WORCESTER HOUSING AUTHORITY Contract for the Maintenance...
Transcript of WORCESTER HOUSING AUTHORITY Contract for the Maintenance...
WORCESTER HOUSING AUTHORITY
Contract for the Maintenance Department
INVITATION FOR BIDS NO. 14-44
ANNUAL – CURED IN PLACE PIPE
RELEASE DATE: December 15, 2014
PRE-BID CONFERENCE: 11:00 a.m., January 5, 2015*
BID SUBMITTAL DATE: 11:00 a.m., January 8, 2015
Issued by:
Worcester Housing Authority
Purchasing Department
69 Tacoma St., Worcester, MA 01605
(508) 635-3202, TDD (508) 798-4530Fax: (508) 635-3289
EXECUTIVE DIRECTOR, RAYMOND V. MARIANO
IFB #14-44 Annual Cured In Place Pipe 2 of 90
ADDENDUM #2
IFB #14-44 Cured In Place Pipe (CIPP)
January 5, 2015
1. This addendum provides information discussed in the Pre-Bid Conference.
Q1. In Category B – Camera & Jetting Services I’d like to get a clarification on: the Unit of Measure and the number of hours
meant in a daily rate?
A1. The Unit of Measure is a DAILY RATE and the number of hours in a daily rate should include 7.5 (Monday –
Friday 8:00 a.m. – 4:30 p.m.).
Q2. What costs are associated with this daily rate?
A2. All costs to fully satisfy the terms and conditions of this work must be included in the daily rate. WHA shall not
pay the contractor for any supervision, labor, materials, equipment, mobilization, travel, etc.
Q3. Will this work include the camera and jetting work associated with CIPP work?
A3. No, Category B Camera & Jetting contract shall be used for diagnostic purposes and not in association with the
CIPP work.
All other terms and conditions of this contract remain unchanged.
Please be sure to acknowledge this Addendum in paragraph B or your Bid Form.
Thank you,
Re Cappoli
Chief Procurement Officer
WHA Worcester Housing Authority
Purchasing Department 69 Tacoma St.
Worcester, MA 01605
P-(508) 635-3203
F-(508) 635-3289
WHA Worcester Housing Authority
Purchasing Department 69 Tacoma St.
Worcester, MA 01605
P-(508) 635-3203
F-(508) 635-3289
IFB #14-44 Annual Cured In Place Pipe 3 of 90
ADDENDUM #1
IFB #14-44 Cured In Place Pipe (CIPP)
January 2, 2015
2. This addendum is to provide an answer to the following question
3. Replace paragraph d.i. of the Specifications:
Q1Is this bid for Lateral CIPP Lining exclusively or Full Length CIPP Lining (Manhole to Manhole)?
A1. The work under this contract shall consist of LATERAL CIPP lining exclusively.
2. Replace, in total, the Specification on page 15 of 88 in paragraph
d. Camera & Jetting Services – Category B
i. Inspections and Line Clearing with the following:
i. INSPECTIONS AND LINE CLEARING:
Contractor shall provide a price for line clearing (jetting) and video inspection of line that the
WHA suspects may have breaks in them. The price shall be a daily rate that includes set-up,
clearing and video inspection of 1 or more lines. Further, the contractor shall use equipment that
is appropriate for this type of work, as follows:
1. The jetting equipment shall be able to deliver at least 3000 PSI continuously during the
line clearing process.
2. The results of the video inspection shall be delivered to WHA in the viewable form and
stored on a CD or DVD.
All other terms and conditions of this contract remain unchanged.
Please be sure to acknowledge this Addendum in paragraph B or your Bid Form.
