Loading...
Pacific Int-R-Tek ~ C140042 ai �1 � t4 City of Tigard C ctobeiti 25, 20:171 Pacific Int-R-I ek At Eavei&ott 3501 NW Division St Gr(isham, OR SIAM REEL: Saniit ary) dewier and Si arm Watc it Linci Inspeation— Pciriacl:J-dy 15, 2(117 t)hlrciug)hl July 14, 2018 CCINT RA CT NOTICE OF AW ARD —RENEWAL Conaaai # C1400421 DciarMr. Scatt Thci City cif T:igarc has dctcurrinad r1at your company has perfcirmed in accordance wits the requircimcnts of our Agreement. Theirciforei, thci City of Tigard, pursuant to thei renewal/extens:ian clause aonta'neid .in the t(irms and canditions of ihei Agrcieiment, desires to e)i.ercisei its fourth (4; anei-year cxtension to thci Contract ciffeative from July IE, 21CI1l thlrcughl July 14, 2(11f1. This rencwial pet~oc1 shall bei governed by thei sreicuficiations, pr.'cing, and th(i teirrris Emcl conditions set forth her the abovei j eifcireineed Contract. Pleiaso ackrIciwlladga accaptaneei of this rariavaad by signing this document in tlho splaca hlrovidud balovi avid rciturninig itl Io me wiilhin teen (10) days. )leu may kluepl a eeply fkir your records. Thci Giq looks forward to doing businciss w'1h Paaifie Int-R-Teak. Siri cc hell y, -Iamie Greenberg Furchasing Assistani M3-718-24513 j,-im.i ei@tigrirc I-ar.gav I/Wlci heirciby ackrlawlciclgci aeceptariaci of this Contras rencwial, and agree to be kaund by all raqurements,tterms,and canditlon�s as set fortf iri the above rcife acid C o cat. Campamy: / �L'f/-�C J /` /� i^ l �� Signeicl: Dat e: �� 0 T rint ed: z If a60 city of Tigard Jud' g,� • • ac i is nt-R- e Okttn: Dave Scott 2501 NW Division St Gresham, OR 97030 0 REAanitary Sewer and Storm Water Line sp ti0 Period:July 15, 2016 throu h ul 14 2017 CONTRACT NOTICE OF AWARD — RENEWAL Contract # C140042 40 6 • Dear Mr. Scott jVhe City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its fo (4) one-year extension to the Contract effective from July 15, 2016 through July 14, 201 This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your recorda. • • ty loops forward to do'4 ' b sin s with c'- L-4 Sine • �i 11aWereel erg• • Purchasing As 'st'�'fito 503-718-2492 j amie@tigard-or.9 . I/We hereby acknowledge acceptance of this Contract renewal,,A gree tV be b%0 ound by all requirements,terms, and conditions as set forth in the above refer ced ontr tO Company: Q1'/ G '�`" Si edM. ` CG � J RI m City of Tigard July 14`h,2015 Pacific Int-R-Tek Attn: Dave Scott 2501 NW Division St Gresham,OR 97030 REF.: Sanitary Sewer and Storm Water Line Inspection—C140042 Period:July 14`h 2015 through July 13"2016 CONTRACT NOTICE OF AWARD—RENEWAL Dear Mr. Scott, The City of Tigard has determined that your company has performed in accordance with the requirements of our.Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its third (3rd) one-year extension to the Contract effective from July 14"' 2015 through July 13"' 2016. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Pacific Int-R-Tek in the next year. Sincerely, Aaron Rivera Business Manager 503-718-2461 aaronr@tigard-or.gov I/We hereby acknowledge acceptance of this Contract renewal nd ag e to be bound by all requirements, terms, and conditions assetforth in the above ref e ed Co tract. Company: / � _T/ � et� L� Signed: Date: 7__A �c�� Printed: �ddyay�'* 5C c %-- 13125 SW Hall Blvd: • Tigard, Oregon 97223 • 503.639.4171 TTY Relay: 503.684.2772 0 www.tigard-or.gov CITY OF TIGARD,OREGON CONTRACT SUMMARY FORM (FORMMUST ACCOMPANYEACH CONTRACT FOR AUTHORIZATION) Contract Title: Sanitary Sewer and Storm Water Line Inspection_ Number: (4 0 g0DU Contractor: Pacific Int-R-Tek Contract Total: $200,000 Contract Overview: Contractor will provide on-call services to televise inspect the city's sanitary sewer and storm water conveyance pipelines. The contractor will be responsible for inspection and recording the city's out of compliance sanitary and storm water lines on an "as-needed" basis. All inspections will be formatted to meet Clean Water Services (CWS) USEPA and ODEA requirements. The contract is for an estimated $40,000 per year for a possible total of$200,000 over the potential 5-year span. Type: Purchase Agreement Start Date: 9/11/2013 End Date: 8/13/2014 Personal Service Public Improvement LCRB Award: 9/10/13 Department: Public Works ❑ IG A 17 Other: Contract Manager:John Goodrich Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Pacific Int-R-Tek 276 NW Pipe Specialist 256 Account String: Fund-Division-Account