the metropolitan sewer district project locations will be within the metropolitan sewer district of...

38
The Metropolitan Sewer District of Greater Cincinnati 2008 Closed Circuit Televising and Sonar Inspection of Large Diameter Sewers (Contract A), Project ID 2008_ContractA Date Issued: 10/22/2008 ADDENDUM NO. 4 This addendum will only be distributed via e-mail, but will remain available for viewing on the MSD website at www.MSDGC.org on the project-specific web page. No hard copy will follow. Any questions you may have on the information contained in this addendum should be directed to the Project Manager, Jerry Weimer, WWC at 513-352-4207. NOTE: Please be sure to enter the TOTAL NUMBER of Addenda issued on the ‘Official Bid Form’ contained in the Bidding Booklet prior to submitting your bid. The attention of all bidders is directed to the following additions and/or deletions to the Contract Documents. ADDED ITEMSARE UNDERLINED AND DELETED ITEMS ARE STRUCK THROUGH The Contract Documents for the above referenced project are amended and revised as follows: TABLE OF CONTENTS: Please replace your Table of Contents with the attached Table of Contents. Your attention is directed to changes made in Section 5-Specifications for page numbers. Page 1 of 1

Upload: dominh

Post on 29-Mar-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

The Metropolitan Sewer District of Greater Cincinnati

2008 Closed Circuit Televising and Sonar Inspection of Large

Diameter Sewers (Contract A), Project ID 2008_ContractA

Date Issued: 10/22/2008

ADDENDUM NO. 4

This addendum will only be distributed via e-mail, but will remain available for viewing on the MSD website at www.MSDGC.org on the project-specific web page. No hard copy will follow. Any questions you may have on the information contained in this addendum should be directed to the Project Manager, Jerry Weimer, WWC at 513-352-4207. NOTE: Please be sure to enter the TOTAL NUMBER of Addenda issued on the ‘Official Bid Form’ contained in the Bidding Booklet prior to submitting your bid. The attention of all bidders is directed to the following additions and/or deletions to the Contract Documents. ►ADDED ITEMS◄ ARE UNDERLINED AND DELETED ITEMS ARE STRUCK THROUGH The Contract Documents for the above referenced project are amended and revised as follows: TABLE OF CONTENTS: Please replace your Table of Contents with the attached Table of Contents. Your attention is directed to changes made in Section 5-Specifications for page numbers.

Page 1 of 1

TABLE OF CONTENTSVOLUME I

Page No. CONTRACT COVER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 TABLE OF CONTENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2

SECTION ONE - BIDDING DIRECTIONS & GUIDELINESLEGAL NOTICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4INSTRUCTIONS TO BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5AWARD CRITERIA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10

SECTION TWO - CONTRACT COMPLIANCE PROGRAM GUIDELINESEQUAL EMPLOYMENT OPPORTUNITY (EEO) PROGRAM . . . . . . . . . . . 12MINIMUM WAGE AFFIDAVIT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22

SECTION THREE - SBE PROGRAM GUIDELINESSMALL BUSINESS ENTERPRISE (SBE) PROGRAM . . . . . . . . . . . . . . . . 24

SECTION FOUR - BID SUBMITTAL DOCUMENTSNOTICE TO BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33UNIT PRICES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34TOTAL BID SUMMARY. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36OFFICIAL BID FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37SBE GOAL COMPLIANCE PLAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 54BID GUARANTY AND CONTRACT BOND . . . . . . . . . . . . . . . . . . . . . . . . . 56CERTIFIED CHECK FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 58BIDDER'S AFFIDAVIT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 59

SECTION FIVE - SPECIFICATIONSINDEX TO DETAILED PROVISIONS PAGES 2- 22INDEX TO APPENDICES PAGES 23-26PROJECT INFORMATION SHEETS PAGES 1-9

Table of Contents

INDEX TO DETAILED PROVISIONS

PAGE NUMBER

PART I. GENERAL 2

PART II. SPECIAL PROVISIONS 7

PART III. GENERAL PROVISIONS 9

PART IV. EXECUTION 14

PART V. PAYMENT FOR WORK 18

-2-

2008 CLOSED CIRCUIT TELEVISING AND SONAR INSPECTION OF LARGE DIAMETER SEWERS (CONTRACT A)

DETAILED PROVISIONS

Section 1. Scope of Services & Work Phasing 1.1 The purpose of this bid is to obtain competitive unit prices for all labor, material, and

equipment necessary to inspect via closed-circuit television (CCTV) and sonar inspection of existing sanitary and combined sewers ranging in size from 36 to 240 inch diameter. The work may include one or all of the following: sewers to be televised by CCTV only, sewers to be sonar inspected only, sewers to be televised by CCTV and sonar inspection using a float or other approved system. All project locations will be within the Metropolitan Sewer District of Greater Cincinnati (MSD) service area, which is predominantly within Hamilton County, Ohio.

The recorded video and\or scan must include the entire circumference of the sewer. The contractor must also consider weather conditions to obtain the best video and sonar image of the sewer. This may require the contractor to delay any video work after major rain events until the system can return to lower dry weather flow. The contractor shall submit the electronic video reports, logs, etc. for the MSD project manager’s review as required in Part 1 Section 6. PACP certification of all CCTV operators and software is required. The intent of this specification is to televise sewers with lower flows and use a combination of CCTV and/or sonar equipment for larger sewers with higher dry weather flows as further specified. The contractor will not be allowed to substitute sonar inspection where CCTV is specified by the contract or by the MSD project manager. However, the contractor may opt to dry up sewers in order to televise those that are specified with sonar inspection as long as these actions do not result in a spill or overflow, or cause sewage to back up into private residences or businesses. Flow monitoring data on many of the sewers are available to the bidders if requested. The successful bidder will be responsible to coordinate and gain access to any sewer sections and will be responsible for any restoration in accordance with Part III Section 5. This includes modifications to MSD manholes or structures due to size or configuration of CCTV and/or Sonar equipment.

1.2 The contractor shall furnish all labor, components, materials, tools, and appurtenances necessary for the performance and completion of the contract.

Award of the contract will be determined through an evaluation of bids and made in light of the best interest of the District. The unit bid prices shall be based on the work outlined in the separate and distinct projects as defined in Appendix A.

1.3 The contractor will be held fully liable for any damages incurred that are caused by his or

her negligence.

PART I. GENERAL

-3-

1.4 Patents, Trade Secrets, Copyrights: The contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the work of any invention, design, process, product or device which is the subject of patent rights, trade secrets protection rights, or copyrights held by others. The contractor shall indemnify and hold harmless the owner and engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including attorney’s fees and court and arbitration costs) arising out of any infringement of patent rights, trade secret protection rights, or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, process, product or device not specified in the contract documents, and shall defend all such claims in connection with any alleged infringement of such rights.

Section 2. Project Manager 2.1 This contract will be administered and performed under the direction and inspection of the

MSD project manager, Jerry Weimer, Metropolitan Sewer District of Greater Cincinnati, 225 West Galbraith Road, Cincinnati, Ohio 45215, telephone number (513) 352-4207. Questions pertaining to this contract, before and after award, should be addressed as follows: for technical questions consult with the MSD project manager, Jerry Weimer, at 352-4207; for pre- & award related contract questions, consult with the City Purchasing Agent at 352-3206.

Section 3. Time of Performance, Optional Renewal Periods, Scheduling, and Liquidated Damages 3.1 Upon award of the contract, the contractor shall CCTV one days worth of CCTV work

and submit to MSD to verify that the CCTV database is compatible with the MSD PACP Database. The MSD project manager shall then issue to the contractor a written “Notice To Proceed” including a date for commencement of work. (but no later than 10 calendar days after receipt) with an adequate force and sufficient resources to demonstrate due diligence in the performance of the contract. The completion of the projects included in Appendix A are expected to be completed in 180 calendar days after issuance of the “Notice To Proceed”. It is understood that the bidder may have other contracts with the District during the period of this contract. By bidding this work, the bidder is agreeing to provide an adequate number of crews in order to perform the work concurrently with due diligence and as specified in his approved schedule.

