15 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Ace Pipe Cleaning/Carylon Corporation will utilize Pole Cameras to visually inspect line segments in the planning stages. 28 Clam Trucks- The custom built Clam track pictured is widely utilized on our current projects to remove large debris The custom built Clam trucks have been utilized nationwide for 15 years. They are designed to clean Catch Basins and Sanitary sewer debris. Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 16 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning / Carylon Corporation Inc The Environmental Protection Specialists Corpus Christi 2011 Sewer Program Business Plan Ace Pipe Cleaning/Carylon Corporation understands the immediate needs of a Municipality under constraints. We deal with cities /facilities in need nationally on a daily basis and have the resources to accelerate a program in need. NASSCO- "The National Association of Sewer Service Companies" Certifications and table below. The Carylon Corporation's ongoing CCTV training and continuing education program is a corporate commitment. The Carylon Corporation is a proud member and sponsor of NASSCO and our CCTV Operators are NASSCO certified. The ongoing commitment to CCTV training and retraining is conducted quarterly and annually. Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 17 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylan Corporation Inc The Environmental Protection Specialists Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 - 565 -1115 Page 18 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleanvig /Carylon Corporation Inc The Environmental Protection Specialists NASSCO CERTIFICATIONS- Partial Listing Jeff Moore- Ace Pipe Cleaning 40 -hour Hazwopper, PACP Oralio Bernal- Ace Pipe Cleaning 40 -hour Hazwopper, PACP, LACP John Moore -Ace Pipe Cleaning40 -hour Hazwopper, PACP, LACP Phillip Birkey- Ace Pipe Cleaning 40 -hour Hazwopper, PACP, LACP Rick Elam- Ace Pipe Cleaning 40 -hour Hazwopper, PACP, LACP Tim Osgood- Ace Pipe Cleaning 40 -hour Hazwopper, PACP, LACP Trevor Smith- Ace Pipe Cleaning 40 -hour Hazwopper, PACP, LACP Dale Jackson- Ace Pipe Cleaning 40 -hour Hazwopper, PACP, LACP Duane Seals- Ace Pipe Cleaning 40 -hour Hazwopper,PACP, LACP Eric Chavez- Ace Pipe Cleaning 40 -hour Hazwopper,PACP, LACP Ace Pipe Cleaning/Carylon Corporation. Inc.1 -800 -565 -1115 Page 19 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Proposed Contract Team Ace Pipe Cleaning teams will be managed by a single point of contact. APC will manage all aspects of the overall project from start to finish. Our teams will provide the Pipe Cleaning, HDCCTV /Sonar Inspection/Laser, CCTV Inspection. Ace Pipe Cleaning's Bruce Jameson will serve as senior PM and point of contact during the initial stages assisted by Mr. Bernal. As the project develops Mr. Bernal and Mr. Cameron will assume the full time daily responsibilities. Resumes Of Key Personnel Company: Ace Pipe Cleaning, Inc. Name: Bruce Jameson Start Date: November 28, 1995 Title: Regional Manager Proposed Senior Project Manager Mr. Jameson has been with Ace for nearly 17 years. He has completed projects from 1000 feet to over 2 million feet in size. Examples include; Dallas, Tulsa, Fort Worth, Austin, Denver, Nashville, and SAWS. The project time lines have ranged from 90 days for 400,000 feet to 3,000,000 feet annual renewal contracts. Mr. Jameson has completed nearly 37 million linear feet of cleaning and television inspection projects during his tenure. RedZone Robotics will be a subcontractor to Ace Pipe Cleaning for various sole source field work. Major Projects participated in for the last 2 years: • City of Fort Worth Interceptor Condition Assessment Program ICAP Five year program to Laser /Sonar /HDCCTV Profiling of Large Diameter Sanitary mains to inspect over 500,000 L.F. of 18 -96" Sanitary Sewer Mains . In 2011 APC completed over 188,000 L.F. of Profiling. Contract Amount $5,000,000 Contact: Mr. Darrell Gadberry 817 - 999 -7907 • San Antonio Water System 2006- Present Six multi -year contracts consisting of the maintenance and inspection of approximately 2,400,000 feet of 6 -72" sanitary sewer mainlines by means of high- pressure jet cleaning, bucket machines, television inspection G.P.S. and Sonar Inspection. The scope included over 400,000' in the EARZ (2010) Contract Amount: $2,500,000 est. Contact: SAWS - Mr. Dennis Laskowski P.E. -210- 233 -3682 3930 E. Houston St. San Antonio, TX 78220 • Nashville Metro Water 2010 Emergency Flood Response The Metro Water Flood related project (EP201ONF0044, EP201ONF0045) consists of the Emergency CCTV /Sonar Inspection and any cleaning of 973,165' linear feet of 6 -60" sanitary sewer mains. The project required a wide range of equipment and project strategies and is partially located in remote inaccessible areas. Ace Pipe Cleaning completed 579,730 linear feet of primarily large diameter remote access CCTV /Sonar Inspection of Interceptors in the lst 90 days. Owner: Nashville Metro Water Contact: Mr. Jim Paulis P.E. Phone Number: (615) 566-3836 Contract Amount: $4,617,688.50 Completion Date: Extended Ace Senior Project Manager REGISTRATION P.A.C.P Certification #U-208-4260, American Society of Civil Engineers, Texas Water Environment Federation, Texas Municipal League, W.E.F., NASSCO, Hazwopper Certification 2011 Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 20 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning/Carylon Corporation Inc The Environmental Protection Specialists Company: Ace Pipe Cleaning, Inc. Name: Russell Brown Start Date: July 2001 Title: Operations Manager Proposed Project Manager Mr. Brown has been with Ace for 8 years. He has completed projects from 1000 feet to over 8 million feet in size. Examples include; Dallas, Tulsa, Fort Worth, Austin, Denver, Westminster, CO., Northglenn, CO. and San Antonio. The project time lines have ranged from 90 days for 400,000 feet to 3,000,000 feet annual renewal contracts. Mr. Brown has completed over 18 million linear feet of cleaning and television inspection projects during his tenure. Major Projects participated in for the Last 2 years: • City of Fort Worth Interceptor Condition Assessment Program ICAP Five year program to Laser /Sonar/HDCCTV Profiling of Large Diameter Sanitary mains to inspect over 500,000 L.F. of 18 -96" Sanitary Sewer Mains . In 2011 APC completed over 188,000 L.F. of Profiling. Contract Amount $5,000,000 Contact: Mr. Darrell Gadberry 817- 999 -7907 • San Antonio Water System 2006- Present Six multi -year contracts consisting of the maintenance and inspection of approximately 2,400,000 feet of 6-72" sanitary sewer mainlines by means of high- pressure jet cleaning, bucket machines, television inspection G.P.S. and Sonar Inspection. The scope included over 400,000' in the EARZ (2010) Contract Amount: $2,500,000 est. Contact: SAWS - Mr. Dennis Laskowski P.E. -210- 233 -3682 3930 E. Houston St. San Antonio, TX 78220 • Nashville Metro Water 2010 Emergency Flood Response The Metro Water Flood related project (EP201ONF0044, EP201ONF0045) consists of the Emergency CCTV /Sonar Inspection and any cleaning of 973165' linear feet of 6 -60" sanitary sewer mains. The project required a wide range of equipment and project strategies and is partially located in remote inaccessible areas. Ace Pipe Cleaning completed 579,730 linear feet of primarily large diameter remote access CCTV /Sonar Inspection of Interceptors in the 1.5t 90 days. Owner: Nashville Metro Water Contact: Mr. Jim Paulis P.E. Phone Number: (615) 566-3836 Contract Amount: $4,617,688.50 Completion Date: Extended Ace Senior Project Manager Confined Space Entry and Rescue, OSHA Construction Standards, Hazardous Waste Operator 2012, PACP Certification #U -002 -014 Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 21 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Company: Ace Pipe Cleaning, Inc. Name: Oralio Bernal Start Date: October 2003 Title: Project Asst. Superintendent Onsite Superintendent Mr. Bernal has been with Ace for 8 years. He has completed projects from 1000 feet to over 2 trillion feet in size. Examples include; Dallas, Fort Worth, Austin, Denver, Westminster, CO., Northglenn, CO. Lubbock, Nashville, and SAWS. The project time lines have ranged from 90 days for 400,000 feet to 3,000,000 feet annual renewal contracts. Mr. Bernal has completed over 16 million linear feet of cleaning and television inspection projects during his tenure. Major Projects: City of Fort Worth "Interceptor Condition Assessment Program- ICAP" The ICAP program is targeted to inspect all Large Diameter Sanitary Sewer mains utilizing HD -CCTV, Sonar Inspection, and Laser Inspection and clean only the mains that restrict the capacity of those inspected mains. To date APC has performed 189,716 L.F. • Trinity River Authority -1998 to present Various projects including Emergency Response, routine CCTV Inspection, SSES CCTV participation, Contract Maintenance, Manhole Coatings and Digester Cleaning. Owner: Trinity River Authority Contact: Mr. Bill Cyress, Mr. Craig Crowder 6500 W. Singleton Blvd. Dallas, TX 75212 Role: Senior Project Manager - Daily oversight of production, periodic site visits, client/Engineer interaction, monitoring issues and attending meetings. • City Of Dallas TX- 2002 -2008 The City Of Dallas Projects consisted of approximately 8,100,000 linear feet. The project consists of cleaning and television inspection (including downtown Dallas) of 6 -72" Sanitary Sewer mains. Owner: Dallas Water Utilities Contact: Johnny Patton- DWU (972) 670 -8042 Role: Senior Project Manager - Daily oversight of production, periodic site visits, client/Engineer interaction, monitoring issues and attending progress meetings • San Antonio Water System, San Antonio, Texas -2006 to present 2800 U.S. Hwy 281 North San Antonio, TX 78298 Ace Pipe Cleaning has performed various projects including the EARZ 2011, approximately 2 million feet of Large and Small Diameter Cleaning and Inspection including 4,600 Manhole Inspections and 8,000 Sub - centimeter C3.P. S surveys. Owner: SAWS Contact: Dennis Laskowski 210 - 233 -3682. Dennis.Laskowski@saws.org Role: Project Manager Certifications: Confined Space Entry and Rescue, OSHA Construction Standards 2011, Hazardous Waste Operator 2011, P.A.C.P/M.A.C.P Certification #U -208 -6342. Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 22 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Company: Ace Pipe Cleaning, Inc. Name: Christopher Cameron Start Date: November 2009 Title: Asst. Project Superintendent/G.I.S. Management Experience 2010 - Current Ace Pipe Cleaning San Antonio, TX Full -Time- Project Superintendent/ G.I.S. Manager • Project management for contracts lasting anywhere from one day up to a year; Current projects completed approx. 