16
INVITATION TO BID Sanitary Sewer Cleaning and CCTV Inspection Program for Radcliff and Fort Knox Collection Systems Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222 www.HCWD.com September 2020

Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

INVITATION TO BID

Sanitary Sewer Cleaning

and

CCTV Inspection Program

for

Radcliff and Fort Knox Collection Systems

Prepared by:

Hardin County Water District No. 1 1400 Rogersville Road

Radcliff, KY 40160 Phone: 270-351-3222

www.HCWD.com

September 2020

Page 2: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection Page 2

INVITATION TO BID Sanitary Sewer Cleaning and CCTV Inspection

Hardin County Water District No. 1 (District) issues this Invitation to Bid from interested qualified firms for a Sanitary Sewer Cleaning And CCTV Inspection Program of its Radcliff and Fort Knox Collection Systems, bids will be accepted until 2:00 pm on September 25, 2020 at the District Service Center, 1400 Rogersville Road, Radcliff, Kentucky. A Pre-Bid meeting will be held on September 18, 2020 at 11:00 am (EST) at the Hardin County Water District No. 1 Service Center. The meeting will be offered via an in person or phone conferencing format. The Conference call information is supplied within this Bid Specification document, and requires callers to call into a conference bridge where long distance charges may apply. Complete bid documents may be picked up at the District offices, or downloaded from the website www.HCWD.com under "Bid Information" after September 11, 2020. The District invites any qualified firm to submit a bid and does not discriminate on the basis of race, creed, color, sex or national origin. The District reserves the right to award or reject any and all bids or to waive technical defects, irregularities and omissions, if in its judgment, is in the best interests of the District. Final contract is to be awarded and approved only after approval by the District’s Board of Commissioners.

Page 3: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 3

INVITATION TO BID Sanitary Sewer Cleaning and CCTV Inspection Program

1. DISTRICT GENERAL INFORMATION: Hardin County Water District No. 1

(“DISTRICT") owns and operates the Radcliff wastewater treatment and collection system ("RWWTP") and the Fort Knox wastewater treatment and collection system (“FKWWTP”). The Radcliff wastewater treatment plant is located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South Carolina Street, Fort Knox, Kentucky.

2. INTENT: The DISTRICT intends to receive bids from qualified companies

(CONTRACTOR’s) to provide sewer line cleaning and CCTV inspection for 10% of its collections systems per year for a contract term of five (5) years, with option to extend in two (2) year increments. Extensions subject to Board approval.

3. Scope of Work:

a. The Bidder agrees to perform all the work described in Sections 4: Sewer Line Cleaning, Section 5 - Closed Circuit Television Sewer Inspection and Section 6 – Additional Services of the Bid Documents for the proposed lump sum and/or unit prices, if applicable, which shall include the furnishing of all labor, materials, supplies, equipment and/or vehicle usage, services, all items of cost, overhead, taxes (federal, state; local), and profit for the Contractor and any Subcontractor involved, with the intent to clean and CCTV approximately ten percent of the District’s Radcliff and Fort Knox Collection Systems. Ten percent of both systems comes to an approximate combined total of 110,000 linear feet, see Attachment B. If unit prices are applicable, Bidder must make the extensions and additions showing the total amount of bid.

b. Backflow Prevention - Backflow prevention approved by the District shall be used for all connections to the potable water system in compliance with KRS 198B.040(10), 318.130 and Kentucky Administrative Regulations: 815 KAR 20:120. Water supply and distribution.

c. Traffic Control - Traffic control shall be in accordance with District specification Section 01570

4. Sewer Line Cleaning:

a. Scope: The work addressed by this section consists of sewer line cleaning

to remove foreign materials from the lines as required for television inspection. Proper cleaning should restore the sewer to a minimum of 95% of its original cross- sectional area. It is recognized that there are some conditions such as collapsed pipe that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued.

b. Equipment: i. Hydraulically Propelled Equipment - The equipment used shall be of

Page 4: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 4

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 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.

ii. High Velocity Jet (Hydro-cleaning) Equipment - All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel.

iii. Mechanically Powered Equipment - Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall 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 a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat-treated steel. To ensure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve.

c. Execution: i. General: The designated sewer manhole sections shall be cleaned

using hydraulically propelled, high-velocity jet, or mechanically powered equipment. The Owner shall provide the Contractor with access to hydrants for the necessary filling of tanks for sewer cleaning operations. Selection of the equipment used shall be based on the conditions of lines at the time the work commences. The equipment and methods selected shall be satisfactory to the Engineer. The equipment shall be capable of removing dirt, grease, rocks, sand, roots, protruded laterals, and other material and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole due to collapsed pipe, the equipment shall be set up on the other manhole and cleaning shall be attempted again. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, the Contractor will notify the Engineer for further direction. Equipment shall have a minimum capacity of 60 gallons per minute at a working pressure of 1,200 pounds per square inch.