Work Order—Activity T3Xe Amount Year 1 500.6600.54001 $20,000 Year 1 510.6700.54001 $20,000 Year 2 Year 3 Approvals Department Comments: Department Signature: (� , Purchasing Comments: `� ori"Y Purchasing Signature: City Manager Comments: City Manager Signature: 4 After securing all required approvals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. C CITY OF TIGARD,OREGON AGREEMENT FOR SERVICES RELATED TO SANITARY SEWER AND STORM WATER LINE TELEVISION INSPECTION SERVICES THIS AGREEMENT made and entered into this 11" day of September, 2013 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City", and Pacific Int-R-Tek, hereinafter called"Contractor",collectively known as the"Parties." RECITALS WHEREAS, Contractor has submitted a bid or proposal to City to provide specific services;and WHEREAS,Contractor is in the business of providing specific services and is aware of the purposes for which City requires the services;and WHEREAS, City and Contractor wish to enter into a contract under which City shall purchase the services described in Contractor's bid or proposal; THEREFORE,The Parties agree as follows: 1. SERVICES TO BE PROVIDED Contractor agrees to provide services related to Sanitary Sewer and Stormwater Line Television Inspection Services as detailed in Exhibit A — Scope of Services and by this reference made a part hereof. 2. EFFECTIVE DATE AND DURATION Contractor shall initiate services upon receipt of City's notice to proceed, together with an executed copy of this agreement. This Agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended, on August 31, 2014. The City- and Contractor may mutually agree in writing, to four (4) additional one (1) year extension to this Agreement. The execution of any extension period must be completed no less than thirty (30) days prior to the end of any contract year. The total life of this contract may not exceed five (5) years. All services shall be completed prior to the expiration of this agreement. 3. COMPENSATION City agrees to pay Contractor an amount not exceeding Forty Thousand and No/100 dollars ($40,000.00) annually for performance of those services described herein. All work shall be "on-call" and the City makes no promises regarding the level of needed services in any given year under this Agreement. All payments shall be based upon the following applicable terms: A. Payment will be made in installments based on Contractor's invoice, subject to the approval by the City, and not more frequently than monthly. Payment shall be made only for work actually completed as of the date of invoice. B. Payment by City shall release City from any further obligation for payment to Contractor, for services performed or expenses incurred as of the date of the invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. City of Tigard 1 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-41711 www.tiaard-qr god_ C. Contractor shall make payments promptly,as due, to all persons supplying labor or materials for the prosecution of this work. D. Contractor shall not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. E. Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. F. If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due the Contractor. The payment of the claim in this manner shall not relieve Contractor or their surety from obligation with respect to any unpaid claims. G. Contractor shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one work week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. H. Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical, hospital care or other needed care and attention incident to sickness or injury to the employees of Contractor or all sums which Contractor agrees to pay for such services and all moneys and sums which Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. I. The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract during the current fiscal year. appropriations for future fiscal years shall be subject to budget approval by the City Council. 4. ASSIGNMENT/DELEGATION Neither party shall assign or transfer any interest in or duty under this Agreement without the written consent of the other and any attempted assignment or transfer without the written consent of the other party shall be invalid. 