846,772 LF TV'd and 1,875,924 LF cleaned • 150,000 lfof >15in mains inspected using mechanical cleaning equipment such as Jetter Combo Unit, Bucket Machines, or a combination thereof as well as the televising and/or sonar, laser, HDTV profiler for pre and post main inspections (see tab 6 for full equipment listing) The use of mechanical/chemical equipment for the removal of roots and/or grease in sewer mains The dewatering, cleaning, and televising of siphons Traffic Control Plans and for safe lane closers if need; Obtain proper permits and contact required personnel if needed (TxDot, City Authorities, ect) • For the past two year the use of Arc 10 GIS to help track daily activity and maintain project schedules for timely completion as well as turning in any deviations to inspected mains to be placed into ArcGis Geodatabase • Asses new projects to coordinate information with main office Maintain previous duties for SAWS and satellite offices: data entry, CCTV QC, and RFI's • TV software used: ITPipes, Granite XP, PipeTech, WinCanv7, 3 -inl (HDCCTV /Sonar /Laser) Profiler from Cleanflow; Over 1 mil LF of TV data verified • NASSCO Certified 2009- Current Ace Pipe Cleaning San Antonio, TX Full -Time- Database and Data Tech ❑ Correctly enter data collected by field crew into Hansen for contract billing and tracking (SAWS) and for other non - Hansen clients ❑ Entered over 1.8 Mil feet worth of tracking data into a personal database to insure contract completion ❑ Work closely with SAWS Engineer for map corrections, new manholes, and line segments that do not exist to update their maps and with other client personnel Owner: SAWS Contact: Dennis Laskowski 210- 233 -3682. Dennis.Laskowski ®saws.org Role: Project Manager Education 22007 — 2009 Austin Community College Austin, TX ❑ Obtained Associates of Science Degree in Computer Science. ❑ Experience in Programming with Fortran, C+ +, Java, Visual Basic, and some Assembly Language. ❑ Certifications: NASSCO Certification/PACP; Confined Space Entry, HAZWOPPER; Ace Pipe Cleaning/Carylon Corporation lnc.1- 800 -565 -1115 Page 23 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Coulon Corporation Ina The Environmental Protection Specialists REDZONE Deployment Manager Nick Proksell RedZone Crew Deployment Manager Years experience: With This Firm 8 With Other Firms 15 Education and Specialization PACP NASSCO Member OSHA Confined Spaced Certification SCBA Certification Experience and Qualifications relevant to the proposed project: Allegheny County, PA; May -04 to Current Inspection of Deep Tunnel Sewer System of over 75,000 LF of pipes ranging in sizes from 36" to 126" Westchester, Yonkers NY; August -06 Inspection of 3000 LF of 36" thru 156" sewers City of Richmond, CA; September -06 Inspection of 9,000 LF of 36" thru 60" using CCTV, Sonar, Laser, and Gas sensors City of San Jose, CA; September -06 Inspection of over 3,000 LF of 36 "-48" sewers City of San Jose, CA; October -06 Inspection of 20,000 LF of 60" thru 72" Concrete sewers - CCTV, Sonar City of Palo Alto, CA; November -06 Inspection of 10,000 LF of 60" thru 72" sewers -CCTV, Sonar East Bay Municipal Dist., CA; November -06 Inspection of 3,100 LF of 105" sewer using CCTV, Sonar, Laser, and Gas sensors Monmouth Beach, NJ; November -06 Inspection of 2,300 LF of48" river crossing fully submerged using CCTV & Sonar sensors Pittsburgh Water & Sewer Auth., PA; December -06 Inspection of 3,600 LF of 48 "thur 66" sewers using CCTV, Sonar, Laser, and Gas sensors City of Los Angeles, CA; January -07 Inspection of 3,000 LF of semi - elliptical 60" sewers using CCTV, Sonar, Laser, and Gas sensors City of Marina Del Rey, CA; January-07 Inspection of three 84 -inch outfall sewers using CCTV, Sonar City of Portland, OR; January -07 Inspection of 2,600 LF of 60" horseshoe sewer using CCTV, Sonar, Laser and Gas sensors King County, WA; February -07 Inspection of 2,000 LF of 36" river siphon using CCTV, Sonar City of Dallas, TX; February-07 Inspection of 3,600 LF of48 "thur 66" sewers using CCTV, Sonar, Laser and Gas sensors Pittsburgh Water & Sewer Auth., PA; February-07 Inspection of 1,500 LF of 108" brick sewers using CCTV, Sonar, Laser and Gas sensors City of Cedar Rapids, IA; March -07 Inspection of 11,000 LF of 96" sewers using CCTV, Sonar, Laser and Gas sensors Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 24 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Nick Proksell, page 2 City of Alexandria, VA; March -07 Inspection of 1500 LF of43 "x 60" box culvert sewers using CCTV, Sonar, Laser and Gas sensors City of Atlanta, GA; April -07 Inspection of 17,000 LF of 48 "tour 96" sewers using CCTV, Sonar Laser and Gas sensors City of Raleigh, NC; April -07 Inspection of 3,500 LF of 36 "thur 48" triple barrel siphon sewer using CCTV and Sonar City of Los Angeles, CA; May -07 Inspection of 5,000 LF of 60 "thur 72" COS & MAZE sewer using CCTV, Sonar. 3D Laser, H2S and 3D Modeling City of Spokane, WA; May -07 Inspection of 3,000 LF of 36 "thur 48" various sewer sections using CCTV, Sonar. 3D Laser, and H2S sensors City of Cambridge, ONT; May -07 Inspection of 15,000 LF of 36 "thur 42" triple interceptor sewers using CCTV and Sonar City of Springfield, MA; June -07 Inspection of 17,000 LF of 36" through 42" interceptor sewer using CCTV and Sonar City of Boston, MA; July -07 Inspection of 20,000 LF of 36 "thur 78" sewers in various basins using CCTV and Sonar City of Charlotte, NC; September -07 Inspection of 25,000 LF of 48 "thur 96" sewers in various basins using CCTV / Sonar / Laser / Gas - Sugar Creek Basin Bergen County, NJ; November -07 Inspection of 40,000 LF of 36 "thur 96" sewers in various basins using CCTV /Sonar / Laser / Gas City of Aurora, CO; October -07 Inspection of 5,000 LF of 96 "thur 102" culver sewer in CMP pipe using CCTV /Sonar / Laser / Gas City of Spokane, WA; November -07 Inspection of 25,000 LF of 36 "thur 96" sewers in various basins using CCTV /Sonar / Laser / Gas City of Las Vegas, NV; January-08 Inspection of 135,000 LF of 30" thru 72" in various areas of Las Vegas using CCTV /Sonar/H2S Gas/Laser City of Spokane, WA; May -08 Inspection of 10,765 LF of 30" thru 72" in various areas of Spokane using CCTV /Sonar/H2S Gas/Laser City of Richmond, VA; September -08 Inspection of 25,000 LF of 36" thru 72" deep water terminal in the Goodes Creek area interceptor using CCTV /Sonar /H2S Gas/ Laser City of Houston, TX; June -08 Inspection of 71,500 LF of 36" thru 120" of pipeline assessment using CCTV /Sonar/H2S Gas / Laser Bergen County, NJ; June -08 Inspection of 40,000 LF of 36" thru 120" for condition assessment using CCTV /Sonar/H2S Gas/ Laser Allegheny County, PA; May -08 Inspection of 65,000 LF of 30" thru 60" of Chartiers Creek using CCTV /Sonar /H2S Gas/Laser City of Baltimore, MD; June -08 Inspection of 3,422 LF of 36" Force Main using CCTV /Sonar/H2S Gas/ Laser Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 25 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Catylon Corporation Inc The Environmental Protection Specialists 2.3 On -Site Superintendent Company: Ace Pipe Cleaning, Inc. Name: Oralio Bernal Start Date: October 2003 Title: Project Asst. Superintendent Onsite Superintendent Mr. Bernal has been with Ace for 8 years. He has completed projects from 1000 feet to over 2 million feet in size. Examples include; Dallas, Fort Worth, Austin, Denver, Westminster, CO., Northglenn, CO. Lubbock, Nashville, and San Antonio. The project time lines have ranged from 90 days for 400,000 feet to 3,000,000 feet annual renewal contracts. Mr. Brown has completed over 25 million linear feet of cleaning and television inspection projects during his tenure. Major Projects: City of Fort Worth "Interceptor Condition Assessment Program- ICAP" The ICAP program is targeted to inspect all Large Diameter Sanitary Sewer mains utilizing HD -CCTV, Sonar Inspection, and Laser Inspection and clean only the mains that restrict the capacity of those inspected mains. To. date APC has "Profiled" 189,7I6 L.F and cleaned over 51,000 L.F of Large Mains. • Nashville Metro Water 2010 Emergency Flood Response The Metro Water Flood related project (EP201 ONF0044, EP201 ONF0045) consists of the Emergency CCTV /Sonar Inspection and any cleaning of 973,165' linear feet of 6-60" sanitary sewer mains. The project required a wide range of equipment and project strategies and is partially located in remote inaccessible areas. Ace Pipe Cleaning completed 579,730 linear feet of primarily large diameter remote access CCTV /Sonar Inspection of Interceptors in the 1st 90 days. • Owner. Nashville Metro Water Contact: Mr. Jim Paulis P.E. Phone Number: (615) 566 -3836 Contract Amount: $4,617,688.50 Completion Date: Extended Ace Senior Project Manager • City Of Dallas TX- 2002 -2008 The City Of Dallas Projects consisted of approximately 8,100,000 linear feet. The project consists of cleaning and television inspection (including downtown Dallas) of 6 -72" Sanitary Sewer mains. Owner: Dallas Water Utilities Contact: Johnny Patton- DWU (972) 670 -8042 Role: Senior Project Manager- Daily oversight of production, periodic site visits, client/Engineer interaction, monitoring issues and attending progress meetings • San Antonio Water System, San Antonio, Texas -2006 to present 2800 U.S. Hwy 281 North San Antonio, TX 78298 Ace Pipe Cleaning has performed various projects including the EARZ 2011, approximately 2 million feet of Large and Small Diameter Cleaning and Inspection including 4,600 Manhole Inspections and 8,000 Sub - centimeter G.P.S surveys. Owner: SAWS Contact: Dennis Laskowski 210 - 233 -3682. Dennis.Laskowski @ saws.org Role: Project Manager Certifications: Confined Space Entry and Rescue, OSHA Construction Standards 2011, Hazardous Waste Operator 2011, P.A.C.P/M.A.C.P Certification #U- 208 -6342. Mr. Bernal has assisted crews from Laredo to Nashville and has performed cleaning and Inspection in some of the most difficult circumstances. His assistance in the Nashville Flood of 2009 and Hurricane Katrina presented serious Sand and Debris migration. Listed below is our project approach for the Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 26 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists minimization of Sand Migration. Mr. Bernal has "bucketed" over 1 million feet of Storm and Sanitary Sewer during his tenure. Resumes of Key Personnel Company. Ace Pipe Cleaning, Inc. Name: Bruce Jameson Start Date: November 28, 1995 Title: Regional Manager Proposed Senior Project Manager Mr. Jameson has been with Ace for nearly 17 years. He has completed projects from 1000 feet to over 2 million feet in size. Examples include; Dallas, Tulsa, Fort Worth, Austin, Denver, Nashville, and SAWS. The project time lines have ranged from 90 days for 400,000 feet to 3,000,000 feet annual renewal contracts. Mr. Jameson has completed nearly 37 million linear feet of cleaning and television inspection projects during his tenure. Major Projects participated in for the last 2 years: • City of Fort Worth Interceptor Condition Assessment Program ICAP Five year program to Laser /Sonar/HDCCTV Profiling of Large Diameter Sanitary mains to inspect over 500,000 L.F. of 18 -96" Sanitary Sewer Mains . In 2011 APC completed over 188,000 L.F. of Profiling. Contract Amount $5,000,000 Contact: Mr. Darrell Gadberry 817 - 999 -7907 • San Antonio Water System 2006 - Present Six multi -year contracts consisting of the maintenance and inspection of approximately 2,400,000 feet of 6 -72" sanitary sewer mainlines by means of high- pressure jet cleaning, bucket machines, television inspection G.P.S. and Sonar Inspection. The scope included over 400,000' in the EARZ (2010) Contract Amount: $2,500,000 est. Contact: SAWS - Mr. Dennis Laskowski P.E. - 210 - 233 -3682 3930 E. Houston St. San Antonio, TX 78220 • Nashville Metro Water 2010 Emergency Flood Response The Metro Water Flood related project (EP201ONF0044, EP2010NF0045) consists of the Emergency CCTV /Sonar Inspection and any cleaning of 973,165' linear feet of 6 -60" sanitary sewer mains. The project required a wide range of equipment and project strategies and is partially located in remote inaccessible areas. Ace Pipe Cleaning completed 579,730 linear feet of primarily large diameter remote access CCTV /Sonar Inspection of Interceptors in the 1st 90 days. Owner: Nashville Metro Water Contact: Mr. Jim Paulis P.E. Phone Number: (615) 566 -3836 Contract Amount: $4,617,688.50 Completion Date: Extended Ace Senior Project Manager REGISTRATION P.A.C.P Certification #U-208-4260, American Society of Civil Engineers, Texas Water Environment Federation, Texas Municipal League, W.E.F., NASSCO, Hazwopper Certification 2011, Water Environment Federation, Confined Space Entry and Rescue, OSHA Construction Standards 2011, Hazardous Waste Operator 2011 Ace Pipe Cleaning/Carylon Corporation Ync.1- 800 - 565 -1115 Page 27 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Qeaning /Carylon Corporation Inc The Environmental Protection Specialists Company: Ace Pipe Cleaning, Inc. Name: Russell Brown Start Date: July 2001 Title: Operations Manager Proposed Project Manager Mr. Brown has been with Ace for 8 years and a former field employee of the City Of Grand Prairie