3.2 In the event that the projects included in Appendix A are not completed within the above

time (and such additional time as the MSD project manager may have granted), the District will retain from the compensation otherwise to be paid to the contractor the sum of $ 500.00 for each calendar day (Sundays and holidays included) that the work remains incomplete. It is agreed that said sum would not be a penalty. This sum shall represent the actual damages that the District will have sustained per day by failure of the contractor to complete the work within the specified times. The work under this contract must be completed within the specified timeframes identified in this contract. In addition to the damages previously indicated, failure to meet these completion dates may also expose the contractor to possible fines and penalties as levied by various local, State, and Federal agencies. The District is obligated under current decrees and orders to complete various work items annually. The bidder will be held responsible if the District’s failure

-4-

to complete these items and it is due to the contractor’s poor performance under the terms of the contract.

Section 4. Compliance and Acceptance 4.1 Compliance with this contract shall be complete when all conditions set forth in these

specifications have been met. The following defines each work item and the level of effort and quality of work that will be necessary to meet the intent of this specification:

Survey Television and Sonar Inspection Sewer sections and manholes shall be inspected by means of remote CCTV and in some locations, sonar inspection will also required. If a blockage hampers the inspection of the sewer in one direction then the contractor shall attempt to complete the section by televising and/or sonar inspection from the other manhole to complete the section. The contractor must immediately report the obstruction to the MSD project manager. All CCTV work shall conform to NASSCO, PACP standards.

CCTV inspections will be conducted entirely in digital format. The entire inspection survey shall be recorded in MPEG-1 format written to DVD+/-RW and submitted with digital links to the survey.

The documentation of the work shall consist of PACP CCTV Reports, Unmodified PACP database, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but at should not, at any time, be faster than 30 feet per minute. The camera must be centered in the pipe to provide accurate distance measurements to provide exact locations of important features in the sewer and these footage measurements shall be displayed and documented on the video. The completed DVD will become the property of the District. See Part IV Section 3 for allowances in identifying important features. Every section of sewer (manhole to manhole) shall be identified by audio and alphanumeric on the video display and shall include: project name, maintenance number, municipality, street name, CAGIS manhole numbers, inspector’s name, sewer diameter and length, and date of inspection. Important features shall be identified by audio and on PACP log to include all manholes, active and inactive service connections, structural defects, maintenance problems, grease, roots, infiltration, obvious inflow sources, etc. All video must be continuously metered from manhole to manhole and must comply with Part IV Section 3 of this specification. . In addition to televising and sonar inspection of the sewer, all manholes shall be panned with the video camera and visually inspected. The contractor shall document the condition of each manhole during this phase electronically as discussed in Part IV, Section 3.1 of this specification. All images saved by the Sonar Equipment must be able to be imported, either into a viewer program for post processing and measuring, and also be able to be exported as bitmap images for inclusion in reports or presentations. Images must be able to be printed directly from the system along with text annotations highlighting specific points in the image and the current control settings. The contractor shall also provide a minimum of 8 hours training on the use of the Sonar Equipment and illustrating how defects will be interpreted. This training will be scheduled with the MSD project manager during the pre-construction meeting.

-5-

Section 5. Referenced Documents: 5.1 All work must also conform to the latest edition of the following specifications:

State of Ohio Department of Transportation, Construction and Materials Specification

City of Cincinnati Supplement (City Supplement) to the State of Ohio Department of Transportation, Construction and Materials Specification

MSD Rules and Regulations and Standard Drawings

Rules and Regulations of the Office of the County Engineer

If there is a difference in these specifications, the MSD Rules and Regulations shall govern, then the City Supplement and ODOT Specification.

Section 6. Submittals 6.1 All submittals are due as scheduled. Work will not proceed until all submittals are

received and approved. The project manager reserves the right to adjust the due dates of the submittals based on contractor performance. The contractor shall label each submittal indicating what is represented, name of contractor, and project number. All submittals identified as being in error shall be re-performed and corrected at the contractor’s expense.

6.2 Submittals Required with Bid Documents

A. List of references per Part II Section 7 outlining experience with CCTV and Sonar Inspection.

B. Documentation of Certification of PACP Software 6.3 Submittals Required of the Successful Bidder 7 (seven) days prior to the Pre-construction

Meeting

A. Name of the project supervisor and competent person(s) and resumes. B. Documentation of PACP certification for all CCTV operators, database and software

C. Site Safety Plan. A complete generic site safety plan must be submitted one week

prior to the pre-construction meeting and comply with Item 107.08 of the City Supplement. Work will not begin until an approved site safety plan is in place.

6.4 Submittals Required for the Pre-construction Meeting

-6-

A. Copy of advanced notification to residents. Please refer to Part III, Section 12, of this specification.

B. An initial comprehensive schedule of work, see Part IV, subsection 1.4. (To be

approved by the District)

C. Management Organization: Provide an organization chart depicting the essential organizational elements and senior personnel of the proposed contractor and the functions and interrelationships of the personnel proposed to provide technical support, project management and supervision for this project. Provide succinct resumes of the personnel proposed to provide technical support and project management for this project. The personnel designated in the management summary for essential positions shall not be changed except with the permission of MSD. MSD will only approve such a change when, in its opinion, the substitute personnel have equal or greater qualifications and experience to those intended to be replaced.

6.5 Submittals Required One Week Prior to Any CCTV &/or Sonar Inspection

A. Site specific site safety plan addenda B. Entry releases, as required in Part III, Section 5.1.

6.6 Weekly Submittals

A. Copy of exit releases as required in Part III, Section 5.3. B. Detailed updates to the construction schedule will be provided to the project manager

no later than 1:00 p.m. on the Friday preceding the next week's cleaning and televising work. See Part IV, subsection 1.4.

C. DVDs, logs, electronic worksheets, and manhole inspection reports. Absent

compelling mitigating circumstances, MSD will enforce a 10% (ten percent) penalty on payment for all work where the DVDs, logs, and electronic worksheets are not received by MSD within 7 calendar days of the work being done.

D. DVDs, logs, electronic worksheets, and manhole inspection reports made prior to and

following point repairs (Absent compelling mitigating circumstances, MSD will enforce a 10% (ten percent) penalty on payment for all work where the DVDs, logs, and electronic worksheets are not received by MSD within 7 calendar days of the work being done.

E.

F. Corrections to punch list items as required by the project manager to fulfill the requirements of this specification.

G. Sonar profiling spreadsheet summary, showing level of debris and/or pipe corrosion

for completed sections of sewer. See Part IV, subsection 3.2.

-7-

6.7 Final Submittals Prior to Payment

A. Corrections to punch list items as required by the project manager to fulfill the requirements of this specification.

-8-

Section 1. MSD Rights 1.1 The Metropolitan Sewer District (MSD) reserves the right to stop the work when in the

project manager's judgment the contractor's work or activities are threatening the health and safety of the public or endangering the environment or endangering the waters of the state. Work shall not proceed until a satisfactory resolution has been achieved, according to the MSD project manager.

1.2 No contractor or subcontractor will perform any work without notifying MSD personnel

for inspection. Notification must be received no later than 8:00 a.m. on the day the work is to be performed. Notifications shall be an e-mail of a daily location sheet to the Project Manager. In addition, the contractor shall be responsible for a reimbursement of $250.00 per day for each instance that proper notification is not given to offset MSD’s additional inspection costs. Also, failure to notify MSD could result in no payment for work performed. A list of persons available to be notified will be given at the pre-construction meeting.

Section 2. Emergency Response 2.1 The contractor shall provide a telephone number and pager number to the project

manager. These numbers are intended for the project manager’s use in contacting the evening/weekend/holiday emergency work crew. This crew shall be responsible for contacting MSD within one-half hour after the first summons on the pager. If the contractor's crew has not responded to the site of the emergency within one hour of the first summons on the pager, MSD will make all necessary repairs and bill the contractor for all work performed. Costs related to the emergency response will be incidental to the contract and not measured for payment.

Section 3. Working Hours 3.1 The contractor must complete all work such that no homeowner is without sewer service,

unless otherwise directed by the MSD project manager. Local noise ordinances or agencies having control over roadway closures may control starting or stopping operations. Prior to starting operations, the contractor shall advise the MSD project manager of the restrictions imposed by the local agencies.