Thank you,
Re Cappoli
Chief Procurement Officer
IFB #14-44 Annual Cured In Place Pipe 4 of 90
TABLE OF CONTENTS
Invitation for Bid
General Conditions for Non-Construction Contracts (Maintenance) HUD 5370C (Section II)
Instructions to Bidders for Contracts Public and Indian Housing Projects HUD 5369
General Conditions of the Contract, Non-Construction HUD 5370C
Specifications
WAGES:
HUD Non-Routine Wages
State Prevailing Wages
Contract Documents (Sample – Informational Only)
Contract Form
Performance Bond
Payment Bond
MBE NOTICE
EXHIBIT: 1. Property Listing
APPENDICIES:
1. 5% Bid Bond
2. Non-Collusive Affidavit
3. HUD #5369A – Representations, Certifications, and Other Statements of Offeror
4. Certificate of Corporate Clerk
5. Certificate of Tax Compliance
6. Bidder's Qualifications and References Form, 2 pages
7. Disbarment / Suspension Certification
8. Bid Form-completed, 2 pages
(MGL c.149 using c.30, s.39M <$100,000)
IFB #14-44 Annual Cured In Place Pipe 5 of 90
WORCESTER HOUSING AUTHORITY
PURCHASING DEPARTMENT
INVITATION FOR BID #14-44
The Worcester Housing Authority invites sealed bids from Contractors for
ANNUAL CURED IN PLACE PIPE
Pre-bid Conference will be held at: 11:00 a.m., January 5, 2015* at 69 Tacoma St., Worcester, MA (Purchasing Dept)
Sealed Bids will be received until: 11:00 a.m., January 8, 2015
at the Purchasing Department, 69 Tacoma St., Worcester, MA 01605. Immediately following the deadline for bids all bids received
within the time specified will be publicly opened and read aloud.
Contract Documents will be available for download online at http://worcester-housing.com/purchasing.html or pickup at the
Purchasing Department, 69 Tacoma St., Worcester, MA 01605 after 10:00 a.m., December 15, 2014 at 10:00 a.m.* Bidders should
email [email protected] /call (508) 635-3203 and request that the IFB be emailed directly to them, please enter the
IFB #14-44 Cured In Place Pipe in the subject line of your request.
Estimated cost and the term of this contract shall NOT EXCEED $100,000. Award shall be made to the lowest responsible & eligible
bidder per Category.
Work under this contract shall consist of: cured in place pipe services, by or under the supervision of, a Licensed Plumber, to
repair or replace broken sewer lines for both Federal and State properties on an as need basis. It shall also provide camera
and jet services as needed. Multiple awards are possible as there are two categories (CIPP and Camera & Jet Svcs). Award
will be made to the lowest responsible and responsive bidder for each category. Bidders do NOT have to bid on both
categories, they may bid all items in Category A-CIPP or Category-Camera & Jet Services. All bidders submitting a bid for
CATEGORY A – CIPP must also provide a price for Alternate 1 – Fast Curing Process. Bidders not providing a price for
Alternate 1 maybe deemed unresponsive for Category A.
All bids must be accompanied by a bid deposit in an amount that is not less than five percent (5%) of the value of the bid,
including all add alternates. Bid deposits, payable to the Worcester Housing Authority, shall be either in the form of a bid bond, or
cash, or a certified check on, or a treasurer's or cashier's check issued by, a responsible bank or trust company. The successful bidder
will be required to furnish a Performance Bond and also a Labor and Materials Bond Payment Bond each in the amount of
50% of the contract total.
All bids shall be submitted as one ORIGINAL and one COPY.
The Contractor shall be responsible for paying their workers State Prevailing Wage Rates while working in State properties and HUD
Non-Routine Wage Rates while working in Federal properties (see Exhibit 1 – Property Listing)
Wages are subject to minimum wage determinations pursuant to Section 110, Title I, Housing and Community Development Act of
1974 (42USC5301) in accordance with the HUD NON-Routine wages for work done in Federal buildings and wages are subject to
minimum wage rates determined by the Massachusetts Department of Labor and Industries pursuant to M.G.L. Chapter 149, Sec. 26
to 27H for work provided in State buildings. The schedule of wage rates applicable to this contract is included in the bidding
documents. In addition, the prevailing wage schedule will be updated annually for all public construction projects lasting longer than
one (1) year. You will be required to pay the rates set out in any updated prevailing wage schedule. Increases in prevailing wage
schedules will not be the basis for change order requests.. The schedules of wage rates applicable to this contract are included in the
bidding documents..