Operation and Maintenance. He has completed projects from 1000 feet to over 2 million feet in size. Examples include; Dallas, Tulsa, Fort Worth, Austin, Denver, Westminster, CO., Northglenn, CO. and San Antonio. The project time lines have ranged from 90 days for 400,000 feet to 3,000,000 feet annual renewal contracts. Mr. Brown has completed over 12 million linear feet of cleaning and television inspection projects during his tenure. Major Projects participated in for the last 2 nears: • City of Fort Worth Interceptor Condition Assessment Program ICAP Five year program to Laser /Sonar/HDCCTV Profiling of Large Diameter Sanitary mains to inspect over 500,000 L.F. of 18 -96" Sanitary Sewer Mains . In 2011 APC completed over 188,000 L.F. of Profiling. Contract Amount $5,000,000 Contact: Mr. Darrell Gadberry 817- 999 -7907 • San Antonio Water System 2006- Present Six multi -year contracts consisting of the maintenance and inspection of approximately 2,400,000 feet of 6 -72" sanitary sewer mainlines by means of high- pressure jet cleaning, bucket machines, television inspection G.P.S. and Sonar Inspection. The scope included over 400,000' in the EARZ (2010) Contract Amount: $2,500,000 est. Contact: SAWS - Mr. Dennis Laskowski P.E. -210- 233 -3682 3930 E. Houston St. San Antonio, TX 78220 • Nashville Metro Water 2010 Emergency Flood Response The Metro Water Flood related project (EP201 ONF0044, EP201 ONF0045) consists of the Emergency CCTV /Sonar Inspection and any cleaning of 973165' linear feet of 6 -60" sanitary sewer mains. The project required a wide range of equipment and project strategies and is partially located in remote inaccessible areas. Ace Pipe Cleaning completed 579,730 linear feet of primarily large diameter remote access CCTV /Sonar Inspection of Interceptors in the 1' 90 days. Owner: Nashville Metro Water Contact: Mr. Jim Paulis P.E. Phone Number: (615) 566-3836 Contract Amount: $4,617,688.50 Completion Date: Extended Ace Senior Project Manager Confined Space Entry and Rescue, OSHA Construction Standards, Hazardous Waste Operator 2012, PACP Certification #U- 002 -014 Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 28 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Curylon Corporation Inc The Environmental Protection Specialists Company: Ace Pipe Cleaning, Inc. Name: Christopher Cameron Start Date: November 2009 Title: Asst. Project SuperintendentlG.I.S. Management Experience 2010 - Current Ace Pipe Cleaning San Antonio, TX Full -Time- Project Superintendent/ G.LS. Manager • Project management for contracts lasting anywhere from one day up to a year; Current projects completed approx. 846,772 LF TV'd and 1,875,924 LF cleaned • 150,000 if of >15in mains inspected using mechanical cleaning equipment such as Jetter Combo Unit, Bucket Machines, or a combination thereof as well as the televising and/or sonar, laser, HDTV profiler for pre and post main inspections (see tab 6 for full equipment listing) • The use of mechanical/chemical equipment for the removal of roots and/or grease in sewer mains • The dewatering, cleaning, and televising of siphons • Traffic Control Plans and for safe lane closers if need; Obtain proper permits and contact required personnel if needed (TxDot, City Authorities, ect) • For the past two year the use of Arci0 GIS to help track daily activity and maintain project schedules for timely completion as well as turning in any deviations to inspected mains to be placed into ArcGis Geodatabase • Asses new projects to coordinate information with main office • Maintain previous duties for SAWS and satellite offices: data entry, CCTV QC, and RFI's • TV software used: ITPipes, Granite XP, PipeTech, WinCanv7, 3 -inl (HDCCTV /Sonar/Laser) Profiler from Cleanflow; Over 1 mil LF of TV data verified • NASSCO Certified 2009- Current Ace Pipe Cleaning San Antonio, TX Full -Time- Database and Data Tech ❑ Correctly enter data collected by field crew into Hansen for contract billing and tracking (SAWS) and for other non - Hansen clients ❑ Entered over 1.8 Mil feet worth of tracking data into a personal database to insure contract completion ❑ Work closely with SAWS Engineer for map corrections, new manholes, and line segments that do not exist to update their maps and with other client personnel Owner: SAWS Contact: Dennis Laskowski 210 - 233 -3682. Dennis.Laskowski @saws.org Role: Project Manager Education 2007 — 2009 Austin Community College Austin, TX ❑ Obtained Associates of Science Degree in Computer Science. ❑ Experience in Programming with Fortran, C + +, Java, Visual Basic, and some Assembly Language. ❑ Certifications: NASSCO Certification/PACP; Confined Space Entry; HAZWOPPER 2012 Ace Pipe Cleaning/Carylon Corporation Inc.1 -800- 565 -1115 Page 29 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Pipe Cleaning Large Diameter Pipe Cleaning (24 +) is traditionally cleaned utilizing the use of Bucket Machines or High Volume -High Pressure Jet - Vac's. The determining factor for the use of either is typically the access (remote, creek, easements etc.) amount of debris, and integrity of the host pipe. The advantage of the utilization of the Bucket Machines is their inherent ability to move tremendous amounts of debris in difficult locations without the use of water and their ability to do so utilizing a very small access point and footprint. Bucket Machines can be utilized hundreds of feet from the manhole and still be effective. The utilization of 120 -170 G.P.M Jet -Vac's gives APC the ability to be portable and setup and tear clown in a very short time frame. APC's fleet of High Volume Jet -Vac's are setup with 27" blowers which gives the operator a tremendous amount of vacuum. Ace Pipe Cleaning and our network of companies is nationally and internationally recognized and recommended as a leader in the cleaning and evaluation of large diameter sewers. Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 30 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc. The Environmental Protection Specialists 2.5.1 Company: Ace Pipe Cleaning, Inc. Name: Christopher Cameron Start Date: November 2009 Title: Asst. Project Superintendent/G.I.S. Management Experience 2010 - Current Ace Pipe Cleaning San Antonio, TX Full -Time- Project Superintendent/ G.I.S. Manager • Project management for contracts lasting anywhere from one day up to a year; Current projects completed approx. 846,772 LF TV'd and 1,875,924 LF cleaned • 150,000 if of >15in mains inspected using mechanical cleaning equipment such as Jetter Combo Unit, Bucket Machines, or a combination thereof as well as the televising and/or sonar, laser, HDTV profiler for pre and post main inspections (see tab 6 for full equipment listing) • The use of mechanical/chemical equipment for the removal of roots and/or grease in sewer mains • The dewatering, cleaning, and televising of siphons • Traffic Control Plans and for safe lane closers if need; Obtain proper permits and contact required personnel if needed (TxDot, City Authorities, ect) • For the past two year the use of Arc 10 GIS to help track daily activity and maintain project schedules for timely completion as well as turning in any deviations to inspected mains to be placed into ArcGis Geodatabase • Asses new projects to coordinate information with main office • Maintain previous duties for SAWS and satellite offices: data entry, CCTV QC, and RFI's • TV software used: ITPipes, Granite XP, PipeTech, WinCanv7, 3 -in 1 (HDCCTV /Sonar/Laser) Profiler from Cleanflow; Over 1 mil LF of TV data verified • NASSCO Certified 2009- Current Ace Pipe Cleaning San Antonio, TX Full -Time- Database and Data Tech ❑ Correctly enter data collected by field crew into Hansen for contract billing and tracking (SAWS) and for other non - Hansen clients ❑ Entered over 1.8 Mil feet worth of tracking data into a personal database to insure contract completion ❑ Work closely with SAWS Engineer for map corrections, new manholes, and line segments that do not exist to update their maps and with other client personnel Owner: SAWS Contact: Dennis Laskowski 210- 233 -3682. Denuis.Laskowski @saws.org Role: Project Manager Education 22007 — 2009 Austin Community College Austin, TX ❑ Obtained Associates of Science Degree in Computer Science. ❑ Experience in Programming with Fortran, C++, Java, Visual Basic, and some Assembly Language. ❑ Certifications: NASSCO Certification/PACP; Confined Space Entry; HAZWOPPER; Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 - 565 -1115 Page 31 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists 2.6 List of Equipment CODE YEAR Clam Trucks C46 2009 C47 2009 Jeffers H -171 2004 Jet -Vacs SJC -265 2009 JC151 2002 JC159 2003 JC168 2003 JC -221 2006 JC-229 2006 Jumbo Jet -Vacs JJC149 JJC -214 JJC280 P -101 P -109 P -113 P120 P121 P -114 2007 2005 2010 2004 2006 2007 2008 2008 2007 TV Equipment TV105 2002 TV77 2001 TV89 2002 TV129 TV188 2011 TV196 2012 MAKE INTERNA INTERNA GMC STERLING VOLVO VOLVO VOLVO INTERNA INTERNA VOLVO INTERNA AUTOCAR CHEV CHEV CHEV CHEV CHEV CHEV CHEVY CHEV CHEV POLARIS MERCEDES International TYPE CLAM TRUCK CLAM TRUCK JETTER VACTOR CLEAN EARTH CLEAN EARTH CLEAN EARTH VACTOR VACTOR CLEAN EARTH CLEAN EARTH SUPERVAC PICKUP PICKUP COLORADO P/U PICKUP PICKUP COLORADO P/U BOX VAN BOX VAN BOX VAN SPRINTER BOX VAN Laser Profiling /HDCCTV /Sonar Combination Unit capable of "Profiling" FLY1 2009 FLYEYE/RedZone Float System Purpose of Unit in Corpus Debris removal from structures Debris removal from structures Thread lines for Bucket Machines Smaller Diameter Pipe Cleaning, Smaller Vactor Medium Diameter Pipe Cleaning Medium Diameter Pipe Cleaning Medium Diameter Pipe Cleaning Medium Diameter Pipe Cleaning Medium Diameter Pipe Cleaning 170 GPM Large Diameter Pipe Cleaning 120 GPM Large Diameter Pipe Cleaning 120 GPM Large Diameter Pipe Cleaning Support Vehicle Support Vehide Support Vehicle Support Vehicle Support Vehicle Support Vehicle CCTV Inspection CCTV Inspection CCTV Inspection CCTV Inspection CCTV Inspection/Laser Inspection CCTV Inspection with Lateral Launcher Camera/ a Pipe's Ovality, Debris, Loss HDCCTV /Laser /Sonar Profiler Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 32 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists SUB2 2010 FLYEYE /RedZone Sonarl2 2007 Marine Electronics Bucket Machines Sub Float Sonar Profiling Conventional Sonar Inspections Sonar Profiling Sonar Inspections Capable of reaching the toughest access issues while leaving a small footprint on the environment and can tremendous amount of debris without water usage. This is equipped with 2,500" of cable. B41 B42 B47 B51 B52 B43 B54 DB1 DB2 move a Custom Build Limits Sand migration issues during Pipe Cleaning Custom Build Custom Build Custom Build Custom Build Custom Build Custom Build Custom Build Custom Build Limits Sand migration Limits Sand migration Limits Sand migration Limits Sand migration Limits Sand migration Limits Sand migration issues during Pipe Cleaning issues during Pipe Cleaning issues during Pipe Cleaning issues during Pipe Cleaning issues during Pipe Cleaning issues during Pipe Cleaning Limits Sand migration issues during Pipe Cleaning Limits Sand migration issues during Pipe Cleaning Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 - 565 -1115 Page 33 Ace Pipe Cleaning/Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists 2.7 2012 Current and Future Workload Company: Ace Pipe Cleaning, Inc. Work Plan- Corpus Christi 2012 Ace Pipe Cleaning mobilizes 42 crews on a daily basis in 5 states. Of the 42 crews 8+ crews can be utilized on the Corpus Christi Project. If additional resources are necessary our sister company Specialized Maintenance - Houston and Video Pipe Services -Baton Rouge can deploy resources. Our ability to deploy the resources necessary to fulfill the obligation of this project is easily obtainable. As addressed in our SOQ up to 18 crews from 4 of the Carylon Corporation Companies were mobilized to MSD St. Louis to facilitate the cleaning of over 11,000,000 L.F. in 16 months. Also