3.2 No work will be allowed on weekends or holidays except at the discretion of the MSD

project manager. Section 4. Decrease/Increase in Service & Stop Work Due to Inclement Weather 4.1 MSD, at its option, may increase or decrease any or all service requirements provided for

under this contract. MSD further reserves the right to suspend or stop the performance of any or all of the work of this contract due to inclement weather conditions.

PART II. SPECIAL PROVISIONS

-9-

Section 5. Pre-construction Meeting 5.1 Following award of the contract and before starting any work the contractor, job

superintendent/project manager, and crew leader shall meet with the MSD project manager. The contractor will be notified of the date, time, and place of the meeting.

Section 6. Close-out Procedures 6.1 Progress Meetings: Project closeout will be completed in phases by project. The MSD

project manager will hold weekly progress meetings, or as determined necessary. Items covered in the meetings are detailed below.

A. Punch List: This list will detail all items requiring correction, repair, or

improvements in order to be accepted. The contractor will address these items within 7 calendar days or as specified by the MSD project manager. Failure to complete punch list items will result in a stop work notice and delay of payment until completed to the satisfaction of the MSD project manager. Work stoppages resulting from the contractor’s failure to complete punch list items shall not extend the contract duration.

B. Reports and Submittals: Final reports and other submittals previously described will

be finalized and submitted. C. Review of the status of pay estimates.

D. Issue project worksheets as necessary.

E. Work scheduling issues.

Section 7. Pre-Qualifications 7.1 The successful low bidder must have an onsite field supervisor with a minimum two years

experience specializing in the televising and sonar inspection of sewers. A foreman for each crew performing televising and sonar inspection with a minimum of two years experience specializing in that type of work may be substituted for the onsite field supervisor requirement. The contractor shall provide the names, titles, phone numbers and addresses of a minimum of two references that can be used to verify this experience. The references must be contract managers or persons of authority over televising and sonar inspection work performed by the contractor.

The contractor must have foreman or supervisors meeting all pre-qualifications for the duration of the contract. Contractor must be an approved/bonded contractor with City of Cincinnati DOTE, prior to Pre-construction meeting.

-10-

7.2 Current PACP certification of all CCTV operators will be required for all CCTV work.

Database shall be an unmodified NASSCO-PACP Certified Access Database.

CCTV Software shall be NASSCO-PACP certified.

CCTV inspections will be conducted entirely in digital format. The entire inspection survey shall be recorded in MPEG-1 format written to DVD+/-RW and submitted with digital links to the survey.

-11-

Section 1. Maintenance of Traffic 1.1 The contractor shall be responsible for maintaining "local" traffic at all times and for

notifying the proper authorities regarding the closing of the roads. The contractor will be responsible for obtaining all permits required for traffic purposes.

1.2 The contractor shall not begin work until standard barricades and warning signs are in

acceptable position and the markers and signs conform to the "Ohio Manual of Uniform Traffic Control Devices for Streets and Highways", hereinafter called the Ohio Manual. The cost of all traffic control devices shall be included in the various sewer items.

The contractor assumes all responsibilities and liabilities regarding strict adherence to applicable sections for the maintenance of traffic and public safety as set forth in the Ohio Manual. All traffic control devices must be in place prior to starting work.

1.3 The contractor shall maintain local traffic at all times during all phases of this project in a

manner causing the least amount of inconvenience to the abutting property owners. Temporary driveways, temporary roadways, or run arounds as may be necessary to provide vehicular access to and from the abutting properties shall be constructed, maintained, and subsequently removed by the contractor as directed by the MSD project manager.

1.4 The portion of the pavement not affected by the work shall be kept clear of all material

and equipment. 1.5 In the event that excavation is necessary to repair a damaged pipe, all pavement

excavations within the public right-of-way must conform to the current edition of the State of Ohio Department of Highway Construction and Material Specifications, with supplements or changes thereto.

1.6 MSD will process and pay for all required street opening permits. Any cost for

inspection and testing required by jurisdictional agencies in addition to that supplied as part of the street opening permit, will be billed to and paid by MSD excluding penalty charges for delays due to the contractor's operations.

1.7 The contractor shall hold harmless the City of Cincinnati and the Board of County

Commissioners and all its representation from all suits, actions, of claims of any character brought on account of any injuries or damages sustained by any person or persons or property in the performance of this contract.

1.8 If at any time traffic has to be blocked (emergencies only), the contractor shall notify the

nearest fire, police departments and service departments.

PART III. GENERAL PROVISIONS

-12-

1.9 The cost of maintenance of traffic shall be incidental to the contract and not measured for

payment. Section 2. Existing Utilities 2.1 The contractor must take the necessary precautions for the protection of any utility

encountered on the project or the restoration of any utility damaged during the work. 2.2 If an excavation is required, the contractor shall notify, at least 48 hours before breaking

ground, all public or private service corporations having wire, poles, pipes, conduit, manholes, or other structures that may be affected by this operation, including all structures which are affected and not shown on these plans. Owners of underground utilities, which are members of the Ohio Utilities Protection Service, can be notified by calling 1-800-362-2764. Non-member underground utility owners must be called directly.

2.3 All maintenance, repair, and replacement of existing utilities shall be in accordance with

the rules and regulations of the various utility companies having jurisdiction. 2.4 All existing storm sewers, driveway drains, and other surface drain pipes, removed or

damaged during construction shall be repaired and reconnected by the contractor as directed by the MSD project manager at no additional cost to the District.

Section 3. Construction Procedure 3.1 It shall be the contractor's responsibility to work equipment around poles, trees, or other

obstructions and to do so at his own expense. Section 4. Request for Supplementary Information 4.1 It shall be the responsibility of the contractor to make timely requests of MSD for

supplemental information, which should be furnished by MSD under the terms of this contract, and as required in the planning and execution of the work. Such requests may be submitted from time to time as the need approaches, but each shall be filed in ample time to permit appropriate action to be taken by all parties involved to avoid delay. Each request shall be in writing, and list the various items and the latest day by which each will be required by the contractor. The first list shall be submitted within two (2) weeks after contract award and shall be as complete as possible at that time. The contractor shall, if required, furnish promptly any assistance and information the project manager may require in responding to these requests of the contractor. The contractor shall be fully responsible for all delays arising from failure to comply with this section.

-13-

Section 5. Use of Premises 5.1 The contractor shall not trespass upon or in any way disturb private property without first

obtaining written permission from the owner to do so. A copy of such written permission shall be furnished to the project manager prior to accessing the site.

5.2 If the contractor finds it necessary to obtain additional working area, it shall be the

contractor's responsibility for its acquisition. 5.3 The contractor shall, at no additional expense, restore such property to the full

satisfaction of the owner and shall obtain from the owner a written release stating that restoration has been satisfactorily made. A copy of the completed written release shall be furnished to the MSD project manager prior to payment.

5.4.1 All items within the street right-of-way or sewer easement shall be removed, or removed

and replaced, or restored as directed by the MSD project manager. 5.5 The contractor shall ensure all employees have a badge or visible identification during

any time that they on the project site or within private property. This identification must be worn so that it is readily recognized and readable to the public.

Section 6. Protection of Trees 6.1 The contractor shall avoid any unnecessary damage to trees. Branches which overhang

the project limits and which interfere with the operation of equipment shall be tied back to avoid damage, if possible. Where injury to branches is unavoidable, the branches shall be sawed off neatly at the trunk or main branch, and the cut area shall be painted with approved tree paint immediately. The contractor at no additional expense shall remove any trees damaged beyond saving, and make restitution to the owner (public or private). The contractor should be aware that the City of Cincinnati, Division of Urban Forestry Specifications is more stringent and shall apply within the City of Cincinnati. A written release shall be required in accordance with Part III, subsection 5.3 of this specification.

Section 7. Fencing 7.1 Any fences, including hedge and shrubs, that need to be removed to facilitate the work

shall be replaced, in kind or with repairs satisfactory to the owner, at the contractor's expense. Replacement of fences, hedges, and shrubs shall be considered incidental to the contract and not measured for payment.

Section 8. Restoration 8.1 All roadway berms and drainage ditches disturbed by the work shall be restored,

reshaped, and graded to drain.