1. Light Cleaning - "Light cleaning" shall include the cleaning of a section of sewer using high-velocity water jetting

Page 5: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 5

equipment. "Light cleaning" shall include up to three (3) passes using the above-mentioned equipment to remove sludge, dirt, grease, rocks, sand, gravel and similar debris from the designated sewer section. Light cleaning shall be considered incidental to the unit cost of CCTV Inspection.

2. Heavy Cleaning - "Heavy Cleaning" shall include that cleaning necessary to remove medium to large roots, root balls and other material and obstructions from the sewer lines and manholes which cannot be removed through "Light Cleaning."

3. Sewer Cleaning Precautions - During sewer cleaning operations, satisfactory precautions shall be taken in the use of the cleaning equipment. When hydraulically propelled cleaning tools, or tools which retard the flow in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible, the flow of sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be obstructed in case of a fire in the area served by the hydrant.

ii. Protruding Lateral Removal - This work shall include removal of portions of protruding laterals that extend into the sewer main. A lateral is considered protruding if it extends greater than three inches (3") into the sewer main and it prohibits the passage of CCTV inspection equipment. In general, the District desires to minimize the amount of work under this item. When encountered, the Contractor will secure approval from the District's representative to remove the protruding part of the lateral. Protruding lateral connections will be removed via the use of internal cutting devices which are capable of providing a smooth lateral cut at its internal connection to the sewer.

iii. Root Removal - Roots shall be removed in the sections where root intrusion is a present. Special attention should be used during the cleaning operation to assure almost complete removal of roots from the joints. Any roots that could prevent the proper application of chemical sealants or cured in place pipe line systems shall be removed. 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. Chain beaters shall be used at the Contractor's risk. Any sewer failures resulting from use of chain beaters, which will require a sewer point repair, shall be paid at the Contractor's expense.

iv. Material Removal - Sludge, dirt, sand, rocks, grease, and other solid or semisolid material resulting from the cleaning operation

Page 6: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 6

shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted.

v. Disposal of Residuals - The District will provide a dumpsite for all debris removed from the sewers during the cleaning operation. Any hazardous waste material encountered during this project will be considered as a changed condition.

vi. Final Acceptance - Final acceptance of sewer line cleaning shall be made upon the successful completion of the television inspection and shall be to the satisfaction of the District. If TV inspection shows the cleaning to be unsatisfactory, then the Contractor will re-clean and reinspect the sewer line until the cleaning is shown to be satisfactory.

5. Closed Circuit Television Sewer Inspection:

a. Scope: The work associated with this section consists of the inspection of

sanitary sewer pipelines to collect data of every notable feature, defect, or other pertinent observations to enable determination of the condition of the pipeline using industry standard methodologies. The inspection shall be completed in a multi-step process consisting of Data Collections and Data Review, Reporting, and Delivery. Contractor must perform a quality inspection utilizing a system designed for sewer pipe inspection. The inspection system used by the selected contractor shall meet all the following specifications:

b. Data Collection: i. Contractor shall reduce the flow by use of pipe plugging or bypass

pumping when necessary. The contractor must display at least 75% of the pipe wall at all times during inspection so that defects, features, and other notable information can be collected.

ii. The Contractor shall clean all inspected pipeline using hydraulically propelled, high velocity jet, or mechanically powered equipment (Per Section 3). Selection of equipment shall be based on field conditions such as access to manholes, quantity of debris, size of sewer, depth of flow, etc. Reference is made to the NASSCO "Jetter Code of Practice", a guide for selection and operation of sewer jetter equipment and the selection of nozzles for different applications. Cleaning must be done so that at least 90% of the pipeline is free of solids, sediment, or debris.

iii. The television camera used for the inspection shall be one specifically designed and constructed for such inspection and shall be capable of panning 360° and tilting 270°. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera should be capable of generating a minimum of 500 lines of resolution. In general the camera, television monitor, and other components of the video system shall