stated in our SOQ is our "National" presence of 345 crews operating in 45 states. It is not uncommon to assist other divisions as workloads shift from various parts of the United States or even South America. Collaboration between the Carylon Corporation is a daily occurrence. APC currently owns and operates 14 Bucket machines with 12 in a resource "pool" if needed. Our 2012 workload is stable but by no means "full ". APC/RedZone can easily deploy 2 Inspection crews and if needed 2 CCTV /Laser crews. APC can deploy 2 Large Diameter Bucket Machine Cleaning Crews from our Fort Worth location with additional resources located in our Kansas City Corporate office. If Corpus Christi accelerates the schedule resources will be shifted within a week from the mentioned locations to assist in the scheduling benchmarks. Initial Equipment/Resources planned to support this plan: • 4 Bucket Machines with 4 Technicians • 2 Inspection Crews with the specified technology- APCIRedZone • One Full Time Supervisor Major Projects remaining in 2012: • City Of Lubbock Video Inspection of Storm Sewers - Phase 1 Scope: The phase 4 of the "Video Inspection of Storm Sewers" project. The scope consists of 51,000 linear feet of 6 -60" Storm Sewer. Number of crews: The project requires 2 Technicians and a standard CCTV Rig. 1625 13th Street Lubbock, Texas 79401 Time to complete: 2 weeks • San Antonio Water System, San Antonio, Texas "2012 Large Diameter Sewer Cleaning and Inspection" Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 34 �= Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Carylon Corporation Inc The Environmental Protection Specialists Scope: The scope (undefined) consists of $600,000.00 of Sonar Inspection and Sanitary Sewer Cleaning for 2012. Number of crews: The project requires 2 Technicians and a Sonar Unit, a standard CCTV Rig and two Cleaning Crews Time to complete: 6 months • Nashville Metro Council of Governments Scope: The remaining 2012 scope includes the Inspection and Cleaning of $1,800,000 of undefined work. Number of crews: The project requires 6 Technicians and a 3 standard CCTV Rigs and two Cleaning Crews. Time to complete: 7 months • City of Fort Worth Interceptor Condition Assessment Program Scope: The scope (undefined) consists of $485,000.00 of Laser /Sonar Inspection /HDCCTV Inspection and limited cleaning.. Number of crews: The project requires 5 Technicians and a Sonar Unit, a standard CCTV Rig and one Cleaning Crew. Time to complete: 6 months CARYLON CORPORATION NATIONAL EQUIPMENT SCHEDULE The Environmental Protection Specialists Jetter Vacuum Combination Pipeline Cleaning Units 146 5,000 to 7,500 CFM Units, 80 -340 GPM with 8" suction inlets - 8 to 16 yard capacity. Jetter Pipeline Cleaning Units 82 80 GPM at 2,000 psi Television Pipeline Inspection Units 116 Capable of internal inspection of 4" diameter and larger pipes. Television Inspection & Grouting Units 20 Capable of internally sealing pipe joints in 6" diameter and lager pipes. Television Inspection & Sonar Units Ace Pipe Cleaning/Carylon Corporation Inc.1- 800 -565 -1115 Page 35 Ace Pipe Cleaning /Carylon Corporation Ace Pipe Cleaning /Catylon Corporation Inc The Environmental Protection Specialists 7 Capable of inspecting pipe from 12 -108" diameter and lager pipes. The capacity of cable ranges from 2000' to 5000' in a single shot Rodding Units 11 Truck- Mounted Rodders 20 Trailer- Mounted Rodders Bucket Machines 12 2- Cylinder Winches 26 4- Cylinder Winches Wet/Dry Vacuum Loaders 144 4,500 cfm to 7,500 cfm units with 8" to 10" suction inlets and 16 to 20 yards capacity. D.O.T. Vacuum Tankers 84 1,600 to 8,000 gallon Tank Wagon Trailers with Product Pumps. CARYLON IS OPERATING 345 CREWS DAILY IN 44 STATES UTILIZING OVER $110,000,000.00 WORTH OF COMPANY OWNED EQUIPMENT. The Carylon Corporation is the largest private owner of digital CCTV Trucks and Combination Jet -Vac's in the United States. Ace Pipe Cleaning/Carylon Corporation Inc.1 -800 -565 -1115 Page 36 ATTACHMENT G . ";::-_•7'•-ii;:j.j:--:...--,:.1:-..:,?5,7?-, ' "" ---.--•••,'5-7:1Aic-, .'"?,'.--'.;:::::_,- -,--/-",---7:-'..,c.',..---.,':„.,, 4-1: '''''4-.1..-A,.,:•,--,,,- , : , -,‘ ', ,' 1 e• - .-, .'•:::-1.,t.... ... J.'.'-' J.:-.....,:._ 44 t.-. ..i_.,...,, .c•,.,i..i...i.,.. . ,______. . -.._.... —.......... -.......... • ,••-,•.-" `50P:amisEarkP Certificate Number: 04— ainer C 0034819 and G 0021414 1 RedZone Robotics Reference List of Projects 2004 to Present . ,.. Entity Name ..- _ . - ., Contact . .- • Timothy Prevost. P.E. ALCOSPN Contact Number. - - - ' Ps.le ose of Contract . P � inspection of !7200 Turd Sewer System of over 75,000 LF of J. . .i • 'n sizes from 38 -inch diameter u • to 126 -inch .StartiEnd Date 5/4/2004 12)20/2005 Ft. Wort., TX Randy Mcirityie, P.E. Malcolm Pinie (817) 877 -8975 inspection of interceptor System of aver 6.000 LF of pipes ranging it sizes from 84-inch to 98 -inch diameters 51512005 8/29)2005 __.... City of Cleland, OH ieilke Witwer, PE (216) 910-200 Mspection of 1500 LF of 132" Sewer lo service upstream ler a 1/25/2006 Metoa €f & Eddy deta9ed assessment 1)226/2006 City of Toronto. 0N Canaria Antonio Longo (416) 392 -4164 lrrspeetlon of interceptor System of over 1.500 LF of 102 -int pipe 2/2/2006 C of Toronto Water in .atiall submerged CCTid160M over 50 tout deep • 2/4)2006 City of York, ON Canada David Duke _ (905) 895 -1200 inspection of interceptor System of over 1,500 LF of 66 -inch pipe 21612006 Ft ion of York in • -: ; _ II submersed conditions over 50 foot dee 202006 City of Cincinnati, 011 Mlctraei Pittinger, PE Cincinnati MSD (513)3 2-4201 inspection of Interceptor System of over 2,000 LF of pipes ranging in size from 54 -inch to 78 -inch diameter 3/612006 r 3/9/2006 .__. South Haven, MI Rick Baxter, PE lnsitufcrm Tecrnn0ic. ies (635)530.80w Inspection of 230 Lie of 8 102' Storm Saver Culvert alter CIPP Lining 4/612006 4/1/200& Washington, DC Dan Freohette (2021 787 -4{#78 Inspection 0t20001.F of ful�su6rrler� 78" & 96" sewers going 52/9 }2006 DCWASAMGreel- Hansen u.sireamfrom 140.W/ 32 chamber 512/2008 Mkldlesex County, NJ - (7 32) 457 -07013 Inspection of 1100 LF of 102" Sewer and MH Inspection 5/612006 • • e ^ 5/7/2000 Dennis Smith (360) 507 -1814 inspectioni:1'23,735 LF of 36" thru 90" sewers irk:hiding a 12,000 LF 5/12/2005 Pi. = Experts4Ktn. Co tunnel 8/26/2006 City of Richmond, CA Ryan Johnson (510) 412 -2001 lnspectionof 9,000 LF of 30' 1frr, 80" using CCTV, Sonar, Laser, and 9/1)2006 Veolta Water Gas sensors 9/512006 City of San Jesse. CA Norm Mascinaras (408) 996-6190 /inspection of over 3,000 LF of 33 "-48" sewers 9/9/2008 Ci of San Jose 9/15/2006 -Bob Allen (325) 210-2534 inspection af 18,957 LF of 60" tttru 72" concrete sewers usino CCTV and 1053/2056 Brawn & Caldwell Sonar 10/25/2003 Cily of Oakland, CA. Diana Lee ( 510) 257 -1106 nspection of 3,100 LF of 105" sewer using CCTV, Sonar, Laser, and 1116/2006 EB1JD En.. D_.t Gas sensors 11/8/2006 :Monmouth Beach, NJ !Fake Gsnieric, PE (732) 2229.6578 Inspection of 2,300 LF of 46" river crossing fully submerged using 12/16/2005 TRWRA CCTV & Sonar sensors 12/16;2005 City of Pittsburgh, PA IDave Cosnek, PE (412)232 -4418 hspection of 3,640 LE of 48"thrs 613" sewers using CCTV, Sonar 12/3/2006 Chester Engineers Laser and Gas sensors 12/31/2005 City of Los Angeles, CA Brad Jenson (213)45.5-1616 Inspection of 3,000 LF of semi - elliptical 60" sewers using CCTV, Sonar 1/10/2007 Lao' DPW Wastewater Co - -nee Er.. ee ' . Las - and Gas sensors 1/11/2007 City of Marina Del Rey, CA Chuck Parsons (714) 891 -2323 lr£spection of three 64 -inch outfall sewers using CCTV, Sonar 1112/2007 Sancon Entineerin. 1/14/2007 City of Portland, OR Dennis Smith ;(350) 507 -1814 Inspection of 2,600 LF of 00" horseshoe sewer using CCTV, Sonar 21612007 Pi. e E • -rls Laser and Gas sensors 2/7 /2007 King County. WA ee ruler, PE (260) 263 -3701 inspection or 2,000 L° of 33' river siphon ring CCTV, Sonar 3/1/2007 in Court En kneed 3)222007 !City of Pittsburgh, PA ' awe Cosner, PE (412) 232 -4418 Inspection of 1,500 LE of 109" brick sewers using CCTV, Sonar 319/22007 hester E . insert. Laser and Gas sensors 3/9 /2007 Cry of Dallas, TX Jason '/1W14, PE (214) 243 -1525 Inspection of 3,600 LF of 47thur 66" sewers using CCTV, Sonar 3113/2007 Dallas Water En.ineerinq Laser and Gas sensors 3/15/2007 Cry of Alexandria, VA Jeff DuVal, PE (703) 299-1162 Inspection of :500 LF of 47x 50" box cu tert sewers using CCTV, Sonar 3/22/2007 Greele & Hansen /Laser and Gas sensors 3/2212007 City of Cetlar Rapids, IA Alison Ratliff, PE • (702) 9366033 !inspection 0111,097 LF of 26" sewers wrung CCTV, Sonar 3/27/2007 1IOR Enesneerrn. Laser and Gas sensors 10/8/2037 City of Greensboro, NC Robbie Bald (336) 373-2534 Irrpectiorrn of 1,512 LP of 72" sewers Ming CCTV, Sonar 4/7/2007 Greensboro En. ineeris Laser and Gas sensors 417,2007 • Ke1y Der -, PE Hazen inapectktrt of 3502 LF of 36 "thur 48' hip barrel siphon saver 4/8/2007 & Sa er usi -. CCTV and Sonar 5/17/2007 City of Atlanta, GA Rob Gray (931) 372 -7560 inspection of 17,674 LP of 48"thur 96" sewers using CCTV, Sonar 4/16/20007 Ail! Inc, Laser anti Gessensors __ 8/2/2007 lArestchester, NY Carolyn Lowe, PE Malcolm (91.4)441-2720 Detailed inspection of 3000 LF of 36' thru 156' sewers 5/16/2007 Pimie 5/22/2007 City of Palo Alto, CA Jamie Allen. PE Palo (650) 617 -3130 inspection of 9691 LF of 60" thru 72" sewers using CCTV, Sonar 6/7 /2007 Alto Ear. De.,. 6/13/2007 City of Cambridge, ONT Randy Kowal _ DM Robichaud (905) 433 -1261 Inspecton of 14,699 LF 0 /36"thur42' triple interceptor sewers 6x/2007 usin. CCTV and Sonar 6/25/1007 City of Spokane, WA Dennis Smith Pipe (360) 507 -1814 Inspection of 3.247 LF of 36" thru 48' various sewer sections 619/2007 I Experts usin. CCTV, Sonar. 3D Laser, and H25 sensors 611212007 !City of Los Angeles, CA Chuck Parsons Sermon (714) 891 -2323 Inspection of 5,000 LE of 60"thur 72" COS & MAZE sewer 6/20 /2007 Engineering usin CCTV Sonar. 3D Laser. H2S and 30 Model / t 7/5/2007 RedZone Robotics, Inc 91 43rd Street, Suite 250 Phone 412.476.8980 Pittsburgh PA 0.5201 R .41'.476.8951 RedZorie Robotics Reference List of Projects Page 2 of 7 2004 to Present Entity me .' City of Raleigh. NC Contact • lAchael Wicker. PE Withers & Raven% Dave Archard ADS Environmental Services, •Contact Number (919) 469- 33340 (401) 4342371 t?u rlab9epF Contract • Inspection af 9,175 L1= of 54" thru 96" sewers in Crabtree Creek area using CCTV/ Sonar! Laser /Gas - Crabtree Creek Inspection of 15,476 LF of 36'" thru 42" interceptor sewer Start/End Date 7/16/2007 7/27/2007 7123/2007 City of Springfield, MA using CCTV and Sonar ' 8/3/2007 City of Boston, 11W Mike Armes ADS Environmental Services. (603) 625 -1212 Inspection of 34,313 LF of 36` thru 78° sewers in various basins 7 8171205 using CCTV and Sorer 9/19/2007 City of Baltimore, MD Cece Nguyen Hazen & Sawyer ' (703) 218 -2034 (704) 391 -5159 (303) 221 -0802 Inspection of 32,950 LF 24" thru 96" sewers in various basins 8/28/2007 using CCTV/ Sonar / Laser 1 Gas - Low Level Sewer in L er Harba' 12/31/2007 City of Charlotte, NC David Czerr, ?E Charlotte - Mecklenburg Doug Williams, PE CON Engineenca Inspection of 17,535 LF of 48" the 96" sewers in various basins using CCTV/ Sonar / Laser? Gas - Sugar Creek Basin inspection of 4,700 LF of 96" khru 102' culver sewer in CMP pipe 9/27/2007 10/11/2007 10/1112007 City of Aurora, CO using CCTV/Sonar/ Laser / Gas 10/12/2007 City of Spokane, WA 6111 Peacock City of Spokane. WA Travis Wagner Brown & Caldwell, VA (509) 525 -7902 =Inspection of 22,394 LF of 36" thru 96° sewers in various basins 10124)2007 (703) 739 -4212 (201) 398-4320 use CCTV /Sonar / Laser / Gas Inspection of 46,486 LF of 99" thru 144" sewers in various basins using CCTVand Sonar- Outfall seNer Inspection of 40,039 LF of 42" thru 86" sewers in various basins using CCTV /Sonar, Laser / Gas 11/312007 11/8/2007 City of Baltimore, [VD 11/1112008 11/13/2007 Bergen County, NJ Mark Deteove Malcolm Pirnie, NJ 12112/2007 City of Las Vegas, NV Alison Ratliff HDR E,igineerirg (702) 9388000 inspection 01131,404 LE of 30° thru 72" in various areas of Las Vegas using CCTV(SonarlH23 Gas /Laser 1/29/2008 7111/200a Allegheny County. PA Caro? Multiage!, PE ALCOSAN, PA (734) 665 -3999 inspection 0) 83,000 LF of 30° thru fi0" of Charters Creek usiris CCTV/SonarlH2S Gas /Laser 5/20/2008 7131/2008 City of Spokane, WA Wiliam Peacock City of Spokane, WA (509) 625.7902 Inspection of 30,635 LF of 30" thru 72" in various areas of Spokane using 528/2803 ,CCTV /Sonar/H2S Gas/Laser. 