-14-

8.2 Pavement restoration, if necessary, shall conform to: "Hamilton County Engineer's Rules and Regulations Governing Driveway Regulations and Pavement and Right-of-Way Opening Provisions", plates 13 through 26 inclusive as directed by the MSD project manager, the municipality's regulations, or the City of Cincinnati's Specifications depending upon who has jurisdiction for the street. Trench backfill and compaction shall be in conformance with the City Supplement or local street restoration jurisdiction, whichever is stricter.

8.3 The contractor shall restore unpaved areas by seeding and mulching in accordance with

Item 659 of the Ohio Department of Transportation Construction and Material Specifications. No direct payment will be made for seeding and mulching.

8.4 Driveways shall be restored with 2 inches of Asphalt Surface Course on a 6 inch

Aggregate Base or with 7 inch thick Plain Portland Cement Concrete Pavement in accordance with Items 404, 304, and 452 of the Ohio Department of Transportation Construction Materials Specifications. Concrete walks shall be restored with a 5-inch thick plain Portland cement Concrete Walk in accordance with Item 608 of the Ohio Department of Transportation Construction Materials Specifications.

8.5 All disturbed areas shall be restored as nearly as possible to their original condition. 8.6 All restoration shall be completed in strict accordance with the appropriate items of the

specifications as directed by the project manager. 8.7 The cost of all restoration of streets, drives, walks; sod, etc. shall be incidental to the

contract and not measured for payment. 8.8 The restoration of sod areas and driveways shall be kept current with the project work.

Failure to keep restoration of these items completed reasonably close shall result in a stop work notice and delay of payment until such restoration is completed to the satisfaction of the MSD project manager.

Section 9. Cleanup 9.1 The contractor shall keep the work area in an uncluttered condition by the frequent

removal of debris. The contractor shall remove all debris and unused material and leave the area in a condition similar to the condition of the area before any work was performed.

Section 10. Property Damage 10.1 The contractor will be required to make repairs and/or clean the property immediately if

he causes any damage to private or public property. Specifically, the contractor shall immediately investigate any and all reports of sewage backing up into fixtures served by the sewer section that is being televised and/or inspected.

-15-

Section 11. Access to Municipal Water Supplies 11.1 The contractor shall be required to obtain all the necessary permits and pay all fees

required to use the various municipal water works supply systems. All costs for water usage will be included in the various contract items. Water services to residents or other users of the municipal water works system will not be shut off.

11.2 Failure to comply with the rules for usage of the water works systems will result in denial

of any use of the water works system facility. The contractor will be responsible to haul water to the site at his own cost where he is denied permission to use the municipal water system.

Section 12. Notification of Residents 12.1 It is the responsibility of the contractor to notify all residents that could be affected by the

sewer cleaning and televising. Notification shall be given at least 24 hours prior to the start of the cleaning and televising operation. This notification shall consist of written information that outlines the work and timing of the project. All vehicles must be clearly marked with Company Name. All employees must carry and display Company issued identification at all times. In addition, the contractor shall be responsible for a reimbursement of $250.00 per day for each instance that proper notification is not given to offset MSD’s additional inspection and administration costs.

-16-

PART IV. EXECUTION

Section 1. General 1.1 The contractor shall furnish and maintain, in good condition, equipment necessary for

proper execution of the work. 1.2 Maintaining Flow: It will be the responsibility of the contractor, throughout the tenure of

this contract, to provide and maintain sufficient flow at all times to pass any flash of storm flow of drainage ditches and prevent any backwater flooding due to obstruction caused by his equipment.

1.3 Retrieval of Materials and Equipment: It shall be the contractor's responsibility to

remove materials and equipment that has been lodged in the sewer from the work. 1.4 Schedule. This schedule shall outline the sequence in which the contractor proposes to

conduct his operations and shall be approved by the project manager before work is started as defined in Part I, subsection 6.4.B of this specification. The contractor shall use a time-scaled logic diagram format. The level of detail of activities shall provide clear, concise communication of the plan of work.

Original and updated schedules must be provided on appropriately sized single sheets. A color print will be required in order to distinguish different types of activities from one another. The software used for producing the schedules must have the capability to tailor the form and format of schedules, and accompanying reports, to the MSD project manager's requirements.

The MSD project manager may require additional updates to the schedule as changes occur. The contractor shall submit these additional updates to the project manager within 24 hours of the request. Changes to the schedule are subject to approval of the MSD project manager.

Section 3. Television Inspection, Sonar Inspection, & Other Computerized Equipment 3.1 The contractor shall use a color pan and tilt, rotating head camera specifically designed

and constructed for sewer inspection. Each sewer to be televised shall be suitably isolated to eliminate or control flow during video inspection to allow for the entire circumference of the pipe to be viewed. Lighting for the camera shall provide a clear picture of the entire periphery of the existing sewer. The camera shall pause, pan, and visually inspect all service connections, pipe ends, and maintenance or structural defects. Specifically, both manholes of each section shall also be panned, on each CCTV report, to document their condition from the casting to the invert. All service connections that have cracked or defective pipe, roots, and/or grease shall be dye tested during the video inspection. Addresses for all service connections dye tested will be noted. The address of each investigation shall be clearly noted on each CCTV report. Provide monitoring and video recording of the televised sewer inspection, locating each sewer service connection entering the sewer. If a blockage cannot be removed and hampers the televising of the sewer in one direction then the contractor shall attempt to complete the section by televising from the other manhole to complete the section, this reversal must immediately follow the initial direction on the same report. The contractor must immediately report the

-17-

obstruction to the MSD project manager. Perform all CCTV inspections in accordance with NASSCO’s Pipeline Assessment Certification Program (PACP). CCTV inspections will be conducted entirely in digital format. The entire inspection survey shall be recorded in MPEG-1 format written to DVD and submitted with digital links to the survey. All cleaning and television inspection reports shall be with-in +/- 2 (two) feet of the measured linear footage between manholes along the existing sewer centerline from the start of pipe to end of pipe. Work not following these specifications may be rejected for payment and the contractor may be required to re do the work.

3.2 The Sonar Equipment consists of the following basic elements: 1) the Sonar Surface

Equipment. 2) The in sewer Sonar Scanner. The equipment must be specifically engineered to meet the challenges of extended operations in the harsh environment encountered inside sewer pipes, while always providing images of the highest definition. Also, it must be capable of inspecting pipelines whose sizes range from 36 inches to 20 feet in diameter with a track record in excess of 2 years or 100,000 feet in the field.

The transducer and drive motor contained within the sewer sonar scanner must be totally enclosed in an oil-filled housing which is hermetically sealed from the electronics pod resulting in no exposed moving parts. The sewer sonar scanner must be streamlined in shape to minimize the collection of rags and debris inside the sewer. Sonar unit must have a minimum of 0.9-degree angular resolution with at least 400 sectors per revolution. Full revolution scans will be recorded with a density of 2 complete sonar scans per every inspection foot. The sonar equipment must have a selectable full scale and must support a return range of at least 8 inches to 20 feet. The digitally generated graphics display must use a minimum of 256 shades to represent the signal amplitude for each of these cells making at least 100,000 cells per image. If the sonar system produces analog data then a half size ISA Interface card must be fitted into the PC and must have a flash A/D converter clocked by a programmable sample rate up to a maximum of 5 MHz ensuring that the finest detail can be captured. An on board FIFO buffer must be fitted to insure that the data remains in perfect synchronization with the transmit pulse to produce continuous smooth images. If the sonar system produces digital data then the digital data must be recorded in a manner that allows for the data to be related to pipe position during post processing. The sonar equipment must have at least a 1 MHz operating frequency and an acoustic beam width of less than 1.4 degrees in order to produce accurate clear cross sections of the pipe being scanned. Analog sonar equipment must have a variable velocity of sound calibration allowing the system to be calibrated such that the measurements taken with the on-screen cursors are accurate to the pixel spacing, which must be at least 0.5mm on the shortest range. The sonar surface equipment to support analog sonar must be able to provide a continuous NTSC composite video output so that the entire survey will be recorded on DVD and remote video monitors can be connected. When using an analog sonar system the distance moved through the pipe must be able to be displayed on the monitor screen and be logged along with the saved images for accurate determination of where flaws exist in the pipe relative to the deployment manhole.