5. SUBMITTING BILLS AND MAHING PAYMENTS All notices and bills shall be made in writing and may be given by personal delivery, mail or fax. Payments may be made by personal delivery,mail, or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: RFP—Sanitaiv Sewer and Storm-water Line Television Inspection Services 2 Close—Thursday,May 30,2013—2:00 pm CITY©IT TIG PACIFC INT-R-TEs Attn:John Goodrich Attn: Dave Scott Address: 13125 SAX`Hall Blvd. address: 2501 NW Division St Tigard, Oregon 97223 Gresham OR 97030 Phone: (503) 503-718-2609 Phone: 503-665-1090 Fax: (Project Mgr's fax #) Fax: 503-665-1160 Email: johng@igard-or.gov Email: dscott0)r<-m33-)i.e.cnm 6. TERMINATION The parties agree that any decision by either party to terminate this Agreement before 31" day of august, 2014 shall be accompanied by thirty (30) days written notice to the other party prior to the date termination would take effect. There shall be no penalty for early termination. If City terminates the contract pursuant to this paragraph, it shall pay Contractor for services rendered prorated to the date of termination. 7. ACCESS TO RECORDS City shall have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts and transcripts. 8. FORCE MAJEURE Neither City nor Contractor shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, natural disaster, war, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten (10) days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under the Agreement. 9. NON-DISCRIMINATION Contractor agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Contractor also shall comply with the Americans with Disabilities Act of 1990, ORS 659A.142, and all regulations and administrative rules established pursuant to those laws. 10. INDEMNITY/HOLD HARMLESS Contractor shall defend, indemnify and hold harmless City, City's officers, employees, agents and representatives from and against all liability, claims, demands, judgments, penalties, and causes of action of any kind or character, or other costs or expenses incidental to the investigation and defense thereof, of whatever nature, resulting from or arising out of the activities of the Contractor or its subcontractors, agents, or employees under this contract, except, however, that the foregoing shall not apply to liability that arises out of City's sole negligence. R17P—Sanitary Sewer and Storm-water Line Television Inspection Services 3 Close—Thursday,May 30,2013—2:00 pm 11. INSURANCE Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover all risks arising directly or indirectly out of Contractor's activities or work hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Contractor shall obtain, at contractor's expense, and keep in effect during the term of this contract, Comprehensive General Liability- Insurance covering Bodily Injury and Property Damage on an "occurrence" form (1996 ISO or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General :kggregate 3,000,000 Products-Completed Operations:aggregate 2,000,000 Personal& Advertising Injury 1,000,000 Each Occurrence 2,000,000 Fire Damage (any one fire) 50,000 Medical Expense (any one person) 5,000 B. Business automobile Liability Insurance If Contractor will be delivering any goods or services which require the use of a vehicle, Contractor shall provide City- a certificate indicating that Contractor has business automobile liability coverage for all owned,hired,and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than $2,000,000. Said insurance shall name City as an additional insured. If Contractor hires a carrier to make delivery, Contractor shall ensure that said carrier complies with this paragraph. C. Workers' Compensation Insurance The Contractor and all employers providing work, labor or materials under this Contract that are either subject employers under the Oregon Workers' Compensation Law and shall comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers or employers that are exempt under ORS 656.126. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not obtain such coverage. This shall include Employer's Liability Insurance with coverage limits of not less than$500,000 each accident. D. Insurance Carrier Rating All coverage provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. The City reserves the right to reject all or any insurance carrier(s) with an unacceptable financial rating. RFP—Sanitary Sewer and Storm-water Linc Television Inspection Services 4 ' Close—Thursday,May 30,2013—2:00 pm E. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Contractor shall furnish a Certificate of Insurance to the City. No contract shall be effected until the required certificates have been received and approved by the City. The procuring of such required insurance shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage, injury,or loss caused by negligence or neglect connected with this contract. 12. ATTORNEY'S FEES In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing parry shall pay such sum as the court may adjudge reasonable attorney fees and court costs, including witness fees (expert and non-expert),attorney's fees and court costs on appeal. 13. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor shall comply with all applicable federal, state and local laws, rules and regulations, including, but not limited to, the requirements concerning working hours, overtime, medical care, workers compensation insurance, health care payments, payments to employees and subcontractors and income tax withholding contained in ORS Chapters 279A, 27913, and 279C, the provisions of which are hereby made a part of this agreement. 14. CONFLICT BETWEEN TERMS It is further expressly agreed by and beta een the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the terms of proposal conflicting herewith. 15. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 16. INDUSTRIAL ACCIDENT FUND PAYMENT Contractor shall pay all contributions or amount due the Industrial Accident Fund form that Contractor or subcontractors incur during the performance of this agreement. 17. COMPLETE AGREEMENT This Agreement, including the exhibits, is intended both as a final expression of the Agreement between the parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibit, the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B, Exhibit A shall control. No modification of this Agreement shall be effective unless and until it is made in writing and signed by both parties. No waiver,consent,modification, or change of terms of this Agreement shall bind either parry unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be RPP—Sanitary Sewer and Storm-water Line Television Inspection Services 5 Close—Thursday,May 30,2013—2:00 pm effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor, by the signature of its authorized representative,hereby acknowledges that Contractor has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. Approved by Tigard's Local Contract Review Board: September 10,2013 CITY OF TIGARD PACIFIC I T- -TEK By: Authorized City Re resentative By: .' t orized Contractor Re esentative -- Date Date RPP—Sanitary Sewer and Storm-water Line Television Inspection Services 6 ° Close—Thursday,May 30,2013—2:00 pm EXHIBIT A SCOPE OF SERVICES 1. SCOPE OF SERVICES The Contractor will furnish all materials,labor,equipment, supervision,services, and incidentals. A. Obtain GPS coordinates of the manholes to be inspected, as instructed by the Sanitary Division or his designated representative, for input to the Hansen Maintenance database as described in this specification. B. Televise the interior of sanitary sewer and storm-water conveyance pipelines within Tigard, on an on-call and as-needed basis,in response to requests from the Sanitary Division or their designated representative,with line sizes ranging from 6 inch to 24 inch,as detailed in this specification. C. The work to be done under this contract includes but is not limited to: the providing of all labor, materials, supervision,equipment, services,incidentals,and related items necessary to complete the work in accordance with this specification and scope of work. D. Electronic transmission of data and digital images from the truck, through an approved export routine (for both data and images),into Hansen Maintenance,by a televised date range,and provision of hard copy backup as detailed in this specification. 2. HOURS OF OPERATION,PROTECTION OF PROPERTY,REGULATIONS A. All work shall be performed during daylight hours, seven (7) days per week. The Sanitary Division or designated representative shall instruct the Contractor on what day(s) to perform any work under this agreement. The majority of work shall be performed during the weekdays;the Contractor shall work on weekends and/or holidays for emergencies only. B. The Contractor will take special care and precaution not to damage private and public property. Such damage will be at the Contractor's expense and the damaged property will be restored to its original condition to the satisfaction of the Sanitary Division or their designated representative. 