Page 7: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 7

be capable of producing a color picture/video quality to the Owner's satisfaction.

iv. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. If, during the inspection operation, the television camera will not pass through the entire manhole section, the Contractor shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire manhole section, the inspection shall be considered complete noted as Survey Abandoned and no additional inspection will be required. If inspection of an entire sewer segment cannot be completed due to a collapse, excessive deformation, debris, intruding connections, obstructions or large displaced joints, move equipment to the downstream manhole and attempt inspection in the upstream direction.

v. The Contractor shall advise the District immediately if any complete sewer segment cannot be inspected and provide information documenting the length of sewer not inspected, location, segment, distance from adjacent manholes, etc.

vi. The inspection system must be able to collect all necessary data in either the forward or reverse tractor direction. Systems collecting data only in the reverse direction will be deem unacceptable.

vii. The inspection system used by the contractor must be a proven technology with at least 100 systems in use throughout the world. Systems with less user base will be deemed unacceptable.

viii. All CCTV coding shall be done in accordance with NASSCO's Pipeline Assessment Certification Program (PACP). The information called out should include, but is not limited to the following:

1. Structural condition and deformation of the pipe walls 2. Segment length (from inside walls of adjacent manholes) 3. Manhole depth (invert to top of casting to nearest 0.1') 4. Blockages or obstructions 5. Condition of joints and pipe walls 6. Standing water/sag conditions 7. Infiltration/exfiltration 8. Fluctuations in water level 9. Size, location and condition of sewer laterals w/clock position 10. Feature ID provided by the District

ix. A still picture (color jpeg format) shall be captured of all significant defects observed during an inspection. For each picture record segment, location along sewer, clock position, time and defect code for each picture. The operator shall also capture a still photograph looking up each lateral, noting location along sewer, clock position and defects as necessary.

x. During the inspection, clearly and continuously display the following information on the periphery of the screen, monitor and video

Page 8: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 8

recording: 1. Starting Location ID 2. Ending Location ID 3. Distance from Starting Manhole Location

xi. Sections that have video of poor quality shall be re-inspected as required to provide video with acceptable resolution to enable identification and characterization of defects in the section.

c. Data Review, Reporting, and Delivery: i. Contractor is responsible for reviewing collected data, coding

observations, and completing a full NASSCO Pipeline Assessment & Certification Program (PACP) evaluation of each inspected pipeline.

ii. Submit two copies of the following items, following completion of all required video inspection activities:

1. Electronic inspection videos recorded and organized on an external hard drive or other equivalent device.

2. Electronic still-capture pictures of significant defects on an external hard drive or other equivalent device.

3. Printed inspection logs w/location and defect codes 4. Printed list of standard PACP defect codes

iii. All inspection videos shall be configured for viewing using Windows Media Player Version 10 (or more recent version) and have the ability to use all features of the video player including fast forward capability.

iv. Clearly label each external hard drive with the following information in an organized format:

1. Name of Inspection Contractor w/address 2. Project Name/Basin 3. Date of Inspection

6. Additional Services:

a. Scope: The work associated in this section is for additional services requested by the District that are outside of and beyond the 10% annual cleaning and CCTV inspection work plans. Additional Services can only be completed upon request and authorization by the District. Additional Services include:

i. Special mobilization / demobilization for sewer line cleaning and CCTV inspection or Vacuum truck operation, as required beyond the number of mobilization / demobilizations included in the base bid (Bid item No. 1).

ii. Additional cleaning and CCTV inspection requested beyond the annual work plan provided by the District and not included in the base bid (Bid item No.1).

iii. Additional hourly rate during cleaning and CCTV inspection as required beyond the base bid (Bid item No. 1) but only allowed when working between 7 PM and 6 AM or any hours

Page 9: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 9

working on a weekend or a HCWD No.1 Holiday. iv. Additional hourly rate for the Contractor to provide Vacuum

Truck operations. Vacuum truck operations could include grease removal from lift stations, lift station grit removal and hydro-excavating. Vacuum truck debris tanks can be dumped at either of the District’s dumping stations located at its wastewater treatment plants at the discretion of the District.