6/15/2008 City of Baltimore, MC Wayne Brown Compliance EnvlroSystems (225) 769 -2833 Inspection of 3,422 LF of 36" For Main using CCTV/SoneriH2S Gas/ Laser 512.2008 7/9/2008 6 /12/2009 City of Columbus, OH Steve Donovan, PE n"rown and Caldwell, CA (614) 410 -5144 inspection, of 42,910 LF of 36" thru 78" for condition assessment using CCTVlSoner/H2S Gas/ Laser 7/7/2008 City a €Houston, TX City of Kingston. ON Jason Ikea City of Houston PWE, TX Earl Brousseau Utiidt'ees Kingston (713) 641 -9132 (905) 433-1261 inspection of 71,320 LF of 38" thru 120" of pipeline assessment using CCTV/Sonar/142S Gas / Laser lrspection 017,300 LF 0148" for pie cleaning assessment usir;g CCTV/Sonar/Laser 2/24/2008 11/26/2008 7/21/2008 7/28/2008 City of Harn3tap., ON Randy'Kowa! C.M. Robichaud (905) 433-1251 inspection of 5,900 M of 60" thru 102' for condition assessment using CCTVfSonar/1123 Gas/ Laser 7282008 City of Seattle, WA City of Scranton, PA Deatnis Smith f'ip? Experts Albert (Al) Magr CECO Associates 7129/2008 (380) 507 -1814 Ik,spacion of 7,206 L/ of 54" .f CCTV/Sonar on (570) 342 -3101 inspection 14,000 LF of 817' ttiru 66" for condition assessment using 8/11/2008 8124/2008 8/14/2008 CCTV /Sonar/142S Gas/ Laser 8/2812808 City of Riotenord, VA City Andrew Gregson lien and Sawyer. VA (703) 218 -2034 inspection of 9,988 LE of 35' thru 77 deep water terminal in the Goodes Creek area interceptor using CCTV /Sonar/: -MS Gas/ Laser 8/212008 11/7/2008 df Richmond, VA Andrew Gregson. PE 1 -laden and Sawyer, VA (703) 213 -2034 inspection of 14,884 LF of 48" thru 72" for deep tunnel assessment using CCTV/ /Sonar/112S Gas/ Laser 91912006 City Paul, 11/1512008 of St. f'N Matt Stordahl Minnesota Pipe, Mi'l (651) 483 -6090 Inspection of 8,240 LF 01 102" of a Double Barrel Siphon using CCTV /SUrier ;H2S Gas! Laser 9122/2003 9/30/2008 City of Los Angeles, CA Dave Badgley Sancon Enoineerin9 (714) 891 -2323 Inspection of 23,192 LF of 60" for a condition assessment using CCTV/Sonar;H2S Gas/ Laser 925/2008 3/21/2009 Allegheny County, PA Tim Prevost ALCCSAN, PA (412) 734 -8731 krspemtion of 7,740 LF of 38" and 42" of a deep Urinal near the plant using Sonar /4123 7328053 inspection of 3,000 LF or 54" thru a0" ore deep tunnel near the new shaft Using Sonar 9/29/2008 3/30/2008 10/8/2008 Allegheny County, PA Shawn McW9liams ALC OSAN, PA City of Cedar Rapids, A City of Tcsonto, ON Kent Meier -- Spiniello Companies, NJ David Robichaud D.M Robichaud 10/10/200$ - (909) 829 -1000 inspecion of 11,385 LF of 96" sewer for three phases of pipe lining using Sonar and CCTV 10/28/2008 4130/2009 {905) 433 -1281 Inspection of 5,250 LF a 108° to assess a critics] pipe failure using CCTV, Laser, 11/81.2088 Trinity River. TX Wayne Brown Compliance ErturroSvstems Sonar 112512008 (225) 769 -2933 Inspection of 7,964 LF a72" forccndition assessment using CCTV/Sonar/1-12S Gas/ Laser 11/182008 ., River, 12(23/2008_ 11: RedZone Robotics Reference list of Projects Page 3 of 7 2004 to Present . ,.. .. Entity Name. Trinity River, TX City of Worcester, MA comas! . - -, Wayne Brown Compliance EnviroS terns fJ chael Armes ADS Environmental Services "Contact Number ®CCTV/Sonar/Gas/Laser (603) 625-1212 -.. - .. - Purpose of Contract - inspection of 7,999 LF of 72" for condition assessment using Start/End Date. 1241/2008 11123/201 Inspection of 12,859 LF of 48" ttlru 78" for coftditian assessment using 001-Viwonar/H2S Gas/ Laser /Oval 12110/2008 313112009 City of Naugatuck, CT Join 6atorski (203) 723 -1433 inspection o 9,295 LF of 38" for condition assessment using CCTV, Sonar, 12115(2008 t /eolia Water North America Gas, incline 2228)2009 King County, WA Lee Miler (208) 263 -3701 spectinn 050 LF ct 24' drop structure rip tunnel with limited access 12/15'2006 King CounttEng(neerir£! vain! Soar 12/16/2006 City of Baltimore, MO Phil Hwang (410) 997 -8900 inspection of 6,239 LF of 24" thru 34" Of Locust Point using CCTV/Sonar/942S 12122(2009 Potion barns Rust Gas! Laser 212412309 City or Alen, TX Can Buonadonna 1,785)84 1774 inspection of 5,411 LF of 54' and 60" of a siphon using CCTV/Sonar/1;2S 1212912008 C1-12M Hill Gas/ Laser 1/1/2009 City of Norwalk, CT Richard Lave (203) 854 -3212 Inspection of 889 LF of 42" siphon using CCTV, Sonar, Gas. Incline 1/13/2009 C 10211 Hill 111412009 City of Atlanta, GA Joe Atol (225) 769 -2933 inspection of 8,985 IF of 54" :Nu 120' for condition assessment using 1/1312009 Gom. iance EnviroSystems CCTV1i -12S Gas/ LaseriOvalit 1/17/2009 � I'ity of Oswego, IL John French (830) 897 -4651 inspection 17,516 LF of 64" thru 68" for condition assessment wing 2/24 /2009 Waller E Deuchfer Assoc, CCTV /Sonar/H2S Gas/ Laser/ Incline 3/13/2009 King County. WA Dennis Smith (360) 507 -1814 inspection of 22,4.339 LF of 96+" thrir 102" coml./lion assessment for 2009 using 3)23/2009 Pi. rtsikin! Co CCTV /Sonar /H2S Gas/ Laser! Incline 4/2112009 City of Atlanta, GA (630) 897 -4651 Inspection of 18,056 LF of 54" thr.r 120" for condiion assessment using 3/24/2009 L CCTV /H25 Gas) Laser /Ovsi t 41912009 City of Baltimore; MD Jimmy Stewart (334) 864 -2822 Inspection of 11,975 LF of 78" thru 102" 811/ Diversion Gravity to Force Man 4 512009 Ccm. fiance Emil . stems usin_CCTV/Sonar /Laser • 0/30/2009 City of Baltimore, MD Jimmy Stewart (334) 864 -2822 Inspection of 12,283 LF of 54" and 60" condition assessment Gwynn Fails Compliance EnviroS -terns usl • CCTV/5arraruH2S Gas/ Laser; kic!in: 5130/2009 Kirm Count', WA Dennis Smit r (360) 507 -1814 Inspection 010,301 LF of 102' and 108" condition assessment for 26310 416/2009 P. Exr•- rts)Kinc County using CCTV1Sarar)H2S Gas/ Lass' Incline 513112009 City of •V'rginla Beach, VA (703)73.9-4212 inspection of 10, 115 LE of 36" thru 42" condition assessment for 2010 using 4/15(2009 CCTV/SSonar/H2S Gas/ Lased bonne 4/22/2009 City of Duluth, l84 John Schroeder (614) 847 -8340 Inspection cif 7,722 LF of 36" for condition assessment of the Paper MIl using 4/20/209 CDM CCTV /I-i2S Gas / Laser1Ovaiit 4125/2009 City of Marysville, WA Dennis Smith (380) 507 -1814 Inspection of 25,406 LF of 3S" thru 48" for condition assessment using 5/812009 P'.e Ex.- s/Kin, Coun CCTV/Sonar/1.12S Gas / Laser/ incline 3/2912009 Cty of Cadar Rapids, IA Dave Dechant (319) 373-2536 Inspection of 3,1631F of 96" thru 174" emergency assessment for brick 511112009 NOR sewer usin • CCT11I42S Gas) LasedOvstit, 5113/2009 CIty of Cedar Rapids, /A Dave Dechant (319) 373 -2535 inspection of 8,982 LF of 48" thru 50° for condition assessment of Prairie 5/11 /2009 HDR Creek Run usin. CC7V4I2S Gasi Laser /Ova /- 5/20/2009 City of Dayton, OH Akin McCloskey (404) 504 -7044 Inspeclion a 14,780 LF of 90" for condition assessment us 1g 5/1212009' Am ec CCTV/Sonar /1-2S Gas/ incline _ 6/15/2035 City of Bellingham, WA Chad Bedfington (360) 778 -7700 Inspection of 30,220 LF of 36" thru 80" for condition assessment using 5/1)2009 PI.- E .-rls _ CCTV/Sonar/ Laser 812912009 City of Cincinnati, OH Sharon Amato (51 793-7417 Inspection of 3,081 LF of 120' for condition assessment of an outran 10 the 65-'8/2009 SWS Environmental Services Ohio River using Sonar 515/2005 City of Columbus, OH Daniel Thorne (289) 353 -8421 Ins/ Lion of 605 L.7 3€144' for condition assessment lie and after 64/2009 Nicholson Construction drliin usin■ CCTV/Sot/ad Laser 6/812000 City of Baltimore. MD Jimmy Stewart (334) 854 -2822 Inspection 0t 1,012 LF of 54" and 60' additonal condition assessment Gwynn 6/30/2009 Com. lance EnWroS stems Fails uasr,= Sonar! Laser 7/2/2009 City of Spokane, WA William Peacock (549) 525 -7902 Inspection for 2009 of 15,1E6 LF of 30° ttrru 85-3" in various areas of Spokane 712012.9- 01 of :.okane WA using CCTV5-Sonar /1425 Gasr/taserl1lcl €Ile 7125/242 C"iy of Buffalo, NY David Britton (716) 956 -2142 inspection cA 534 LF of tho Eire Canal user 198" fora new bui1ciing 7121/20•_ CRA development using CCTV /Sonar 7122)2009 any of Scranton, PA Albert (A;) Magnate- (570) 342 -3101 Inspection of 22,778 LF of 60" thru St" for condition assessment using "TV/ 7/30)2009 CECO Associates . , -r/ . - 1 Laser/Incline 812012009 City of Spokane, WA Wiliam Peacock (509) 925-7902 Inspection for 2010 012564 LF of 36' thru 60" in various areas of Spokane 815/2009 City of S.okanc, WA usi ;. ^ / . - .. r1. ilk- 6/12/2009 Allegheny County, PA Tim Prevost Inspection of 1.345 LF of 5C" of a deep tunnel shaft manhole near she Hot 911/2009 ALCOSAN, PA Metal bridceusing Sonar 8/6/2009 City of Lynchburg, VA Eric Schrader (434) 4554089 Inspection 01 3.958 LF of 24" thru 144' Wine Norseford Storm Culvert using 9/312009 L nchtsu • uor D =.- rtrnent CCWJSonar /H2s Gasr.aserl1cliineBend Radius 9)1012069 City and County 0 Honotufu, Hi Gary Skipper inspector 037,769 LF or 36 " thru 54" at various t•ca3ons for the City and 917!2009 Brown and Caldwell County of Honolulu using CCTV ?Sonadri2S Gas/Laser /incline 9528/2009 City of Worcester, MA michael Armes (503) 825 -1212 fnspecilon of 8.910 LF of 38" #ht't€ 80" main lines using CCTV /Sonar 0/40 ?2019 ADS Environmental Services 9116/038 Page 3 of 7 Redone Robotics Reference List of Projects Page 4 of 7 2004 to Present Entity Marne,.:. .. City of Fort Worth, TX .. Contact. . (Randy Mvintyr s Malcolm Pfine Contact Number (972) 934 -37'[ 1 . Purpose of Contract ? nspection of 51,7556 LF of 84' to 98" (/ 1280 trunk 811e ss3frig CCTV /$onarlh€2S Gas/Laser/incline Start :End Date 9/21/2009 11/14/2009 1 C8y of Honolulu, HI Leighton Lim (806)842-1 33 Inspection of 1,981 LF of 72" and 76" of the Ala Warta Force Alin using 2/2912009 RIO. Towill CC1V/Song 9/292009 Cky of Sayreville. NJ (732) 679 -7100 Inspection 012,3541F of 38" and 102" for ;carious siphons using CCTV/Sonar 191512039 10/9/2009 9y of Los Angelis, CA - - (973) 808 -8383 inspection of 3,046 LF or sizes ranging from 42" to 78" of the NOS Maze 101122009 • • • Sewer Rehab Phase V • o1- t mint CCTV /Sonar /H2S GasiLaser 5/1:2010 Cfy of Latrobe, PA Ken Orie (724) 539 -8562 inspection of 20,000 LF of 28' to 35" of main trunk tine uea-g a raft with 13/22/2 ;09 Gibson- Thomas Ergineenn. CCTV/Soner 11/23/2009 Agri Northwest, WA Katie Vandenberg (800) 850 -3043 Inspection of 52,500 LF of 40" thru 96" of force main after an explosion in the 11/9/2009 P1- Interactive Pi. - ins •_ ; • n . line r- • uectin• CCTV/La _ - 1S • 12/21/2009 Allegheny County, PA Tim Prevost (412) 734 -8731 Inspection of 345 LF of 60" of a deep tunnel at the 43rd Street Manhole for 11/1612009 ALCOSAN, PA Sanford Environmental Cleani • usin• Sonar 11/19/2009 Allegheny County, PA Tim Prevost (412) 734 -8731 Inspection of 3.355 LF of 12" 24"35" of various river crossings using Sonar 11/1612009 ALCOSAN, PA 11/28/2009 City of Washington, PA Thomas Murphy ® inspection of 378 LF of 36• of a mein line wing CCTV/Sonar/112S ;1/17'2009 Washington Joint Author' ' Gas/Laser/Incline ' i118/2009 ity of Harnitton, NJ Inspection o' 4,550 LF of 48" and 60" of various locations using 12/2/2308 Jeny t iimowitz (609) 581 -4140 Hamilton. Town5iv. WPC CCTV /Sonar /H2S Gas/Laser/incline 12/4/2009 City of Houston, TX Tort? Coffey (713) 985 -6718 Inspection 018,466 LF of 144' to locate a lost sluice gate using CCTV /Sonar 12/7,2099 Weston Solutions Inc. 12/9/2009 City of Cedar Rapids, IA Kent fvefer (909) 529 -1000 Inspection 01 5174 LF of 96" slip toed pipe using CCTV /Sonar /Gas 12,15;20o; S•'niello Com.anies, NJ 12116,2003 City of Cedar Rapids, IA Dave Wallace (319) 286-5826 Inspection of 30,381 LF of sizes ranging from 30" to 84" of interceptor sewer 12;17/2009 Cedar Ra•Ids Sewer Maintenance Division usi • CCT\JRSonar /H2S Gas /Laser 412712010 City of Portland, OR Stephen Hawkins (503) 823 -7768 Inspection of 8,843 LF of 72' pipe under a tunnel that created s sink hole 'Environmental 1/5/20 •0 Portland Services usi • CCP/'Laser? Sonar /Gas 1/812010 Cirr of Manta, GA Joe A±CI (225) 769-2933 inspection of 13.433 LF of various sizes for a city wide contract lArrI i Cos 1/9/2010 Com•lionce EnufroS stems I usi/•• CCTV/LaseriSonan'Gas 112712010 Allegheny County, PA Jack Cargoni I ' (412) 221-3435 Inspection of 3,000 LF of 36 ", 42" and 411" of venous siphons usim Sonar 1/11/2010 Indetndent Enter es 3/2/2010 City of Houston, TX Wayne Broom (281) 585-2677 inspection or2,374 LF of 114" on Clifton Drive using the RAFT with 1/13/20 10 BOSS CCTV/Laser /Sonar /Gas 1/13/2010 Ciy of Houston. TX Wayne Brown (281) 565 -2677 Reirispecton of 3,026 LF of 54" on Scott Street since hating hydrautc issue 1/14/2010 BOSS usi . CCTV /Laser /Sonar /Gas 1115/2010 City of Columbus, OH Jeffrey Coffey (614) 888 -0040 Inspection of 4.352 LF of 120" of a large box Se three location using 2,312010 DLZ CCTV/Laser /Sonar City of Winnipeg, IV8 Canada David Robichaud (905) 4.33-1261 Inspection 4:6 22,803 LE of 36" to 413' conditional assessment of inter tors 2318/2010 D.M. Robichaud usira CCN /Laser /Sonar! 