-18-

The Sonar Scanner must have pitch and roll tilt sensors with 0.1-degree resolution showing the attitude of the scanner on the screen both pictorially and numerically. The tilt sensors must be able to be set-up so that an alarm is generated if a preset tilt angle is exceeded. The Sonar Scanner when operated with the CCTV equipment must be capable of remote operation up to 2000 feet from the surface equipment. If the Sonar Scanner is operated independently then it must reach distances of up to 2000 lineal feet. The contractor may use a video camera crawler driven at a uniform speed along the pipe bottom or a float may be tethered to allow travel downstream at a controlled speed. The contractor shall use the method that will obtain the best image and will negotiate anticipated obstructions. This may require attempting various setups for each sewer section. The sonar unit should make 2 complete scans per foot of travel. From the sonar scans and other measuring devices as deemed necessary by the contractor, he shall complete a spreadsheet summary (Appendix F) indicating the approximate amount of debris and/or corrosion that has occurred along the length of pipe.

Sonar Inspection Software

1. Software must be able to display live data from the sonar scanning head and display the information as an image using 256 colors to designate signal amplitude.

2. Software must be able to capture screen images and save the image as a JPG or Bitmap file. These images shall be readable in all major software programs used for word processing and report generation.

3. A report shall be able to be produced and printed with user defined titling and showing the desired captured still image in full color, within 24 hours. Included on this report shall be the distance count from the footage encoder on the cable drum and pitch and roll data from the underwater scanning unit.

4. The software must have real time measurement capabilities. This shall include point-to-point measurement, diameter measurement using a circle overlay, and area calculations to acquire volume data of sediment and debris. Measurements must be able to be printed on reports and saved with the image.

5. Software shall display both graphically and numerically the pitch and roll data from the underwater scanning unit.

6. Software shall numerically display distance, in either English or Metric units from the encoder on the cable drum.

Sonar Inspection Reports For Each Sewer Segment

1. Reports shall contain a narrative describing the test, its methods, and listing any notable findings from the inspection.

2. Reports shall contain volume calculations including debris and water volume calculations.

-19-

3. Reports shall include the average and maximum levels of debris and the distance of the maximum level noted.

4. From the sonar scans and other measuring devices as deemed necessary by the contractor, he shall complete a spreadsheet summary (Appendix F) indicating the approximate amount of debris and/or corrosion that has occurred along the length of pipe.

3.3 The contractor is required to submit complete electronic worksheets and inspection

reports to document the work that is performed and the condition of the sewer and manholes.

To support the electronic submission of reports and worksheets, the contractor must have the following minimum computer equipment: • Pentium 4/1.0 gigahertz computer, RAM 256 MB, adequate hard drive space (min.

160MB/year of data) • Custom application software for completing the electronic submittals will be

provided by MSD. MSD will also provide approximately 4 hours of training for each employee that will be inputting the data for the contractor. This training will be scheduled with the MSD project manager during the pre-construction meeting.

In addition to the MSD-provided training, the contractor shall also provide a minimum of 8 hours training on the use of the Sonar Equipment and illustrating how defects will be interpreted. This training will be scheduled with the MSD project manager during the preconstruction meeting.

3.4 At the pre-construction meeting and all project status meetings, the MSD project manager will electronically provide the contractor with partially completed worksheets on each project that the contractor anticipates completing in the upcoming weeks based on his schedule. The contractor will load the data onto the portable ZIP drive and return it to the project manager as required in the submittals section of this specification. The contractor shall complete the worksheets and forms in the field to the fullest extent possible so that the data is accurate and does not get lost or forgotten. The data will include the completed worksheets and manhole inspection reports for each section of sewer where work was completed. In the Appendices, examples of the electronic forms are provided so that the contractor can determine the amount of time each form will take to complete.

3.5 CCTV Reports, logs, electronic reports, and worksheets must include the following

information and conform to the applicable guidelines:

. A. CCTV Reports, PACP Database, and electronic worksheets must accompany all

inspection work. See Appendix B and C.

-20-

B. Cleaning Reports: All cleaning work must be accompanied by electronic worksheets. See Appendix B.

C. Drawing: A drawing showing the sewer, manholes, streets, buildings, addresses, etc.

will be provided to the contractor; however, the contractor is responsible to draw any changes that are encountered on the form provided by MSD.

D. Sonar profiling spreadsheet, showing depth of debris and/or pipe corrosion for

completed sections of sewer. See Appendix F.

-21-

Section 1. Measurement and Payment 1.1 Cleaning and root cutting of sewers will be measured for payment by the linear foot of

the various diameters of sewer actually cleaned and verified through television inspection. In cases where the sewer is entirely inspected manhole-to-manhole, payments will be based on the measured linear footage between manholes along the existing sewer centerline from the center of the manhole at the unit price submitted on the unit price page.

1.2 Grinding of protruding break-in service connections will be calculated for payment based

on multiplying the number satisfactorily completed; and meeting the specification governing final acceptance, by the bid unit price for each, based on the diameter of the host sewer.

1.4 All costs associated with purchasing and training in order to electronically submit the required reports and worksheets shall be included as a lump sum cost under computer set up and training. This item includes lost production time of personnel receiving training.

1.4 All invoicing will be by Map number and payment will not be made until all work,

including punch list items (Rework and Additional Work) are completed 1.5 The following items of work will not be measured for payment but the cost thereof will

be considered as incidental to the contract:

A. Data entry, computerized equipment, software, and hardware to submit the required electronic submittals, including the DVDs, records, and logs. Software for completing maintenance reports will be provided by MSD at no cost to the contractor.

B. Completion of all electronic forms. C. Removal and disposal of debris. D. Photographic equipment and supplies used to show sewer pipe and manhole defects. E. Bypass pumping and flow control where required by the contractor to perform his or

her work. F. Providing temporary and final paving at any proposed excavations. G. Providing temporary and final restoration of grass areas. H. Emergency after hour’s response.

I. Re-televising and re-cleaning following a point repair completed by the contractor. J. Demobilization and mobilization because of suspension of work.

PART V PAYMENT FOR WORK

-22-

K. Updates to the schedule as required by the MSD project manager.

L. Traffic Control including arrow boards, signage, flag persons, etc.

M. Right of Entry access to private property.

N. Dye testing of service connections in order to meet the CCTV specification.

1.5 Performance and Payment Bond: The bond securing the performance of the contract

shall be effective for the full maximum period of the contract including the optional renewal period(s) specified. The bond amount indicated shall be deemed adequate surety for the initial and optional renewal periods. The cost of performance surety shall be treated as an overhead expense and shall be included in the bid amounts. The city shall not pay the cost of surety as a direct bill item.

-23-

INDEX TO APPENDICES

PAGE NUMBER

APPENDIX “A” PROJECT MAPS & INFORMATION SHEET 23

APPENDIX “B” MAINTENANCE WORKSHEET 24

APPENDIX “F” SAMPLE SEWER PROFILING SPREADSHEET 25

-24-

APPENDIX “A”

PROJECT MAPS & INFORMATION SHEET

<<<<<<<<<< ATTACHED >>>>>>>>>> NOTES: 1) CAGIS maps. The provider makes no warranty or representation, either expressed or

implied with respect to this information, its quality, performance, merchantability, or fitness for a particular purpose. As a result, this information is provided “as is”, and you, the requester, are assuming the entire risk as to its quality and performance. In no event will the provider be liable for direct, indirect, incidental, or consequential damages resulting from any defect in the information. Even if advised of the possibility for any other information, programs or data used with or combined with the requested information, including the cost of recovering such information, programs or data.

-25-

APPENDIX “B”

MAINTENANCE WORKSHEET

<<<<<<<<<< ATTACHED >>>>>>>>>>

NOTES: 1) INFORMATION PROVIDED BY MSD. The following list of information will be

provided by MSD. A. Assigned to B. Maintenance Number C. Sewer Segment D. Date Assigned E. Project Name F. Contact Person G. Phone Number H. Complaint Information I. Type of Work J. Pipe Diameter K. Length L. Remarks

2) INFORMATION PROVIDED BY CONTRACTOR. The contractor will provide the following list of information.