7. References and Standards:

All work shall comply with the following standards as if fully set forth herein: NASSCO (National Association of Sewer Service Companies) Pipeline Assessment & Certification Program (PACP) Reference Manual

Kentucky Revised Statute KRS 198B.040(10), 318.130

Kentucky Administrative Regulations: 815 KAR 20:120. Water supply and distribution

Hardin County Water District No. 1 - Manhole Plugging Standard Operating Procedure, dated August 1, 2011

Hardin County Water District No. 1 - Manhole Plugging Checklist, dated August 11, 2011.

8. Bid Format and Submittal Requirements:

a. All bids shall include all required elements. Bids shall be submitted to

HCWD1 no later than September 25, 2020 at 2:00PM. Late bids may be rejected without consideration at the sole discretion of the District. Bid pricing shall be maintained for not less than ninety (90) days. Bidders are to consider in their bid the Notice To Proceed shall be issued for January 1, 2021.

b. Required bid elements include: i. Staff Experience and Expertise: Shall include persons who will be

assigned to the project, their education or work experience and what tasks or parts of the work they will contribute. Shall include documentation of Manhole Assessment & Certification Program (MACP) and Pipeline Assessment & Certification Program (PACP) certification(s) of persons. Shall include specific list of projects which are similar to those described in this RFP.

ii. Firm’s Experience Cleaning and Inspecting Sanitary Sewer: Shall describe previous experience, and other relevant experience the firm has with similar efforts. Must include references of at least three similar installations completed in last three years, and include

Page 10: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 10

name of client, contact person, study cost and contact information. 1. Contractor/Superintendent experience requirements: The

Contracting firm and the project superintendent shall have minimum field experience for Cleaning and Inspection of three (3) successfully completed projects totaling a minimum of 2,000 lineal feet of main line using CCTV technology for the proposed work.

iii. Shall also include a description of the sequence of work, estimated times for completion of each, with specific times between each major scope task included in this RFP.

iv. Shall include description of equipment to be used, if equipment is rented or owned, hardware and software for CCTV video work.

c. Responding firm's bid shall address each of the following in their required General Plan and Schedule of Work Section;

i. Mobilization to the site of all equipment, personnel, or materials required for the project.

ii. Pipe plugging procedure and implementation schedule. iii. Bypass Pumping plan, setup and schedule as required. iv. Preparatory cleaning of all piping requiring CCTV inspection. v. Post-cleaning CCTV inspection of the piping. vi. Restoration of pavement, landscaping and affected areas related to

work. vii. Signed bid certification (Attachment A). Shall be signed and dated

by a person who has authority to bind the firm to the bid. d. The Contactor shall submit copies of the following to the District as part of

their bid: The successful bidder shall be responsible for bypass pumping during the cleaning and CCTV inspection period to ensure continuous operation of the sanitary sewer system, to ensure that no sewage backups occur to private property. Bypass pumping will be required as necessary to prevent backups, overflows or blockages of service, with prior approval of, and at the Discretion of the District. If the contractor does not consider or perceive any risk to causing backups to services or overflows then no bypass pumping will be required.

e. The estimated quantities of items of unit price work are not guaranteed and are solely for the purpose of comparison of bids and determining an initial Contract price. Determination of the actual quantities and classification of unit price work performed by the Contractor will be made by the District based upon actual requirements as noted in the field. The successful bidder shall consider both Cleaning and CCTV inspections as part of the same work. All lines shall be cleaned per specifications, followed by CCTV inspection.

f. All Bidders must submit Bid prices for all items below, to be considered. g. Submit bid for the cleaning and CCTV inspection of sewer mains ranging

from 8 inches to 36 inches on a per lineal foot basis, to include materials, labor, mobilization, equipment and expert knowledge required to ensure final cleaning and inspection meets all District specifications.

i. Mobilization to the site of all equipment, personnel, or materials required for the project.

Page 11: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection

Page 11

ii. Bypass Pumping Setup and Bypass Pumping costs. iii. Preparatory cleaning of all piping requiring inspection. iv. Post-work CCTV inspection of the piping. v. Provide detailed results of CCTV inspection in digital media or other

acceptable format. h. Alternate bids will be considered where the methods, equipment or the

quantities are changed. Any alternate bid submitted must clearly state which section in the specifications are not being met, or are being exceeded. An alternate bid will only be considered if the bid results in an increased economic benefit to the District, and only if the alternate carries out the cleaning and inspection of at least 10% of the District’s collection systems each year.