2/23 /2010 • Bill Jepoy (905) 624 -1940 Inspection of 5,7751 LF of 48" main trunk South Southerland l 're using 2/25/2010 PPIC CCTV/Laser/Sonar/Gas/and 9350 2'2812010 City of Montreal, 00 Canada City Columbus, Luc Lefebvre Bass lot (450) 429 -8869 lnspeolfon of 17,390' LF o over 195" of main inlarceptcrthat had a brick horse shoe s -,o- using CCTV/Laser/Sonar/Gas 3/6/2010 of Oft Ai Fathi Chester 'neere _.. ._ Inspection of 37,281 LF of sizes from 42' to 76' of the Alum CreekTrunk a 3/8/2010 E - Sub trunk SewerAasessnlent usin. CCTV /Sonar City of Conroe, TX Wiliam O'Fie; (713) 281 -0277 inspection of 19,111 LF of 24", 54", and 80" of main interceptor using 3/23/2010 B ezr and Associalss CCTV /$ narlGas :City of Oakland. CA - (802) 567.4000 Inspection of 35,785 LF of sizes ranging from 42" to 108" of interceptor sewer 3'30/21310 usin1 CCTV/Sonar /H25 Gas/Laser 4/24/2010 City of Columbus, OH Cody K e r r Kokosfn. Constructor/ (614) 228 -1029 Inspection of 1,011 LF, Pre inspection ofthe Olentartgy- Scioto Sox 10X12' 41112010 tunnel sewer for new construction of brie a over - ' 8 4/1/2010 City of Atlanta, GA Chandra Mchhed.Norton Cam;cen Consutin• (812) 865 -3232 inspection of 6,916 LF of various sizes from 48" b 90" of the 805 shad using 4/15/2010 CCTV/Laser/Sonar /Gas 4/23/2010 , City of San Antonio, TX 1Vlil a Veilano rePi • (713) 634 -0439 Inspection of 14,334 LF of 36" Interceptor using CCTV/So:7arna2S Gas/Laser 4/26/2010 516120810 /Ocean County, NJ Wi1Gam Suchodalslk Ocean Coll (732) 269 -4500 Inspection of 4,000 LF of 35" force main using CCTV /Sonar/lf25 Gas/Laser 5/3/2010 Utilities Author' 5/4/2010 City of Richmond, VA Thornas Porzio MWH (804) 6466 -1610 inspection of 4,547 LF of pipe greater than 198" of the West Interceptor using 5/6/2010 JCCTV /Sanar/1-Qs Gas/Laser 517/20/0 liempfield Township, PA Ken Ore Gibson Thomas (724) 539 -8582 Inspection of 40,953 IF of 28", 30', and 34' inspection of the South 5/1012010 - E •.ineeri • Greensbu . Intern = or usi • CCTV 9130'21310 Cry of Richmond VA (604)646-1510 ,Inspection of 2,443 LF of sizes greater than 193" of the Arch Sewer Box 5111 /2010 us' • CCTV /Sonar/I -92S Gas /Loser 624i201.0 Page 4 of 7 RedZone Robotics Reference List of Projects Page 5 of 7 2004 to Present ... - Erfity Name Contact - .. Contact Number - ' Purpose of Contract Start/End Date City of Richmond, VA Thomas Porzfo (804) 646.1813 . € nspection of 2497 LF of sizes greyer then 198" of The Northeast interceptor 5/13/2010 *NH , us trig CCTV /So11$f/H2S C-+aS/Leser 8/25512010 City of Salt Lake, UT Don Telford (801) 262 -2904 Inspection of 3,944 LF of 18 ", 24 ", and 40" of sewer main using 5/18/2010 Salt Lake City Sanitary Sewer District CCTV1Sonar/H2S Gas/Laser 8121/2010._ Central Valley, 11T Ronald Roberts (801) 973 -9100 Inspection ce Z414 LF of 60" main sewer weir g CCTV /Sonar4425 Gas/Laser 5/24/2010 Centre's Valley Water District 512:12010 Allegheny County, PA Tire Prevost (412) 734-8731 Inspection # 2,229 LF of 60" of a deep tunnel North Shore Connecter using 524/2010 ALCOSAN. PA Sonar 11/3/2010 Cdy of Richmond, VA Thomas Porzio (804) 646 -1810 Inspection of 10,834 LF of sizes greater than 198" of the Valey Road Arch 525/2910 MINH Connector using CCTV /$onar/I125 Gas/Laser 6/3/2010 City of Sal Lake, UT Bryon Livingston (785) 749 -2650 Inspection of 16,260 LF of 38" to 66' of sewer main in venous lo.8tir ' u using 5/292010 Black & Veatch CCTV /Sonar/H2S Gas/Laser 6/1912010 cairns County, VA John Kovacik (973) 808 -8383 Inspection of 737 LF of 84" utilizing a bend radius report for s slip inning 5/192010 Sp€n eIEo Companies project using Laser 51912019 City 0f Sayreville, NJ Tart Metcalfe (732) 679 -7100 inspection of 3,601 IF of 60" and 66" of main line sewer using 6/21/2010 133M Engineering CCTV /Sonar/H25 Gas/Laser 8!23/2010 Cijr of Butler, PA James Tamazich (724) 282 -1978 Inspection of 8,247 LF of 38" to 48" of main tunnel using CCTV /Son r /H2S 6/28/2010 Butler Area Sower Authority Gas /Laser 101192010 Gwinnott County, GA John Fleck (770) 429 -0001 Inspection 0f 15,921 ,F of 144" conditional assessment of a new rock tunnel 7/7/2010 Engineering Strategies using CCTV Laser 711312010 City of Les Vegas, NV Anthony Leone (702) 590 -0832 inspection of 3,111 LF of 48" for MGM Grand r p operiies usiritY 7!1812910 MGM Resorts international CCTV/Sonar/I-2S Gas/Laser 7;2012010 FirstLight Power, Resources, MA Robert Lussier (980) 895-6900 Inspection of 884 LF of 108° for conditional assessment of reservoir intake 71242010 FirstLight Power Resources using CCTV,Sanar /H28 Gas/Laser 724/2010 Arlington County, VA James Pasco (617) 452 -6000 Inspection of 3233 LF of 33" for Ross€yr. Sewer Condition using CCTV 712712010 CDM 712812010 City of Os /as, TX Randy McIntyre (914) 694 -2100 Inspection of 5,612 LF of 34" for a prelaninary view of pine b°fore a 8/16/2010 Malcolm Pirnia construction project using CCTV /Sonar /H2S Gas/Laser 211/2010 City of Me)Sto City, Mexico Gustavo Valverde 011 52(55) Inspection of 21,023 LF of 120" of main interceptor using CCTV(Soner /H2S 81302010 Pressure Ripe Inspection 5559 -1078 Gas/Laser 9/11/2010 City of Butler, PA James Tornark -h (724) 282 -1978 Inspection of 913 LF of 12", 14" andl6" cf inverted siphons use CCTV 9117/2010 Butler Area Sewer Authority 911712010 City of New Bedford, M4 Nick Zoppo (781) 344 -8822 Inspection of 21,026 LF of 54" to 72' for pre and post €ining assessment 9/20 (2010 R. Zoppo using CCTV/Sonani3D Laser /Leder /Gas 811 812 0 1 1 City of Cedar Rapids, IA Kent Meier (909) 629 -1000 inspection of 3,660 IF of 96" post cleaning review of left sediment using 9/2732010 5piniet€o Companies, NJ Stand Alone Sonar 91272010 City of New Kensington, PA Kemal N€ksic (412) 497 -2904 Inspection of 8,120 LF of 38' of main line interceptor after a cleaning project 10/112010 Hatch 81811 McDonald 10,'1&12010 Phiilies Ballpark, PA John Start-in (202) 446 -4049 Inspected 941 LF of P� P� assessment fa- construction project of new halt 10!82010 Reading Ph llies yard using CCW/Sonar /H2S Gas/Laser 102112010 City of St. Louis, 110 Jonathon Sprague (314) 7689260 Inspection of 5,000 LF of 36' 10at inspection of interceptor using CCTV/ 10/7/2010 Metropolitan St. Louis Sewer District Sonar 1019!2010 City of Sacramento, CA Qum Nham (916) 808 -1435 inspection of 51,477 LF of 51" to 114" for Condit alai asessment amain 10!11 /2000 City of Sacramento Department of Utilities Elves using CCTV /Sons- /Laser11i2SGas :27i2L1 0 Lucas County, 01-I Kevin After (419) 213 -2826 Inspection of 51,287 LF 0f 60" thru 9J" for Conditional assessment of a trunk 10(12f2010 Lucas County Sanitary Engineers sewer to be completed for service using CCTV3D L ser/Ladar 12/1912010 C'sfy of Newport. R1 Kent Meier (909) 620 -1000 inspection of 4.599 LF of 38" for propereton of a /ring project using Laser 11/10/2010 Spiniello Companies, NJ 11117/2010 City of Freemont. CA Danny Reynolds Power (510) 337 -3800 1speclon 01427 LP of 114" pipe under a freeway construction project using 11130/2010 Engineering CCTV/SonarlLeser/H2SGas 11/30/2010 City of Wood River, IL Carol Scholl (312) 9331000 Inspection a1 .730 LF of 84" for joint seal co ditenal assessment of main 12/6/2010 URS Corporation lines using CCTV 12[8.'29 "0 City of Dallas, TX Randy 8tlntyre (914) 694 -2100 inspection of 2,797 IF from 36" to 102" for assessment of interceptor using 1211112010 Malcolm P€mie CCTI/i&ortar /H25 Gas/Laser 12112/2010 Macomb County. EM John Kos-Zak (313) 237 -3907 inspection of40,000 LF a-153" for conditional assessment of seven main 12/1312010 NTH Consultants lutes usirx,)CC'(V/Sonar/Laser /H2SGas 11102011 City of Coatosvitle, PA Peter Chase Hanover (610) 591 -8958 inspection 0(2,209 LF of a '€0'x15' brick arch suer using 12117/2010 Engineering Associates CC T VISonar /Laser /H2SGasiSend Radius 12118/2010 City of Houston, TX Carlos Quintero (713) 869 -3433 inspection of 5,099 LF of 132' of mai) line segment B utlecing a band radius 1/19/2011 Binkley & Barfield report for a slip inning project using Laser 1/1612011 City of Houston, TX Robert Thompson (281) 721 -854$ inspection of 4160 LF cf 132" of rnain line segment utilizing a bend radius 1/19/2011 CH2Mi -ILL report fora slip inning project using Lase' 1/21/2011 t4accmb County, M1 John Kosnak NTH - (313) 237 -3907 Inspection of 25,047 LF of 198° and greater for ocnditonal assessment for 121/2011 Consultants pipe rehab usin9 CCT//iSonar!Laser!ii2SGas 7/70/2011 Page 5 of RedZone Robotics Reference List of Projects Page 8 of 7 2004 to Present n i y,`ame City of Huntington. WV • Contact • Cafaro Company Richard Shontz Jr. Contact Number (330) 747 -2669 Purpose of Contract Start/End Date Inspection of 11,685 17 01 30° storm sewer under the Huntingdon h/E using 1/24/2011 'C of Laurel, f. Ahmed Habibian Black & Veatch 1 2/28/2011 (301) 840 -1123 n pection of 10,375 LF of 42" conditional assessment of plain liners using CCTL' /Sonar /Laser /H2SGas 1127/20/1 2t2,12011 Cky of Washington. DC Christopher Odom Arbor Construction (202) 269.6094 Inspection of 5,924 LF of 108" conditional assessment of main %Ines using CCTV /Sonar /Laser /H2SGasiEend Radius 2/7/2011 2J16i2C11 City of Washington, DC City Mike Hmielewski REVDrayco (301) 420.7197 Inspection or 674 LF of 78" post cleaning assessment using CCTV /Scmar 315/2011 3/61.2011 of Cincinnati, OH Jerry Wenner Metropolitan S_e_ eer District of Grater (513) 352 -4207 Cincinnati Inspection of 67,814 LF o133" lhru 240" for conditional assessment aft 3/8/2011 Cincinnati system using CCTV/Sonar 3/200(2011 Ciy of Phoenix, AZ Arnir Sakhi (601) 712 -6557 Arizona Department of Transportation Wiliam Fick inspection of 42,085 LF of 120" to greater than 198" of storm tunnel using CC'11Sonar /iaser/H2ssas 3(10/2011 Cry of rvesa, A? City of Toronto, ON Canada 5/24/2011 , ivlese Engineering Department Paul Keenan Aphis RTD (4133) 544-2515 (305) 331 5610 Inspection of 17,124 LF of 30" to 36' conditional assessment of the ;Hain lines using CCTV /3orrar /Lase- jH2SGas inspection of 3.300 LF of 120" of cutfal effluent pipeline using CCTV /Sonar 3119/2011 4/8/2011 3/31/2011 Hamilton, 3'31/2011 ,City of ON €Canada j Bruce noble PipeFle (005) (pJ} 572 -7767 inspector of 2$,433 LF of 38" for condiBOrra! assessment of main tines using 4/2/2011 CCTV /Sanar/Laser /H2SGas 4;22.2011 City of Jackson, MS Tony Leers Department of Public Works (601) 713 -1713 inspection of 400 LF of 84" uttTizino a bend radius report fora slip inning 5/23/2011 projeot using Laser 5;2312011 Inspection or 4,704 LF of48" to 54" oonditional assessment of the West 5/24/2011 Bank interceptor utilizing Sonar 6/10/2011 Cry of Jackson, MS Tony Lewis Department of Public Works (831) 713,.1713 City of Davenport. 