A. Work Date B. Work Type Completed (Yes/No) C. Section Completed (Yes/No) D. Job Completed (Yes/No) E. Off Road (Yes/No) F. Hydrant Location (Address) G. Meter Number H. Hydrant Pumped (Yes/No) I. Weather (Current Weather Conditions) J. Temperature (Current Temperature) K. Traffic Control (Yes/No) L. Field Notes (Comments of work performed) M. Debris (Light/Medium/Heavy) N. Roots (Light/Medium/Heavy) O. Grease (Light/Medium/Heavy) P. Other (Miscellaneous material removed) Q. Cleaned (Footage cleaned) N/A R. Root Cut (Footage root cut) N/A S. TV’ed/Sonar (Footage inspected) T. Taps Cut (Quantity) N/A

-26-

APPENDIX “F”

SAMPLE SEWER PROFILING SPREADSHEET

<<<<<<<<<< ATTACHED >>>>>>>>>>

CORROSION AND DEBRIS SUMMARY

Pipe Size: MH TO MH: To

FROM TO AVE.CORROSION STANDARD MAXIMUM AVE. DEBRIS STANDARD CUBIC

(FEET) (FEET) (INCHES DEVIATION CORROSION (INCHES) DEVIATION YARDS

Start Footage:

Average: Maximum: Total Yds:

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

MAINTENANCE NUMBER SEGMENT ID PIPE SIZE PIPE HEIGHT PIPE WIDTH LENGTH

00300-08 42614012-42614013 72 0 0 130.000300-08 42614013-42614023 72 0 0 10.000300-08 42615010-42615020 72 0 0 155.000300-08 42615011-42615025 72 0 0 12.000300-08 42615012-42615011 72 0 0 32.000300-08 42615013-42615012 54 0 0 40.000300-08 42615020-42614012 72 0 0 170.000300-08 42615024-42702019 36 0 0 220.000300-08 42615025-42615026 0 108 144 145.900300-08 42615026-42615010 72 0 0 129.000300-08 42702001-42702024 48 0 0 90.200300-08 42702002-42702001 48 0 0 192.500300-08 42702003-42702002 48 0 0 452.500300-08 42702004-42702003 36 0 0 148.300300-08 42702005-42702018 36 0 0 239.200300-08 42702014-42615012 48 0 0 247.000300-08 42702015-42702014 48 0 0 314.000300-08 42702016-42702015 48 0 0 237.100300-08 42702017-42702016 48 0 0 200.800300-08 42702018-42702004 36 0 0 87.300300-08 42702019-42702023 54 0 0 75.000300-08 42702023-42615013 54 0 0 315.000300-08 42702024-42702019 54 0 0 102.900300-08 42702025-42702005 36 0 0 25.500300-08 42707012-42702017 48 0 0 303.600300-08 42707013-42707024 48 0 0 125.000300-08 42707014-42707013 48 0 0 197.500300-08 42707015-42707014 48 0 0 258.700300-08 42707016-42707023 0 60 78 26.000300-08 42707022-42707015 42 0 0 37.500300-08 42707023-42707022 0 60 78 34.000300-08 42707024-42707012 48 0 0 109.500300-08 42711012-42707016 42 0 0 510.000300-08 42711022-42711012 42 0 0 41.500300-08 42711023-42711022 0 60 60 35.400300-08 42711024-42711023 0 84 54 124.700300-08 42711025-42711024 0 84 54 17.900300-08 Total 5,592.300301-08 42601005-42601013 0 56 48 235.000301-08 42601007-42601008 42 0 0 12.000301-08 42601008-42601009 42 0 0 235.100301-08 42601009-42601010 42 0 0 44.300301-08 42601010-42608001 42 0 0 273.500301-08 42601013-42601007 42 0 0 16.100301-08 42602004-42601008 42 0 0 298.000301-08 42602007-42602004 36 0 0 403.800301-08 42602014-42602007 33 0 0 386.800301-08 42608001-42608002 48 0 0 410.100301-08 42608002-42608005 54 0 0 371.200301-08 42608003-42610022 54 0 0 50.3

1

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00301-08 42608005-42608003 54 0 0 134.600301-08 42610003-42610011 66 0 0 284.000301-08 42610011-42610021 66 0 0 53.200301-08 42610022-42610023 54 0 0 198.900301-08 42610023-42610024 60 0 0 107.500301-08 42610024-42610003 60 0 0 332.100301-08 42610025-42610023 33 0 0 23.000301-08 Total 3,869.400302-08 40504003-40504005 33 0 0 391.000302-08 40504005-40504007 33 0 0 492.000302-08 40504008-40504009 39 0 0 46.500302-08 40610039-40614017 0 108 144 1,495.000302-08 40611032-40614017 60 0 0 357.600302-08 40613006-40613029 33 0 0 300.000302-08 40613011-40504003 33 0 0 192.000302-08 40613021-40504008 39 0 0 200.000302-08 40613023-40613021 54 0 0 329.300302-08 40613025-40613023 54 0 0 330.000302-08 40613029-40613011 33 0 0 62.000302-08 40614005-40614006 36 0 0 334.000302-08 40614006-40614014 36 0 0 392.000302-08 40614014-40613006 36 0 0 424.000302-08 40614017-40505018 0 120 96 2,378.000302-08 42516006-40613025 48 0 0 331.300302-08 42516011-42516006 36 0 0 330.200302-08 42516016-42516011 36 0 0 330.000302-08 Total 8,715.000303-08 40605003-40605005 36 0 0 346.900303-08 40605005-40612003 48 0 0 250.500303-08 40606016-40606019 36 0 0 107.300303-08 40606019-40606023 36 0 0 280.800303-08 40606023-40606030 42 0 0 218.900303-08 40606030-40611016 42 0 0 249.200303-08 40611016-40611018 42 0 0 251.200303-08 40611018-40611025 42 0 0 250.700303-08 40611025-40611026 48 0 0 145.600303-08 40611026-40611033 48 0 0 40.000303-08 40611028-40611033 48 0 0 50.000303-08 40611033-40611032 60 0 0 51.000303-08 40611034-40611042 45 0 0 44.800303-08 40612003-40612009 48 0 0 337.500303-08 40612006-40611028 48 0 0 498.300303-08 40612009-40612040 48 0 0 35.000303-08 40612011-40612006 48 0 0 302.400303-08 40612040-40612011 48 0 0 303.600303-08 Total 3,763.400304-08 40607013-40607018 0 108 84 375.000304-08 40607018-40610048 0 108 84 518.600304-08 40609026-40610001 36 0 0 324.900304-08 40609038-40609039 36 0 0 290.000304-08 40609039-40609040 36 0 0 140.000304-08 40609040-40609041 42 0 0 200.0

2

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00304-08 40609041-40609042 42 0 0 200.000304-08 40609042-40610030 42 0 0 325.000304-08 40609043-40609038 36 0 0 165.000304-08 40610001-40610035 36 0 0 312.100304-08 40610007-40610010 36 0 0 173.300304-08 40610010-40610034 48 0 0 285.000304-08 40610030-40610010 42 0 0 320.000304-08 40610034-40610041 63 0 0 230.000304-08 40610035-40610007 36 0 0 411.500304-08 40610040-40610039 0 108 84 50.000304-08 40610041-40610040 0 108 84 20.000304-08 40610042-40610041 0 108 84 420.000304-08 40610048-40610042 0 108 84 22.500304-08 Total 4,782.900305-08 40602005-40602016 51 0 0 34.000305-08 40602013-40602014 60 0 0 302.700305-08 40602014-40607011 60 0 0 282.400305-08 40602016-40602013 60 0 0 248.100305-08 40607011-40607035 72 0 0 62.500305-08 40607012-40607037 72 0 0 253.000305-08 40607035-40607012 66 0 0 125.000305-08 40710008-40710033 51 0 0 118.000305-08 40710012-40710034 60 0 0 42.000305-08 40710015-40710016 36 0 0 288.100305-08 40710016-40710017 36 0 0 276.400305-08 40710017-40710033 36 0 0 70.000305-08 40710018-40715012 48 0 0 351.400305-08 40710033-40710012 48 0 0 37.000305-08 40710034-40710018 36 0 0 92.000305-08 40715012-40715046 48 0 0 13.900305-08 40715013-40715016 48 0 0 487.400305-08 40715016-40715047 51 0 0 37.000305-08 40715046-40715013 48 0 0 131.100305-08 40715047-40602005 51 0 0 266.100305-08 40716026-40716028 42 0 0 52.000305-08 40716028-40715046 36 0 0 477.400305-08 Total 4,047.500306-08 37613003-37613043 96 0 0 32.000306-08 37613004-37613005 36 0 0 219.000306-08 37613005-37613044 102 0 0 192.000306-08 37613006-37613045 108 0 0 16.000306-08 37613043-37613005 96 0 0 385.000306-08 37613044-37613006 102 0 0 152.000306-08 37613045-37613046 108 0 0 12.000306-08 37613046-40601026 108 0 0 1,108.800306-08 37704001-37704002 36 0 0 115.000306-08 37704002-37704010 36 0 0 197.000306-08 37704010-37704011 36 0 0 74.000306-08 37704011-37613006 36 0 0 219.000306-08 40601026-40601027 108 0 0 567.000306-08 40601027-40601033 108 0 0 214.000306-08 40601033-40601036 0 96 72 56.0