3. DELIVERY, INSTALLATION, INTERRUPTIONS A. The delivers-,repair,and/or installation of the equipment or merchandise must be between the hours of 8:00 a.m. and 5:00 p.m. It shall be the Contractor's responsibility to see that merchandise is delivered within or adjacent to the area of installation or repair as specified by the City. B. The delivery,repair and/or installation can be accomplished during the weekdays Monday through Friday excluding City holidays: New Years Day MLK,Jr. Birthday President's Day Memorial Day Independence Day RFP—Sanitary Sewer and Storm--,vater Line Television Inspection Services 7 Close—Thursday,May 30,2013—2:00 pm Labor Day Veteran's Day Thanksgiving Day Christmas Day C. The work described in this specification shall be done with the least inconvenience to Tigard Government. Vehicles must have egress capabilities at all times. The amount of time that normal operations are interrupted must be kept to an absolute minimum and shall be coordinated with the user agency at (503)718-2704. D. All work being performed for and/or on Tigard property shall fully conform to all local, state, and Federal safety regulations. 4. ITEMS OF WORK AND METHOD OF PAYMENT A. Camera,mobile,equipment, for television inspection of the interior of sewer and storm-water conveyance pipelines as required for televising inspection,including labor, supervision, equipment, and all fuel,lubricants,vital fluids,parts,maintenance repairs, and all items of cost needed to keep the inspection equipment in full operation;paid per linear foot, starting at the mobilization site;obtaining the GPS coordinates of the manholes to be inspected; through the inspection process,until inspection is transmitted,recorded, and completed, as detailed in Section 12,Materials and Execution. 1) Software,PACP (Pipeline Assessment Certification Program) certified,proof of certification required; a) The selected vendor is responsible for the recorded televised inspection of sewer lines, utilizing a NASSCO Certified PACP Inspection Software Solution. Tigard currently uses Hansen Maintenance for asset management tracking,but will be changing to Alaintstar within the next few months. The selected vendor will be responsible for providing an approved export routine for transmission of both data and digital images from the truck into the City's Computerized Maintenance Management System(CMMS) database,by televised date range,and will also be responsible for ensuring the availability of an approved import routine to load the selected television inspection data by date range and associated digital images. b) The selected vendor is responsible for any costs associated with any development or modification of the export routine from the NASSCO Certified PACP Inspection Software Solution in the truck and the import routine into the City's CMMS System. 2) Operators,PACP (Pipeline Assessment Certification Program) certified,proof of certification required; B. Mobilization/demobilization,including labor, supervision,equipment, all fuel,lubricants,vital fluids,parts,maintenance repairs,and all items of cost needed to transport the necessary equipment to the designated worksite,paid per occurrence. RFP—Sanitary Sewer and Storm-water Line Television Inspection Services 8 Close—Thursday,May 30,2013—2:00 pm a) Tigard assumes no responsibility for any Contractor-owned equipment lost during the inspection process performed by the Contractor. 5. WORK PROCEDURES. As needed,the Sanitary Division or their designated representative (503) 718-2704, shall contact the Contractor for the television inspection of sanitary sewer and/or storm-water conveyance pipelines. The Contractor shall mobilize the equipment at the designated work location,as identified by the Sanitary Division or their designated representative,within twenty-four (24) hours after notification. The Contractor must be accessible for notification, twenty-four (24) hours per day, 365 days per year. Notification to the Contractor means either talking directly to an employee of the Contractor, leaving a message on an answering machine or voice mail, faxing a message,leaving a message with an answering service,or beeping an employee of the Contractor. The Sanitary Division or their designated representative shall instruct the Contractor inhere the inspection is to be performed,and drawings shall be provided to the Contractor at the time of notification or prior to starting work. The Contractor shall provide the Sanitary Division with a verbal or written estimate of the price of the specific line segment to be inspected,and must receive approval from the Sanitary-Division prior to performing the work. Once all work has been completed, the Contractor shall notify the Sanitary Division. 