9. Pre-Bid Meeting: A pre-bid meeting will be held September 18, 2020 at 11:00 a.m. at Hardin County Water District No. 1 Service Center in Radcliff, Kentucky. Depending on the number of questions presented at this meeting, HCWD1 may issue an addendum with clarifications or additional information to those attending this meeting. Conference Bridge information is as follows:

Dial-in Number: 1-302-202-1102

Conference Code: 816885

10. Questions and Resources: Questions regarding bid content, or other technical

requirements shall be directed to:

Mr. Justin Metz Phone: 270-351-3222, extension 215 [email protected]

Also, all questions and answers will be distributed to all Bidders attending the pre-bid meeting and will be posted on HCWD1's website

Page 12: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection Page 12

ATTACHMENT A Bid Certification & Submittal Form

By signing below, the undersigned does hereby agree and certify the following terms, understanding and commitments;

1. That the Bidder, including officers, partners or principals, have thoroughly read and 2. understand all sections of the Invitation To Bid and that any exceptions or variances

requested have been submitted with their bid, all questions have been asked and answered and that the fee(s) submitted with the bid assume providing coverage for all risk requirements listed in the Invitation To Bid.

3. That all information and answers are correct for all parties to the best of their knowledge, and that should any information be found to be materially incorrect or false, the District may terminate any contract or agreement with the parties.

4. By submitting a Bid, the Bidder agrees to release the District from any liability resulting from the District's disclosure of such materials and the information contained in them.

5. By submitting a bid, the Bidder also agrees to defend any legal or administrative action seeking release of materials the Bidder believes to be trade secret information and will indemnify and hold harmless the District, its agents and employees from any judgments or damages awarded against any of them in favor of any party requesting the materials, including any costs connected to that defense. If a request is made under Kentucky Statutes for release of any materials submitted by a Bidder that the Bidder deems to be trade secret information, the District will notify the Bidder of such a request, but the District will have no obligation to commence or defend any action to prevent the disclosure of any materials, including materials the Bidder believes to be trade secret information or otherwise confidential.

6. That no member of the Bidder’s company, its employees, principals or partners have not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a District employee or Commissioner in connection with this Bid.

7. That the undersigned have the authority and approval to submit this Bid and bind their corporation or organization to the terms required in the Invitation To Bid and if selected for further consideration will in good faith negotiate with the District to provide additional pricing or cost information, and to enter into an agreement for completion of this project.

Firm Certification:

Signature

Printed Name & Title

Name of Corporation / Company

Witness Signature

Date of Bid:

Page 13: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Invitation to Bid - Sanitary Sewer Cleaning & CCTV Inspection Page 13

Pipe Material Diameter lineal feet Pipe Material Diameter lineal feet

Unknown 8 216 Uknown 8 769

PVC SDR35 8 15976 Cast Iron 8 201

PVC SDR26 8 625 Ductile Iron 8 3600

Cast Iron 8 485 PE 8 33693

Ductile Iron 8 963 PVC 8 110818

PE 8 3231 VCP 8 104858

PVC 8 345909 Other 8 38

VCP 8 232598 PE 10 5110

Clay Tile 8 154 PVC 10 14850

Other 8 493 VCP 10 20753

PVC SDR35 10 45 Unknown 12 686

PVC SDR26 10 1866 Concrete Pipe 12 193

Cast Iron 10 140 Cast Iron 12 436

Ductile Iron 10 18 PE 12 5426

PVC 10 4425 PVC 12 6724

VCP 10 3276 VCP 12 5871

PVC SDR35 12 3738 Steel 15 126

PVC SDR26 12 18 PE 15 3324

Cast Iron 12 173 PVC 15 7284

Ductile Iron 12 654 VCP 15 15095

PVC 12 12896 Unkown 15 12

VCP 12 3318 Concrete Pipe 18 40

Unknown 15 332 PE 18 473

PVC SDR35 15 2682 PVC 18 9131

PVC SDR26 15 231 VCP 18 3611

PVC 15 16065 PE 20 337

VCP 15 350 VCP 20 475

Ductile Iron 16 206 Cast Iron 21 503

PVC 16 54 PE 21 638

PVC SDR35 18 322 VCP 21 321

PVC 18 6345 PE 22 4572

PVC 21 1428 PE 24 1424

Ductile Iron 24 754 PVC 24 184

PVC 24 995 VCP 24 3361

Other 24 212 Concrete Pipe 30 11

Ductile Iron 30 1656 Clay Tile 30 1542

PVC 30 4446 PE 30 2562

667295 VCP 30 3354

Plastic 30 284

Concrete Pipe 36 3140

Cast Iron 36 376

Ductile Iron 36 387

376588Total 8"-30"