The Worcester Housing Authority reserves the right to waive any informalities or irregularities in any or all bids, or to reject any or all
bids, in whole or in part, if it be in the WHA and public interest to do so.
WORCESTER HOUSING AUTHORITY
Re Cappoli
Chief Procurement Officer
December 15, 2014
*PLEASE NOTE: A pre-bid conference was added after the original advertisement.
IFB #14-44 Annual Cured In Place Pipe 6 of 90
IFB #14-44 Annual Cured In Place Pipe 7 of 90
IFB #14-44 Annual Cured In Place Pipe 8 of 90
IFB #14-44 Annual Cured In Place Pipe 9 of 90
IFB #14-44 Annual Cured In Place Pipe 10 of 90
IFB #14-44 Annual Cured In Place Pipe 11 of 90
IFB #14-44 Annual Cured In Place Pipe 12 of 90
IFB #14-44 Annual Cured In Place Pipe 13 of 90
IFB #14-44 Annual Cured In Place Pipe 14 of 90
IFB #14-44 Annual Cured In Place Pipe 15 of 90
WORCESTER HOUSING AUTHORITY
SPECIFICATIONS
FOR
CURED-IN-PLACE-PIPE (CIPP) LATERAL LINING SERVICES
AT VARIOUS FEDERAL AND STATE PROPERTIES
II. INTRODUCTION:
The Worcester Housing Authority (WHA) requires Cured-In-Place-Pipe (CIPP) lateral lining services (Category A) to be
performed in occupied and un-occupied buildings at various Federal and State properties as well as a price for Alternate
1 – Fast Curing process. Bidders may bid on either Category A – CIPP or Catgory B – Camera & Jetting, but anyone
bidding Category A must provide a price for Alternate 1 – Fast Curing process for Category A. The WHA is also
looking for Camera and Jetting services (Category B).
There are 24 properties, comprised of approximately 3,000 dwelling units (Exhibit 1 is a listing of all buildings with their
status of Federal or State). The awarded contractor will be required to pay Federal wage rates when working in Federal
buildings and State wage rates when working in State buildings (see Exhibit 1 – Building List), both wage rates are
provided within this IFB package.
III. SCOPE-OF-SERVICES:
a. GENERAL DESCRIPTION
The method of rehabilitation shall be Cured-In-Place-Pipe (CIPP) by the “pull in place method” as described herein. This
method includes cleaning and video inspection of the designated line, identification of existing live taps, removing of
protruding taps by remote methods, performing point repairs, installation of a scrim reinforced resin impregnated tube
measured to exact length and inserted into the existing pipe. The resin will be thermosetting, ultra-violet light cured or hot
water cured as specified by the resin manufacturer, reopening service taps into the line, sampling and testing, and clean-
up. Before final acceptance of each line segment, a post rehabilitation video inspection and sample testing must be
conducted and approved. Rehabilitation must be completed for the full length of the damaged pipe, resulting in a sound,
tight-fitting water-tight liner with a smooth interior surface.
In the past each project would be approximately 100’. In some instances the lining is deployed from the building out to
the street until the clay pipes are reached. In other situations, the lining is deployed from the basement, running the length
of the building, to the outside wall of the building.
The Contractor shall furnish all labor, tools, equipment, transportation, and supervision necessary to satisfactorily
complete the performance of this contract.
All work under this contract shall be performed and completed in accordance with 248 CMR 10.0 – Uniform State
Plumbing Code and the following American Society for Testing and Materials (ASTM) standard specifications,
which are made a part hereof by such reference and shall be the latest edition and revision thereof.