6. TEMPORARY SUSPENSION OF WORK. During the progress of any job, the Contractor may suspend work via written permission of the Sanitary Division, or his designated representative,wholly or in part, for such period or periods as the Sanitary Division,or their designated representative may deem necessary,due to extremely unsuitable weather,or such other conditions as are considered unfavorable for the suitable prosecution of the work. When conditions permit resumption of work, the Contractor shall notify the Sanitary Division,or his designated representative,in advance and shall proceed with the work only when and if authority is granted by the Sanitary Division. Any work performed without approval by the Sanitary Division will be at the Contractor's risk, and the Contractor shall be held liable for removal of such work. 7. PHOTOGRAPHIC DOCUMENTATION OF WORK. A. The Contractor shall provide documentation on a DVD, and must be of acceptable quality as approved by the Sanitary Division or their designated representative. Incomplete line segments are not acceptable,and/or blurry,out of focus or un-centered inspections will not be accepted. B. All coding must be PACP (Pipeline Assessment Certification Program) codes. C. All information must be on overlays (GPS coordinates,manhole numbers,line segments, size of line,type of pipe,direction of flow,etc.). 8. DEMOLITION AND DEBRIS REMOVAL. The Contractor shall be responsible to remove all their debris from the site and clean affected work areas. Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses;or upon request by a Tigard representative, shall remove such debris RIP—Sanitary Sewer and Storm-water Line Television Inspection Services 9 Close—Thursday,May 30,2013—2:00 pm and materials from City property. The Contractor shall leave all affected areas as they were prior to beginning work. 9. UTILITIES. Tigard shall make available all required utilities to the Contractor for work under this contract. This however does not include those utilities to be installed by the Contractor as a part of the scope of work or specification. Accidental interruption(s) caused by the Contractor and repair thereto, shall be at the Contractor's expense. Planned interruptions under this contract shall be coordinated with the Sanitary Office at least one (1) day in advance of the expected occurrence. 10. POTENTIALLY HAZARDOUS MATERIALS. If the work to be performed under this contract requires the use of any product which contains any ingredient that could be hazardous or injurious to a person's health,a Material Safety Data Sheet (hISDS) must be submitted with their bid at the time of bid opening. The extent of use of the hazardous material may be a factor in the award of the contract. 11. MATERIALS AND EXECUTION A. Materials shall consist of: 1) Camera,mobile, equipment for television inspection of the interior of sewer and storm- water conveyance pipelines; 2) Software,Pipeline Assessment Certification Program(PACP) certified,proof of certification required; a) The selected vendor is responsible for the recorded televised inspection of sewer lines, utilizing a NASSCO Certified PACP Inspection Software Solution. Tigard uses the Hansen Maintenance,which is an asset and work order management system,and which also combines GIS integration and tracking field inspections. The selected vendor will be responsible for providing an approved export routine for transmission of both data and digital images from the truck into the Hansen Maintenance program database,by televised date range,and will also be responsible for ensuring the availability of an approved import routine to load the selected television inspection data by date range and associated digital images. b) The selected vendor is responsible for obtaining the GPS coordinates of the manholes being inspected, for purposes of downloading into the Hansen Maintenance database. 