14 Howard Johnson Shive - Hattey (806) 798 -70550 Inspection of 20,913 LF of 48" to 93 "for conditional assessment of train lines 6/0/2011 using CCTV /Sorrari3D Laserksda:iGzs /City of Arrington, T;4 'Wayne Drown !BOSS (281) 585 -2677 Inspection of 11,223 LF of 54" to 78" for Conditional Assessment and dimension for bend radius calculations using CCTV and Laser 523/2011 8/22/2011 Gwinnelt County., GA John Fleck Engineering Strategies City (770) 429 -0001 —Post 7/11/2011 inspection of 16,774 LF of T44" conditional assessment of a new rock tunnel using CCTV/Laser inspection of 30,1401 LF of 93" to 120 of main line inspection for conditional assessment reta€ing to a consent decree using CCTV/Sonar/3D Laser/Gas 71712010 of Akron, OH Rob Scariatalfi Akron Public Unties City of Cincinnati, OH Mike Nliison • Wooi = (330) 375 -2435 (513) 272 -8330 (976) 532-1930 x 2383 12/12011 I 7/12/2011 I 8/7/2011 Inspection of 1,063 LF of 78" pipe for determining boation bends to build a ne -, pinned retaining well on 1 -75 using 3D laser /Ladar 5/112011 of litioronoter MA 6'312011 rCity Frank °cchipint€ Weston & Sampson inspection of 40,027 LF of 36" to 72" for conditional assessment using CCTV; City Washington, 7/25/2011 5/211'2011 of DC Rena: Theo City z DC Water and Sewer Authority Oakland, (202) 787-2398 I inspection of 550 LF of 204" on "S Street" far pipe line rehabirialion providing bend radius and virtual mandrel using CCTV/Sonar /3D LasedGas 811/2011 o, CA Elsabeth Girme EBMUD (510) 267 -1689 inspection a 62,507 IF of 36" to 106' for conrdlfonai assessment usi CCTV/S0nari3D Laser/Gas 121112011 8 `112011 City Akron, 12 +5r2011 of 01-1 Rob 30011 tell% Aldan Public Utilities (330) 375-2435 inspection of 6,050 LF of 90" to 144" of main Ire inspection for conditional assessment relating to a consent decree easing CCTV/Sonar /3D Laser/Gas 8(812011 City cf Dilas, Tx 11/4/2011 Jason Wu Deilas Water Utilities AfleOhen County, (214) 2431526 Inspection of 3,979 LF of culverts for conditional assessment using CCTV 8/17/2011 1 y nty, PA Tim Prevost iALCOSAN, PA, (412) 734 -8731 inspection of 2,284 LF of 132" storm outfag reefing to a recent flesh food using CCTV 5/25/2011 8/28/2011 e City of Richmond, VA 6/25:2011 1 Thomas Foreto Jacobs City f 804) 846 6067 ins peciion of 3,3331_/ of 36" to 60" for pipe line rehabifitation providing bend 9/12/2311 radius and virtual marsdre) (.=sing CTV/Sonar:3D Laser/Gas i of Poniard. 014 Dennis Smith Pipe Experts (360) 507 -1814 Post inspection of 1.436 LF of 60• horseshoe sewer using CCTV Sonar 1 Laser and Gas sensors 9./1312311 9/8/2011 City of Cleveland, 01-1 3/1512011 Anthony Paglia ALP Engineering Consultants (440) 655 -8112 Inspection of 453 LP of 76' to 114" for pipe line reriab €tra €ion providing bend i radius and virtual mandrel using CCTV/Sonard3D Laser /far i 9/1812011 ICity of lima OH IRayrnond Hutchinson (218)621-2:407 (775) 883 -4118 0/19(2011 MNNH C Cy of Rack Creek, OR Robert Lee Brown and Caldwell City inspection of 2,359 LF of 78" brick sewer for pipe be rehabilitation providing i bend 2.202011 radius and virtual mandrel using CCTV /Sonar/3D Laser /Gas 9.'21/2011 inspection of 13.953 LF of 86` 101 72" for a conditional assessment of main times using CCTV/Sonar /3D Lases /Gas a/2012011 of Richmond, V4 James Caffrey (571) Jacobs 218 -1000 Inspection of 13.461 LF of 36" to 121" for a conditional assessment of man lines using CCTV /Sonar/3D Laser/Gas 8/2212011 _ Ilnterstate 1-83, PA Don Brawn (717) 1 Kinsley Construction 8;23,2011 741 -3436 inspection of 77 LF of 18" for PENNDOT new pipe ventcation using CCTV f 10/8,2011 C #y of New York NY Jim Falnnrietf (781) National VValer Main L 10 ;17/2011 828-0863 Inspection of 28,208 L.1= of various sizes fora condrtional assessment of i 10/7/2011 Flow Chemical, Waterloo, main lines using CCTV/Sonar/3D Laser/Gas NY Brian Carting 2.9 CH2fi+1 HILL of 3#]g LF of so' for sediment rent of arch brick Gul✓ert using (212} 2d8 4150 Sonar 10,12/2011 10 +1212011 ply csfWeshin9t7n. DC RenniZrao DC Water and Sewer Authority aroner 1012/12011 202 787-2396 .fns ( ) :Inspection or 5,595 LF o€ 65` an ':4r1 Street for pipe line retteNtltatican providst0 bend rack /a and virtual moods( ueaea £:r.fr;5nacornrs a ,,,,,,,,..in.,.. 10113/2011 ..._ ._- _ - Page 6 of 7 RedZone Robotics Reference List of Projects Page 7 of 7 2004 to Present n r y, amp_ Gity of Anchorage, AK Contact Jack Burnham Anchorage Water & Wastewater Contact iNurritier /(360) 271.8559 Utility Ptirpose.of Contract hspection of 27,932 LF of 36' to 96" far a conditional assessment using CCTV /Sonar /30 Laser/Cs StartvEvasi Date'. 10113/2 011 1012812011 ICty of Cleveland, 011 John Kovacik Spiniedo Companies (973) 80848363 Inspection of 628 LE of 132" for pipe role rettabllitaton providing bend radius 10/25/2011 McCandess Township. FA Oil Youngblood and virtual mandrel using CCTV /Sonar /3L Laser /Gas 10125/2311 (412) 366 -2700 Inspection of 7,803 LF of 30" of main line interceptor using CCTVJScrtarl3D 10/31/2011 McCandless Township Sanitary Andrew Authority Laser /Gas City of Sparks, NV 11/2/2011 Hummel Sparks Community Services (775) 353.2375 Inspection a 42,961 LF of various sizes for a conditional assessment using 1117!2011 CCTV/Soria - /3D Laser /Gas t 1/16/2011 ,City of Washington, DC Brian i'AcLaughfin Midwest Mole (317) 545 -1335 Inspection of 900 LF of42 on the Icw area for pipe Me rehab-Melton 11/2812011 providing bend rat:us and virtual mandrel using. CCTV /Sonsrt3D Laser/Gas 11/26/2011 ati1nnett County, GA Mike Vei'ano rePipe (713) 634 -0439 Inspection of 230 LF of 102" culvert for pipe tine sebebilitalicn providiug bend 11/2812011 radius and virtual mandrel using CCTV /Sonar/3D Laser /Gas 11/28:2011 McCandless Township, PA Bill Youngblood McCandless Township Ssnitary (412) 355-2700 Inspection of 5,441 LF of 55" of the Girty`s Run interceptor using 1215/2011 Authority CCTV /Sonar/3D Laser /Gas 12/7/207• City of Atlanta, CA Chris Carr (678) 530.4066 CH2M Hid inspection of 3,246 LF of 36" to 46" for conditional assessment using _ 12/5/2011 .._W CCTV /Sonar /3D Laserr'Gae 1 216120 1 1 City act) , OH Rachaol Rhodes !(614) AECOM 429.5093 tspection cif 7,500 LF of 120" for conditional assessment of the Scioto line 1/11/2012 using CCTV. /Sonar/3D Laser/Gas City Columbus, 1/14/2012 of 011 Cody Kerr 1(614) 228 -1029 Kckcsing Construction Reinspeciion of 1,011 t.F, Post inspection of the Olenlangy- Saiutc Box 1/25/2012 10'x12' tunnel sewer for new constrecticn of bridge over pass 1/25/2012 Page 7 of 7 w 0> z U 4l 5 Ler 2 6,t) Nick Proksell tn rl J rct 0 Cfl i3 Lt1 0 0 0 0 0 0 V 0_ 0 c rs TS a) a7 a) .0 c+� 7- = to rn Q � L V O .0 0 Q Z 11 ft ▪ o a 00 0 Q ▪ O c 0 0 CCTV & Sonar sensors With Other Firms Education and Specialization 1 c 0 u U at 0) 0) CiJ t0 00 0 3.L 0 0 m 0 c 0 v W 0 J OSHA A Confined Spaced Certification SAM Certification 0 {33 c 0) y 0) 0 i 0 if) ftt 1 �L 0 00 tzt i• v 7e 0 rte. • 0 O i 0 J 0 0 0 v = 0 0 4- L 0 E °) 4, C in Lei >. s itS a 75 0 0 a o O Experience and Qualifications relevant to the proposed project: Laser and Gas sensors 0 c 0 0. Q i 1 -L rZ l iL < 0 ry ate+ 0 g En a O Zo i 0) 0) iu LA 1- L 0 rrs 4— 0 0 v- 0 0 0) S�. ah Laser and Gas sensors PZS .,i 0 u c .0 0 '4- 0 0 0 O 0 = c � 4 L3 Ly � Co 0 E .N 0. 0) U Q.) 0 --y c LA LL- 0 U 0) 0) w 00 _1 0 J 0 0 0 m 12.1 0 0 0 .4- O) Q. c 0) s .,l O 3 i ') L9 0) 0 J 0 0 0 0 0 .7, 0) 0. and Gas sensors m 0 a) .0 0 z 0 0 c a; on Nick Proksell, page 2 0 0 0 a, iQ m 0 0 0 tit 1i a 0. 0. ca U c ai 04 0 3 d--� tS} 0 0 0 0 L!5 0 C 0 04 Lel U lJ 01 0 3 is 0 x M 53' D 0 0 c 0 u as O: Lct C Sonar, Laser and Gas sensors using CCTV /Sonar / Laser / Gas 1 L s a .0 04 0 z i 0 a 0 0. {j7 4-0 U .s� 0 0) UD 3 LQ 4- 0 0 0 0 sv 0 0 v 0) 0. C sn c 0 k1 w [P . 0 :a3 CD L CD LT1 0 c 44- rz O a Cl/ 0- N t6 v m c 0 n 0 1.. Q s ns 4+- 0 C3 u-. 0 0) L a[f 3 0 0 f'V 3 0 m 0 U. 0 0 O C 0 0) 0. C 04 0 -C 0. 04 .0 a) 0 3 0 m 0 0 0 tin rYs 0 C 0 IFIL) 0) 0. C ft LJ 1I N 04 0 0 tol U LJ y 4i 4- a 1. 1n 3 0 i SI O M N 0 ett w 0 0 3.P o > 0. LTA C 3 1.1.3 cv 2 sof3 0 ry N. to - ° LL 0 0) 0) 0) S 0) c O U C? c V c 0 t1i fIrS ai 0 0 0. LJl 4- 0 co 0 all .0 0. ai 0 0 U of 3 CR 0 O 0) 0) trt0) w 0 0) 00 sr'1 O Li. 0 0 0 m 0 c 0 aJ 0. C CO ai 0 0 0 0 0 E a vs N d c 0) 0. 0 0 ry 3 1� 0 1L 0 0 1r 0 C u 04 C 00 a) 0 0 0 0 0t are2 N. r a.) Q 0 aw crs 0 0- 4- 0 sue. U 0) 6t) 0 0. 0) u a) 0 N c 0 .0 m 0 -.d 0 0 0 0 C 0 u 0 0. C w a, v 0 C C 0 0 (0 m 0 0 0r mot' 0 0 u a) 1. using CCTV and Sonar 00 2 c 0 c) 0 0 sec O 0 4- 0) 4r O sa -4 0 0 0 N 0 0 0 0) 0. 0 00 C3 a1 0 Q 0 E itts O C.3 in various basins 0) 4, 04 Nick Proksell, page 3 assessment 0 0 0 0 0 Ln CO 0 Fu 4- O is 00 CV s5.a 4- O t= 0 0) /Sonar /H2S Gas/ Laser/ incline 01 0 4, 2 Cv O �$1 0 0 E 0) 4, 01 it 4, a) 4, .0. 0 00 0 to n.. O Ln h � • tCl O 0 u 7 VI L2 U U l3) u 4, 4, ti N ton4, 0 0 V U 0' 0 41 40 0 0 0 E 4, v0 ,. V 0 0) E 41 41 4, O 0 0 0 O i■ a 1 St1 • to .0 pr.) E rd O • 00 = o at 00 0 C O u pa i Q. V � 0 E 4) 4, 0 'L3 0 V 0 iui 0 s 4-. O C0 0 2 0 01 0 0 44 a) 0. 0 4, 4, c O tra U 0 O ZF 0 v '41 c 0 4, 0 0 4, ;k1- ltl 4- O L CV 0 0 0 a) Cv 0. Q 1 0 E La 4) 6 tft41 lit 0) 01 O U 0) 0 0 41) E N '41 0 0 i4 s 0 acs O 0 4- 0 L7^ 10 N. m O 0. 0 s a) 1) ra 0) O -Zs 0 0 U l0 t 0} LO 0 C0 N. ni 0 c 0 v 0) 0. 0 JSonar/ H2S Gas/ Laser lJ c T.; 0 Q) CO 4, l3 N S 4, a 0 tri U rn 'Di co 0' 0 is 0 4E4 3 0 0 0) 01 .0 0J 0. lu 7 0 0 l3 0 G) .0 01 manhole near 4, 41 'e) 0 0 0. a) f)) rt O • (0 4.. 0 Lfl m 0 s 0 a) 0_ 0 s 0 0 0 0 01 .0 U O i a) Y 130 I .0 0) z L 4.3 Fe- 0 L51 0 .71 tft0 4, E 41 v 4, 0 0 0 u 0 G3 0 9- rs 1* 0 0 0 44 v 0. c Horseford Storm 0) t 0 C1' s N 0 J CO 00 01 ni 0 c 0 0) 0. G) is a 131 O 4.4 0 2 4) s� G Y Cif 0 0 0, E tit N exe 41) 0 0 c 0 l,) 14 h 4- 0 d 0 V1 0 0 0 1) 0) C3. 0 L 41) 0o 0 v .0 0) W 0 0 F^^ CCTV /Sonar 0 0 c 0) E v, 4, 0 O 4- 0 0 N 0 W 0) 01 0) 1: 0 0 0 u C3 0. 0 F5 01 e) c 0 s 4, E 0 0 CO N 0 LL 0 0 O 0 N 0 c 0 u 0.. 0 CCTV /Sonar // Laser 0) 0 O i4 0 0 '0 9) 0 EL C1" if, 4- 0 0 0 u a) 0. 0 L m eh 4- ttl 0 A G) 0) T3 0 0 01 L� J wt Cr: 4- 0 0 0 4) w S3 4, 0 0 01 0 4, 0 01 c c 4, 41) V 0) E 0 0 0 c L:3 a) y 0 t C 7 01 0 0. 0 2 a! 1i5 E LO 4- 0 c 0 0) a 0 0 s 00 h a LZ LA h 01 0 0 O 01. 0 Force Main using. CCTV/Sonar/ Laser VJ U T 0 0 c C- i c as 0 as p Y.. r C.' ..I 3 C} I'S a o in 73 cn w U w i •*' E VS u t03 C U W G3 C 4: O N xn ft trt tn in trk -1,3 ns .+ 0 '� 0 01 u t1 4' 5 so as 0) c 'II "i3 , Q i '0 0) s7< C r E ,.- c - a- 0 C to c Q — O 0 rS? C 5 i 0 J S 3 vi ^p Q O u1 p O N p 0 5u sn CZ l7 p) to S4 CO i-1 VS O V � E 1.. s u 1... 71 a Q . S r� as • O , - Q v CS] Q .0 q ,. b -43 ffi 4s r-- T1 = N oo 1 ;:1- 0 r C ^� u_ RS QA pJ �$ C V �- "� a y = Cr} = m i tt CV tir.. O -��. = CO q1 C a Q '� O �e O 0 0 .rjj -" 1 0 . +a- tl! '� U t° Z° s o Q .1 `1 -s I`j `� Q 77 m Yt iJa s_ v1 vs d u m 11 m I., O r tp 2 ....I C: z O 1.- �' rn rV zi N 7+ U O O u.. L c o �••. , p 6l ='C - R Z 0 Z 6 t0 .. cc rn O 'v A E~ O = ' C O s ""^ `+.^ O tti3 Ol 'G u- O -!— o O c ti 16 as Q y .• o 61 U -, ,_. N „- V cC g o vt a —, V% o m "u d 6uv1 b 1- o vC m. � d c .. o H U o 1. try L n IN V vw V + J n Q o p >a ..s 0 0 O 0 v rh 'a p � o U r - ... c w 'a7 w c cu ai -13.3 C? w or 0) 01 n - wO _ al >• 2w !` C. A CL " 7'+ 1 Y 1/1 Cr-, Ct E ›.• cn U cU A C C1 ++ ±' u_ yr en en O i} O O l X 1* o CJ = ad M `` cu U 1. 6 of O a t] O a CIE' Nick Praksell, page 4 . r•i G r .7 ti . r VI t7 01 01 She sn 0 43 x.. � > Ni �,, C en N W U Z E C4 C :ry 1 Col 01 93 v1 Gil > Q e, ac� 1..., 07 to { {] sat Y t 1 O p° p trl a i� '° c 'N o 0 ` W ,-- 'Fa a i t 0. '� ° w' T u w C Q i 4 k 4." ‘11 Y Cd C5 0 o O 0 v • O -', 0 el — O H r S) O r `s m � "o � o 54 VI 1:5 a a L1 c ac° 0 "� 0 0 01 ry 0 _ r sn 7 '- t 0' m s, m - C "i m amm° © v I ° es. 0 4,o .