3

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00306-08 40601036-40608030 0 96 72 172.000306-08 40607005-40607034 0 108 84 130.000306-08 40607033-40607005 0 108 84 85.000306-08 40607034-40607013 0 108 84 85.000306-08 40607037-40607013 60 0 0 27.000306-08 40607038-40607033 0 96 72 160.000306-08 40608019-40607038 0 96 72 244.900306-08 40608030-40608031 0 96 72 197.900306-08 40608031-40608019 0 96 72 130.000306-08 Total 4,790.700307-08 37513007-37513023 45 0 0 26.400307-08 37513008-37604044 45 0 0 68.300307-08 37513023-37513008 45 0 0 8.900307-08 37515008-37515024 36 0 0 440.000307-08 37515018-37515019 36 0 0 188.700307-08 37515019-37515020 36 0 0 295.000307-08 37515020-37603001 42 0 0 250.400307-08 37515024-37515018 36 0 0 210.000307-08 37603001-37603034 42 0 0 102.000307-08 37603002-37603003 48 0 0 99.600307-08 37603003-37603004 48 0 0 201.600307-08 37603004-37603037 48 0 0 220.000307-08 37603005-37603038 48 0 0 90.000307-08 37603006-37606033 48 0 0 104.000307-08 37603034-37603035 42 0 0 91.000307-08 37603035-37603002 42 0 0 48.000307-08 37603037-37603005 48 0 0 31.700307-08 37603038-37603006 48 0 0 160.000307-08 37604024-37604043 42 0 0 343.600307-08 37604025-37605002 42 0 0 250.600307-08 37604043-37604025 42 0 0 23.000307-08 37605002-37605025 42 0 0 86.000307-08 37605003-37605028 42 0 0 239.100307-08 37605005-37606030 42 0 0 13.500307-08 37605025-37605003 42 0 0 153.900307-08 37605028-37605005 42 0 0 274.200307-08 37606026-37606027 51 0 0 283.500307-08 37606027-37606031 51 0 0 76.500307-08 37606028-37606030 54 0 0 319.500307-08 37606030-37606036 60 0 0 30.000307-08 37606031-37606028 51 0 0 226.900307-08 37606032-37606026 51 0 0 8.700307-08 37606033-37606037 48 0 0 140.000307-08 37606036-37611026 60 0 0 231.700307-08 37606037-37606032 51 0 0 6.000307-08 37611015-37611029 48 0 0 122.000307-08 37611026-37612031 60 0 0 277.500307-08 37611029-37614042 48 0 0 312.000307-08 37612031-37612032 63 0 0 289.100307-08 37612032-37612033 63 0 0 289.400307-08 37612033-37613001 72 0 0 277.100307-08 37613001-37613003 84 0 0 105.0

4

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00307-08 37614042-37614043 48 0 0 250.000307-08 37614043-37614044 48 0 0 122.000307-08 37614044-37613003 54 0 0 241.000307-08 Total 7,627.100308-08 40703001-40703002 54 0 0 240.900308-08 40703002-40703003 54 0 0 217.400308-08 40703003-40703036 48 0 0 71.000308-08 40703004-40706041 51 0 0 404.000308-08 40703036-40703037 50 0 0 100.000308-08 40703037-40703004 51 0 0 83.000308-08 40706004-40706005 36 0 0 151.200308-08 40706005-40706006 36 0 0 128.800308-08 40706006-40706046 42 0 0 38.000308-08 40706007-40706045 78 0 0 10.000308-08 40706008-40706009 78 0 0 365.200308-08 40706009-40705065 78 0 0 249.000308-08 40706010-40706007 54 0 0 23.000308-08 40706041-40706046 51 0 0 24.000308-08 40706042-40706043 54 0 0 42.000308-08 40706043-40706010 54 0 0 28.000308-08 40706045-40706008 78 0 0 430.300308-08 40706046-40706007 72 0 0 107.000308-08 40707007-40707008 36 0 0 123.500308-08 40707008-40707009 36 0 0 151.500308-08 40707009-40707010 36 0 0 150.500308-08 40707010-40707011 36 0 0 148.900308-08 40707011-40707012 36 0 0 141.300308-08 40707012-40707013 36 0 0 171.600308-08 40707013-40706004 36 0 0 156.600308-08 40815025-40815031 39 0 0 134.100308-08 40815026-40815027 42 0 0 285.600308-08 40815027-40815028 42 0 0 284.000308-08 40815028-40815035 42 0 0 57.400308-08 40815029-40703001 54 0 0 268.700308-08 40815031-40815026 39 0 0 147.000308-08 40815035-40815029 45 0 0 202.900308-08 40816003-40815025 36 0 0 316.600308-08 Total 5,452.800309-08 40704003-40704040 72 0 0 16.000309-08 40704004-40704041 72 0 0 207.000309-08 40704011-40704040 54 0 0 128.000309-08 40704012-40704043 54 0 0 72.000309-08 40704040-40704039 72 0 0 54.000309-08 40704041-40704003 72 0 0 44.400309-08 40704043-40704011 54 0 0 277.800309-08 40704049-40704004 66 0 0 251.300309-08 40705003-40705007 54 0 0 250.000309-08 40705007-40705056 66 0 0 15.000309-08 40705008-40705066 66 0 0 62.100309-08 40705009-40705053 66 0 0 205.400309-08 40705013-40705056 36 0 0 110.000309-08 40705014-40705007 36 0 0 117.0

5

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00309-08 40705028-40705013 36 0 0 140.700309-08 40705032-40705014 36 0 0 311.800309-08 40705049-40705003 54 0 0 129.500309-08 40705051-40705052 49 0 0 12.700309-08 40705052-40705009 49 0 0 182.800309-08 40705053-40705059 66 0 0 8.000309-08 40705056-40704049 66 0 0 63.700309-08 40705059-40705008 66 0 0 54.000309-08 40705065-40704012 54 0 0 208.200309-08 40705066-40705069 48 0 0 11.000309-08 40705069-40705007 48 0 0 145.500309-08 40706032-40706040 49 0 0 350.000309-08 40706033-40706032 42 0 0 136.300309-08 40706040-40705051 49 0 0 137.800309-08 Total 3,701.800310-08 40704001-40813022 72 0 0 260.000310-08 40704002-40704036 72 0 0 127.000310-08 40704036-40704001 72 0 0 102.000310-08 40704039-40704002 72 0 0 188.700310-08 40813022-40813034 72 0 0 63.000310-08 40813023-40813024 72 0 0 19.400310-08 40813024-40813025 78 0 0 225.300310-08 40813025-40813026 78 0 0 245.200310-08 40813026-42316009 78 0 0 253.200310-08 40813034-40813023 72 0 0 183.700310-08 42309066-42316013 84 0 0 30.000310-08 42309067-42309030 90 0 0 97.400310-08 42316009-42316052 78 0 0 76.400310-08 42316010-42316056 78 0 0 116.600310-08 42316011-42316059 84 0 0 84.100310-08 42316012-42316061 84 0 0 50.000310-08 42316013-42309067 90 0 0 117.100310-08 42316048-42316011 78 0 0 33.200310-08 42316052-42316053 78 0 0 103.000310-08 42316053-42316010 78 0 0 60.600310-08 42316056-42316048 78 0 0 103.300310-08 42316059-42316012 84 0 0 159.500310-08 42316061-42316064 84 0 0 19.100310-08 42316064-42309066 84 0 0 134.900310-08 Total 2,852.700311-08 40804006-40804031 42 0 0 23.500311-08 40804007-40804008 42 0 0 155.000311-08 40804008-40804009 42 0 0 198.300311-08 40804009-40804010 48 0 0 44.900311-08 40804010-40804011 48 0 0 233.000311-08 40804011-40804012 48 0 0 277.000311-08 40804012-40804013 48 0 0 246.800311-08 40804013-40913037 48 0 0 172.500311-08 40804031-40804007 42 0 0 32.000311-08 40805001-40804006 42 0 0 198.100311-08 40806005-40806012 36 0 0 162.000311-08 40806007-40806005 0 36 48 32.1