Radcliff Fort Knox

Total 8"-30"

Attachment B

Page 14: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Hardin County Water District No. 1 1400 Rogersville Road

Radcliff, KY 40160

SEALED BID FORM

Sanitary Sewer Cleaning and CCTV Inspection Program For the Radcliff and Fort Knox Collection Systems

INSTRUCTIONS: Fill in the bid amount for each item. Bids must be placed in a SEALED ENVELOPE and turned in to Mr. Justin Metz at the District’s main office NO LATER THAN 2:00 PM (EST)

September 25, 2020 and clearly marked “Sanitary Sewer Cleaning and CCTV Inspection Program BID”.

The District’s Board of Commissioners will make final determination of bid accepted and reserves the right to reject any or all bids, and to waive any informalities.

Item Quantity Total Cost

1 Mobilization, Demobilization, Sewer Line Cleaning and CCTV Inspection, bypass pumping as needed, to include all pipe sizes as required

Approximately 110,000 feet per year

$ ____________

2 Additional Services - special mobilization / demobilization beyond base bid (Item 1) for cleaning, CCTV inspection or Vacuum Truck operation

Each

$____________

3 Additional Services - cleaning and CCTV inspection beyond base bid (Item 1)

Per Foot $____________

4 Additional Services - hourly rate during cleaning and CCTV inspection beyond base bid but only allowed when working between 7 PM and 6 AM or any hours working on a weekend or a HCWD No. 1 Holiday

Per Hour

$____________

5 Additional Services – Vacuum Truck operation beyond base bid (Item No. 1)

Per Hour $____________

Name of Bidder: Signature:

(Print name)

Address: Phone Number: Email: (By signing above, bidder acknowledges that he/she has read and has agreed to all bid terms.)

Any inquiries should be addressed to: Mr. Justin Metz 1400 Rogersville Road Radcliff, KY 40160 Phone: (270)351-3222 [email protected]

Page 15

Page 15: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Hardin County Water District No. 1 Serving Radcliff and Hardin County for Over 60 Years

1400 Rogersville Road

Radcliff, KY. 40160

SIZE CERTIFICATION

The Federal Acquisition Regulation, Part 19, requires Hardin County Water District No. 1 (“the District”) to make reports on the value of subcontracts (this includes purchase orders) that are issued to the various companies providing services and supplies to the District in support of government contracts. For the most part the business size is a self-certifying issue that places the responsibility of the size/status declaration on the company that is making the certification. The SBA must certify companies claiming to be operating in a Historically Underutilized Business Zone (HUBZone).

Please complete the below self-certification and return it to the District with your bid documents.

Company Name: ___________________________________

Address: ______________________________________

City, State and Zip code: _______________________________

Phone Number: _________________________

Fax Number: _________________________

Email Address: _________________________

Business Size: _______ Small Business

_______ Small Disadvantaged Business

_______ HUBZone Small Business

_______ Woman Owned Small Business

_______ Veteran Owned Small Business

_______ Service-Disabled Veteran Owned Small Business

_______ Large Business

_______ Other: Specify _______________________

Company primary North America Industry Classification System (NAICS) code: ______________

Number of Employees: _____________

You may wish to review the definitions for the above categories in the Federal Acquisition Regulation, Part 19.7 or Part 52, Paragraph 52.219-8. If you have difficulty ascertaining your size, status, primary NAICS code you may call the Small Business Administration at 1-800-U-ASK-SBA or refer to SBA’s website at www.sba.gov.

Under 15 U.S.C. 645(d), any person who misrepresents its size status shall (1) be punished by a fine, imprisonment, or both; (2) be subject to administrative remedies; and (3) be ineligible for participation in programs conducted under the authority of the Small Business Act.

__________________________________ __________________________

Signature and Title Date

The self-certification is good for a one-year period. It is your responsibility to notify us of any size or ownership status changes during this period. After one year, recertification is required.

Page 16

Page 16: Cleaning and CCTV Radcliff.Fort Knox Sanitary 28AUG14 · located at 350 East New Street, Radcliff, Kentucky. The Fort Knox wastewater treatment plant is located at Bldg. 7207 South

Check List for Bid Submittal Requirements

Bid Form

Bid Certification & Submittal Form

Proof of Insurance

Small Business Status Reporting Form

Page 17