— 00 U C N c L F- O O U ca4 c4_ in a- 1.1 fa 3 7 o O � O V p rL u 4 1 a o O s Cs = = e = CI IZ ra o q a 0 2 2° o n c_ 0 . o si i p u u u V p u g 0 •C u f 0 u- 0 c4- a". I 'a-. en O p 0 u ai 5 t1 v U 5 U U v d c3 C3 s U V U U Nick Proksell, page 5 c 0 fa. Q) 0) E 0 0 m 0 m o? 0 0 u 0) ten u 0) trr 0 Ark 0 v1 to v N cif _.a in 0 0 a) 0 CCTV/Sonar /3D LasQr/Gas 0) 0 a) C a) {[f 0 0 rEi 0 0 v 0 sv 0 0 n.: 0 0 0 V a) 0. C jE I New , ,g. Wi is is to c2rtifu tijut Orally Ntrnal ITUS glttsfnctar €1u ummpleicd DREFzs b, HAZWOPER ti 9CRF1910.1zo1 , 0 8•H- ow Refresher Program I. Date Timothy E Smith Ant ifiaitL . a 7Bi2G f` j Location 800.732.3073 &mcient Ill Number — ATTACHMENT C ATTACHMENT F SERVICE AGREEMENT Large Diameter Sanitary Sewer Line Inspection & Cleaning Service Agreement No. THIS Large Diameter Sanitary Sewer Line Inspection & Cleaning Agreement (this "Agreement ") is entered into by and between Ace Pipe Cleaning. Inc. (the "Contractor ") and the City of Corpus Christi, a Texas home -rule municipal corporation (the "City "), by and through its duly authorized City Manager or designee ( "City Manager'), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide Large Diameter Sanitary Sewer Line Inspection & Cleaning in response to RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12) which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide Large Diameter Sanitary Sewer Line Inspection & Cleaning in accordance with RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12) Specification 1007. 2. Term. This Agreement is for one (1) year commencing on the date signed by the last signatory hereto and continuing for one year thereafter. The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the City Manager. 3. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non - performance and authorizations for payment. All of the Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Director of Wastewater. 4. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may- any agent, servant or employee of the Contractor be considered an employee of the City. 5. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages and the performance bond to the Contract Administrator. Additionally, the Certificate must state that the Director Wastewater will be given at least thirty (30) days' notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's written request. 6. Assignment. No assignment of this Agreement or any right or interest therein by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City (the City's fiscal year ends on July 30), is subject to appropriations and budget approval providing for covering such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted as that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any term or condition of this Agreement, or RFP No. B1- 0136 -12 (which includes Specification 1250, dated 413112), or the Contractor's bid offer to RFP No. BI- 0136 -12 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. 10. Subcontractors. The Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Director of Wastewater. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in RFP No. BI- 0136 -12 (which includes Specification 1250, dated 4/3/12). Failure to keep all insurance policies and performance bonds in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, the City may terminate this Agreement upon twenty (20) days' written notice to the Contractor. However, the City may terminate this Agreement on twenty -four (24) hours' written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out herein. 13. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, Publication 15, as it may be amended. Upon his request, the City Manager shall be provided proof of payment of these taxes within fifteen (15) days of such request. The Contractor may terminate this Agreement upon ninety (90) days' written notice to the City. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace policy. 15. Violence Policy. The Contractor must adopt a Violence in the Workplace policy. 16. Notice. Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand - delivered and on the third day after deposit in the U.S. mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Director of Wastewater P.O. Box 9277 Corpus Christi, Texas 78469 -9277 IF TO CONTRACTOR: Contractor Contact Address: City, State, Ace Pipe Cleaning, Inc. Bruce Jameson 1509 Sylvania Ct. Fort Worth TX 76111- 17. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new Agreement upon expiration of the original contract period or any extension period, the Contractor shall continue to provide goods /services under this Agreement, at the most current price under the terms of this Agreement or extension, on a month -to -month basis, not to exceed six months. This Agreement automatically expires on the effective date of a new contract. 18. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 19. INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ( "INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO WITH THE FAULT 'OF ANY OTHER PERSON OR GROUP. CONTRACTOR MUST, AT ITS OWN EXPENSE, ,INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY IOND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER TERMINATION OF THIS AGREEMENT. SIGNED this 1 day of CITY OF CORPUS CHRISTI ( "CITY ") ,20 17 . Contractor PrCt-L ( 1 tevV- J ),LL, Michael Barrera Date Assistant Director of Financial Services APPROVED THIS DAY OF , 20 CARLOS VALDEZ, CITY ATTORNEY By: Veronica Ocarias Assistant City Attorney Incorporated by Reference: Exhibit A: RFP No. BI- 0136 -12 Exhibit B: Proposer's Proposal 17 ATTACHMENT D GU cu u / ± / .5 $ b _ 7 © 0 o _ e / ° Z m § e G 2 m w 0 (\ < / \; =.R w ai tn R < $ # % 9 • b£ t— 2 0 f f < G u = . ,- k k k 0/ k 2/¢ ) k■ a E z vƒ UJ 0 Q§ OJ/ f\ _ § §) \ / / e § 2 / a ° ° & ) ®� t / 3 3 d / / § V w § § - ( G 13 0) a) E o e \ 7 E S 2 2 ƒ f f f ¢§% cu m g § a § o_ $ \ § § u — \ > w 5 @° b m® u m u§_ z / \ e ea' % - £ 7 \ % a t / / - - o u a$,W v) 0 2$« /§ e t §§ e e S 5§ \) 0_ v)§§ k = E / Contact and title: Chamindra Dassanayke, PhD. PE, PM for Malcolm Pirnie /Arcadis Phone number: 972 -663 -2153 Description of Services Provided: Multi- Sensor Inspection over 50,000 LF using CCTV, Sonar, Laser on Large Diameter Sewers ranging in size from 36" thru 120" diametrer all of the City of Dallas Organization name: Dallas Water Utilites, Dallas TX 'Address: 8915 Adlora Lane, DallasTX 75238 Effective date of contract: 10/2010 - Current Dollar Value of Awarded Contract: $686,000.00 CURRENT CLIENT Reference 2 Dollar Value of Awarded Contract: $628,000.00 Contact and title: Rob Scarlatelli, PE Program Manager Akron Public Utilities Phone number: 330 -375 -2435 Description of Services Provided: Multi- Sensor Inspection over 30,000 LF using various combinations of CCTV, Sonar, Laser on Large Diameter Sewers raning in size from 30" thru 144" diametrer all of the City of Akron under a EPA Consent Order Organization name: City of Houston, TX Organization name: City of Akron, OH (Address: 1055 Home Ave., Akron, OH 44310 Effective date of contract: 7/2011 to Current Dollar Value of Awarded Contract: $208,000.00 V z U Contact and title: Jason Iken, PE Program Manager Phone number: 713 -641 -9191 Description of Services Provided: Multi - Sensor Inspection over 70,000 LF using CCTV, Sonar, Laser on Large Diameter Sewers ranging in size from 36" thru 120" diametrer all of the City of Houston Organization name: City of Houston, TX 'Address: 4545 Groveway Road. Houston, TX 77087 Effective date of contract: 2/2008 - 12/2008 Contact and title: Gary Skipper, PE Program Manager Brown & Caldwell Phone number: 858 -571 -6792 Description of Services Provided: Multi- Sensor Inspection over 30,000 LF using CCTV, Sonar, Laser on Large Diameter Sewers ranging in size from 36" thru 120" diameter all of the City of Houston Reason for Discontinuation or Termination: Project Completed Organization name: City of Honolulu, HI (Address: 1000 Uluohia Street, Kapiolei, Hl 96707 Effective date of contract: 8/2009 - 1/2010 Dollar Value of Awarded Contract: $295,000.00 Reason for Discontinuation or Termination: Completed Project Dollar Value of Awarded Contract: $641,000.00 FORMER CLIENT Reference 3 PRICE SHEET ATTACHMENT E By submission of its proposal, the Proposer agrees that the pricing quoted in its proposal is fixed and firm for the duration of the initial one -year term of the contact. Proposers are to insert their best price in the "Unit Price" column highlighted in yellow below. in case of discrepancy between unit price and total price, the unit price will be presumed correct. Group No. Item No. Description Quantity Unit Unit Price Total A Mobilization I Job Mobilization, CCTV Pre—Cleaning Inspection 10 EA. 9,950.00 $99,500.00 2 Job Mobilization, Sewer Cleaning 10 EA. 5,000.00 $50,000.00 3 Emergency Job Mobilization 4 EA. 17,950.00 $71,800.00 B Traffic Control 4 Traffic Control Plan (Each Work Order) 20 EA. 1,000.00 $20,000.00 5 Traffic Control for Arterial Street (Five Lanes or Greater) 125 DAY 1,600.00 $200,000.00 6 Traffic Control for Collector Street (3 or 4 Lanes) 130 DAY 1,500.00 $195,000.00 7 Traffic Control for Residential Street (2 Lanes) 30 DAY — 950.00 $28,500.00 8 Changeable Variable Message Boards (EA) 250 DAY 100.00 $25,000.00 C CCTV Pre - Cleaning Inspection 9 CCTV Pre -Cleaning Inspection 18" Diameter 1,500 LF. 4.75 $7,125.00 W 10 CCTV Pre -Cleaning Inspection 20" or 21" Diameter 1,500 LF, 4.50 $6,750.00 11 CCTV Pre -Cleaning Inspection 24" Diameter 10,500 LF. 7.00 $73,500.00 12 CCTV Pre-Cleaning Inspection 27" Diameter 7,500 LF. 7.00 $52,500.00 13 CCTV Pre - Cleaning Inspection 30" Diameter 5,000 LF. 7.00 $35,000.00 14 CCTV Pre -Cleaning Inspection 36" Diameter 25,000 LF. 7.15 $178,750.00 15 CCTV Pre - Cleaning Inspection 42" Diameter 35,000 LF. 9.50 $332,500.00 16 CCTV Pre - Cleaning Inspection 48" Diameter 4,000 LF. 9.50 $38,000.00 17 CCTV Pre-Cleaning Inspection 54" Diameter 1,000 LF. 9.50 $9,500.00 18 CCTV Pre- Cleaning Inspection 60" Diameter 2,000 LF. 9.50 $19,000.00 D Line Cleaning M 19 Sewer Line Cleaning 18" Diameter 1,500 LF. 12.00 $18,000.00 20 Sewer Line Cleaning 21" Diameter 1,500 LF. 12.50 $18,750.00 21 Sewer Line Cleaning 24" Diameter 10,500 LF. 18.00 $189,000.00 22 Sewer Line Cleaning 27" Diameter 7,500 LF. 24.00 $180,000.00 $120,000.00 23 Sewer Line Cleaning 30" Diameter 5,000 LF. 24.00 24 Sewer Line Cleaning 36" Diameter 25,000 LF. 24.00 $600,000.00 25 Sewer Line Cleaning 42" Diameter 35,000 LF. 26.00 $910,000.00 26 Sewer Line Cleaning 48" Diameter 4,000 LF. 35.00 $140,000.00 27 Sewer Line Cleaning 54" Diameter 1,000 LF. 40.00 $40,000.00 28 Sewer Line Cleaning 60" Diameter 2,000 LF. 40.00 $80,000.00 29 bebris, Dry State, Delivered to Cef6 Valenzuela Landfill 7,000 TONS 10.00 $70,000.00 30 Landfill Fee 7,000 TONS 11.50 $80,500.00 E Flow Control/By —Pass 31 Flow Control/By -Pass Pump Setup, 6" Pump 5 EA. 2,500.00 $12,500.00 32 Flow Control/By -Pass Pump Setup, 8" Pump 5 EA. ' 5,000.00 $25,000.00 33 Flow Control/By -Pass Pump Setup, 12" Pump 5 EA. 10,000.00 $50,000.00 34 Flow Control/By- -Pass Pump Operation, 6" Pump 40 IIR. 100.00 $4,000.00 35 Flow Control/By- -Pass Pump Operation, 8" Pump 40 I-IR. 125.00 $5,000.00 36 Flow Control/By-Pass Pump Operation, 12" Pump 40 HR. 150.00 $6,000.00 37 Plugging Existing 18" to 24" Diameter Pipeline at Access Structure 4 EA. 500.00 $2,000.00 38 Plugging Existing 27" to 42" Diameter Pipeline at Access Structure ' 4 EA. 500.00 $2,000.00 39 Plugging Existing 48" to 60" Diameter Pipeline at Access Structure 4 EA. 500.00 $2,000.00 TOTALS $3,997,175.00 . yam. o«,.. w. r,..:. a�srtrm�rxaysas 'mtaw;x4x4�'tn.'xaw[v -. ..razus.xrsa�a>:� - �,..� .«.n..,..w. ,,.,., «..:x�..�y -a - c v — ".rryrt;rp�uetc. >ur'ncr' N•..,•, National Association of Sewer Service Companies NASSCO, Inc. 4100:44.• pp *' �� E ow Certify hat Xavier Guerra c..4';r2.11ted i.t PACP MAC( of i , Certi-i'fcation L valid for ' re years trori the a1'e s i f . CERTIFICATE NUMBER: ,U -1009 -8393 ,a fix "' ,,3t 1 2 , .4 no!Irizia., r'F . �t ,r;Iti;�o t)irector Date of lssua ce die:.. IJ� r_. , NIaTi: :. TH. U 1 lit NCT AN F~NIPLUYEE, AjBNT :'iR PARTNCIR 1 F NA$SCC3.- 7 Hm Lis F4 AC:hNCrnLcp6L"5 AND A4 THAT NA5800 .. NC1T �". f.ls�t"RV£ w ❑4 Co NTRC1. THE :,1SEN AND THAT ?1A.5sCC SHAT..!. NCT ERE SC+CN9i$Lf: C■I7 ANN' A..: OP. C11-01US:r3N CF T.iE } s f cri ( E O 1 ki } Z � • \ / \�\ *1 rs bi )} 7.\ L7 to ug 71 r E \n Z 4 \1 • Q • z \ \ \ Li bs \\ 10 I- \ \ (} • \ • 0