6

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00311-08 40806012-40806035 36 0 0 86.000311-08 40806013-40806025 36 0 0 20.000311-08 40806014-40806015 36 0 0 177.200311-08 40806015-40806016 36 0 0 75.300311-08 40806016-40806017 42 0 0 247.300311-08 40806017-40806018 42 0 0 60.100311-08 40806018-40806032 42 0 0 140.600311-08 40806019-40805001 42 0 0 249.200311-08 40806025-40806014 36 0 0 231.000311-08 40806032-40806033 42 0 0 40.300311-08 40806033-40806019 42 0 0 12.300311-08 40806035-40806013 36 0 0 163.700311-08 40913022-40913030 48 0 0 100.000311-08 40913030-40913039 48 0 0 5.000311-08 40913037-40913022 48 0 0 78.000311-08 40913039-40913028 72 0 0 47.000311-08 Total 3,508.100312-08 40912009-40912010 108 0 0 148.000312-08 40912023-40912056 108 0 0 90.000312-08 40912024-40912059 108 0 0 159.000312-08 40912039-40912009 108 0 0 65.000312-08 40912040-40912024 108 0 0 10.000312-08 40912055-40912023 108 0 0 136.000312-08 40912056-40912039 108 0 0 106.000312-08 40912059-40912055 108 0 0 222.200312-08 40913008-40913038 120 0 0 178.700312-08 40913028-40913008 120 0 0 235.300312-08 40913029-40912040 108 0 0 287.000312-08 40913038-40913029 120 0 0 435.000312-08 42216030-42216038 36 0 0 294.000312-08 42216031-42216030 36 0 0 80.700312-08 42216038-42216042 120 0 0 42.000312-08 42216042-42216043 96 0 0 104.300312-08 42216043-40913028 120 0 0 147.000312-08 42301004-42301031 96 0 0 43.000312-08 42301031-42301032 108 0 0 509.100312-08 42301032-42216038 96 0 0 476.000312-08 42308002-42308015 96 0 0 117.800312-08 42308015-42301004 96 0 0 384.000312-08 Total 4,270.100313-08 40803001-40914009 36 0 0 207.600313-08 40911033-40911034 42 0 0 180.000313-08 40911034-40911046 42 0 0 23.500313-08 40911035-40911036 48 0 0 220.700313-08 40911036-40911037 48 0 0 54.000313-08 40911037-40912003 48 0 0 165.700313-08 40911045-40911035 48 0 0 162.400313-08 40911046-40911045 48 0 0 62.500313-08 40912003-40912005 48 0 0 122.000313-08 40912005-40912006 48 0 0 97.500313-08 40912006-40912043 48 0 0 203.000313-08 40912007-40912008 72 0 0 35.0

7

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00313-08 40912008-40912046 72 0 0 44.400313-08 40912043-40912045 48 0 0 18.000313-08 40912045-40912007 72 0 0 23.000313-08 40912046-40912009 48 0 0 70.000313-08 40914001-40911033 42 0 0 469.500313-08 40914002-40914001 42 0 0 191.700313-08 40914007-40914022 36 0 0 248.000313-08 40914008-40914007 36 0 0 80.100313-08 40914009-40914008 36 0 0 119.300313-08 40914022-40914002 36 0 0 17.000313-08 Total 2,814.900314-08 40904035-40904051 54 0 0 42.500314-08 40904036-40904035 54 0 0 37.600314-08 40904037-40904036 54 0 0 100.000314-08 40904038-40904044 36 0 0 172.500314-08 40904039-40904038 36 0 0 172.500314-08 40904043-40904039 36 0 0 161.300314-08 40904044-40904037 48 0 0 10.000314-08 40904051-40905009 54 0 0 171.000314-08 40904054-40904040 36 0 0 10.000314-08 40905008-40905055 54 0 0 76.000314-08 40905009-40905054 54 0 0 300.000314-08 40905018-40904044 48 0 0 248.000314-08 40905035-40905052 36 0 0 234.800314-08 40905036-40905052 0 150 126 2.000314-08 40905041-40905065 126 0 0 67.300314-08 40905042-40905041 42 0 0 18.000314-08 40905043-40905042 42 0 0 224.000314-08 40905044-40905043 36 0 0 291.200314-08 40905049-40905044 36 0 0 346.300314-08 40905052-40905066 0 150 126 45.500314-08 40905054-40905008 54 0 0 50.000314-08 40905055-40905056 54 0 0 86.000314-08 40905056-40905051 54 0 0 78.000314-08 40905057-40905051 126 0 0 38.000314-08 40905058-40905057 126 0 0 13.000314-08 40905063-40905035 36 0 0 6.000314-08 40905065-40905052 0 150 126 50.000314-08 40905066-40905058 126 0 0 222.000314-08 40905067-40905063 36 0 0 10.000314-08 40912010-40905041 126 0 0 290.000314-08 42208009-42208028 0 60 42 80.000314-08 42208024-42208009 48 0 0 208.000314-08 42208028-42208032 48 0 0 160.400314-08 42208032-40905018 48 0 0 172.100314-08 Total 4,193.900315-08 40903003-40903016 60 0 0 88.000315-08 40903008-40903028 60 0 0 19.000315-08 40903016-40903017 60 0 0 328.000315-08 40903017-40903018 60 0 0 40.000315-08 40903018-40903019 168 0 0 400.000315-08 40903020-40903026 168 0 0 240.0

8

2008 TELEVISING OF EXISTING SEWERS (2008 LARGE DIAMETER A) PROJECT INFORMATION SHEET

00315-08 40903021-40903029 168 0 0 123.000315-08 40903022-40903021 132 0 0 54.400315-08 40903023-40903026 60 0 0 74.000315-08 40903024-40903023 60 0 0 255.000315-08 40903026-40903018 168 0 0 85.000315-08 40903028-40903024 60 0 0 212.700315-08 40903029-40903020 168 0 0 150.000315-08 40905004-40906041 132 0 0 303.100315-08 40905005-40905004 132 0 0 25.000315-08 40905051-40905064 126 0 0 15.000315-08 40905064-40905005 132 0 0 133.000315-08 40906001-40903008 60 0 0 105.400315-08 40906002-40906001 60 0 0 163.000315-08 40906040-40906002 60 0 0 119.200315-08 40906041-40903022 132 0 0 169.300315-08 40907001-40906040 60 0 0 201.000315-08 Total 3,303.100316-08 40906021-40907011 42 0 0 229.000316-08 40906022-40906021 42 0 0 194.100316-08 40906023-40906022 42 0 0 178.200316-08 40907002-40907010 54 0 0 27.500316-08 40907003-40907002 42 0 0 256.300316-08 40907004-40907003 42 0 0 205.000316-08 40907005-40907004 42 0 0 179.000316-08 40907010-40907011 54 0 0 270.000316-08 40907011-40907001 54 0 0 12.500316-08 40910001-40907005 42 0 0 213.000316-08 40910002-40910001 42 0 0 172.900316-08 40910003-40910002 42 0 0 172.700316-08 40910004-40910029 42 0 0 20.000316-08 40910005-40910004 36 0 0 40.000316-08 40910006-40910005 36 0 0 118.900316-08 40910007-40910006 36 0 0 183.100316-08 40910008-40910007 36 0 0 150.900316-08 40910029-40910003 42 0 0 248.000316-08 40911006-40906023 42 0 0 209.900316-08 40911008-40911006 36 0 0 115.500316-08 40911009-40911008 36 0 0 50.000316-08 40911010-40911009 0 72 60 117.000316-08 40915004-40910008 36 0 0 130.000316-08 Total 3,493.4Grand Total 76,779.0

9