3) Operators,Pipeline Assessment Certification Program(PACP) certified,proof of certification required. B. Execution shall consist of: 1) Mobilization at the worksite,with work crew sufficient to properly and efficiently-operate the television scope equipment and record the inspection,as per the specification; RFP—Sanitary Sewer and Storm-water Line Television Inspection Services 10 Close—Thursday,May 30,2013—2:00 pm 2) Television inspection of the designated sanitary sewer and/or storm-water conveyance pipeline,including but not limited to going in behind cleaning contractors; 3) Transmission of the inspection data from the truck,using an approved export routine, to send information into the Hansen Maintenance system,as described in Section K.1.b.1; 4) Place on DVD the inspected line segments,as per the specifications; a) Incomplete line segments will not be accepted; b) Blurry,out of focus,or un-centered inspections will not be accepted. 5) All coding must be PACP codes; 6) All information must be on overlays (GPS coordinates,MH#'s,line segments, size of line, type of pipe, direction of flow, etc.); 7) All work must fully comply with the industry standard recommended procedures,using PACP-certified software, and be performed by PACP-certified,licensed Contractors as classified by the National Association of Sanitary Sewer Companies (NASSCO),as per this specification. 12. CODES AND REGULATIONS A. All work must fully conform to the following codes,regulations and standards,latest edition: 1) All Tigard codes and regulations; 2) PACP (Pipeline Assessment Certification Program); 3) NASSCO (National Association of Sanitary Sewer Companies); 4) Any other local,State, and/or Federal regulations applicable to this work. 13. SPECIAL NOTES: A. Please note the City of Tigard will contract its own Flaggers. B. Work on arterial road such as,Bonita Road,Bull MNT Road,Durham Road, Gaarde St, Greenburg Rd, Hall Blvd,Hunziker St,Scholls Ferry Rd,Tiedemen Ave,McDonald Street, Walnut Street, 72" Ave, 121 ` Ave and 135"'Ave may be performed from 9AM to 3PM. C. Work on SW Pacific Hwy may be performed 9:00 am to 11:45 am with 24 hour notice to the Sanitary Division,or his designated representative. RPP—Sanitary Sewer and Storm-water Line Television Inspection Services 11 Close—Thursday,May 30,2013—2:00 pm EXHIBIT B CONTRACTOR'S PROPOSAL RPP—Sanitary Seiner and Storm-water Linc Television Inspection Services 12 � Close—Thursday,May 30,2013—2:00 pm PA&|FIC)NT-R-TEK Moy3O.2G13 �� Cost Structure��, ����«�� ����NNN��NNre Pricing isper foot ongenerally expected conditions. Generally expected conditions are light traffic areas with self regulated traffic control and unimpeded access to manholes. Video will be to PACP specifications and imported into the Hansen or Maintstar Maintenance databases. 8" and snOa(|e[ 3O" and larger-$35/ft 8'12''-$.8O/ft 14-24"-$3O/ft Standby time or hourly rate for any unusual work, for example isolated short one line runs, lines with difficult access (wetlands oreasement areas) orexcessively cut upareas needing traffic control, will be billed at$200 per hour. Pricing for storm lines, because they generally have more time consuming set-up's with catch basin runs and varying pipesizes will incur a $15setup fee will baadded toeach storm pipe segment run. Minimum charge K called out for an emergency on a day we are not scheduled is $550 for the first hour and$2DOper hour after that. Weekend orafter hours calls are plus 3O96. Flagging services, when required,tobeprovided bythe City GPS Coordinates VVepropose tosubcontract msurveyor tocollect the GPS coordinates. The Surveyor would collect the coordinates and deliver ahard copy ofthe coordinates and matching manhole numbers to be keyed in or imported by the Qty. The information mxJu|d also be provided in digital format in a database table that could possibly be imported. We do not have e tested method b}import the coordinates into the database at this time. The alternate method would betonekeythe data into the Hansen system, Cost tocollect survey-grade GPS coordinates-$15Oper hour. Estimate 5@to8OGPS locates per 9 hour day. Coordinates to center of manhole lid. Minimum required 250 manholes. Work would be subcontracted to Northwest Surveying, Clint Stubbs—503-848-2127. ADDITIONAL SERVICES- Lateral Launch (if needed)—Pricing i8$395mobilization and set up, plus$175per launch, Minimum charge isVf3 launches per line segment. Weekend orafter hours calls at plus 30%. Disclaimer: Vgawill make mprudent effort totelevise all lines as assigned. We,atour sole discretion,may choose not toattempt mrmay discontinue our attempt toTVany lines that,/nour opinion,mrmimanyway possibly dangerous hopersonnel,property or equipment 0 Page