1. F1216 – Standard Practice for rehabilitation of existing pipelines and conduits by the inversion and curing of a
resin-impregnated tube.
2. F1743 – Standard practice for the rehabilitation of existing pipelines and conduits by the pulled-in-placed
installation of cured-in-place thermosetting resin pipe (CIPP).
3. D5813 – Standard specification for cured-in-place thermosetting resin sewer pipe.
4. C581 – Standard practice for determining chemical resistance of thermosetting resins used in glass fiber
reinforced structures, intended for liquid service.
5. D790 – Test methods for flexural properties of un-reinforced and reinforced plastics and electrical insulating
materials.
WHA shall provide the Contractor a service work order for every instance a service call is placed. This service work order
must be referenced in the invoice to WHA.
IFB #14-44 Annual Cured In Place Pipe 16 of 90
Prior to installation of the liner, the following activities are required:
1. Receipt and approval of pre-installation submittals.
2. Verification of line condition and any obstruction by video inspection.
3. Verification of existing taps in service by flowing water, dye test, or visually with a pan and tilt head camera or
other means.
4. Cleaning of line (recorded on video tape).
5. Construction and completion of any and all point repairs, deemed necessary, shall receive WHA approval before
reworking the lines and the liner is installed.
b. MOBILIZATION:
Mobilization shall mean that the Contractor will set up on-site to do one or multiple lines in the same
basement block.
c. CIPP INSTALLATION – CATEGORY A
1. The CIPP shall be installed in accordance with the practices given in ASTM F1216 (for direct inversion
installations) or ASTM F1743 (for pulled-in-place installations). The quantity of resin used for the tube’s
impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances being made
for polymerization shrinkage and the anticipated loss of any resin through cracks and irregularities in the original
pipe wall. A vacuum impregnation process shall be used in conjunction with a roller system to achieve a uniform
distribution of the resin throughout the tube.
2. Temperature gauges shall be placed at the upstream and downstream ends of the reach being lined to monitor the
pressurized fluid’s (air or water) temperature. In addition to monitoring the temperature inside the tube,
temperature gauges shall be placed between the host pipe and the liner at as many points as is practical to record
the heating that takes place on the outside of the liner.
3. Curing of the resin system shall be as per the Manufacturer of the CIPP product. The temperatures achieved and
the duration of holding the pressurized fluid at those temperatures shall be per the Manufacturer’s established
procedures.
4. The WHA shall be notified 24 hours in advanced of project start time. No building utilities, such as toilets, sinks,
dishwasher, laundry washer, bath tubs or sump pumps will be used during the installation and curing process.
Generally no by-pass pumping is needed.
5. The Contractor shall remove all internal debris out of the pipeline that will interfere with the installation of the
CIPP. All sand, rocks, gravel, grease, mud, sludge, and other debris must be removed from the invert to permit
proper installation. Roots will need to be removed to the extent necessary to effectively line the entire pipe.
6. The existing Lateral Sewer Collection Pipe will be inspected using a mini-televising color camera system capable
of viewing the interior condition of the host pipe. The TV inspection must be performed within the 5 hours prior
to installation of liner tube.
7. The resin-impregnated liner tube will be kept clean prior to being pulled into the line.
8. The resin will not be contaminated and/or diluted prior to installation.
9. The liner tube will be designed to fit tightly against the host pipe annular space and gaps. A rubber bladder will be
inflated inside the liner tube to ensure the liner is tight against the host pipe until fully cured. The resin-
impregnated liner tube will cure within 4 hours without external heat sources.
10. Once the curing process is finished, the bladder is removed and the lateral sewer collection pipe is immediately
inspected for final acceptance. The new lined pipe will be free for any foreign objects providing smooth, seamless
and continuous lined pipe from entry point to main sewer connection pipe.
11. Service Reconnection:
a. After the cured-in-place process is completed, the Contractor shall reconnect the existing line service
connections. These services shall be reconnected by internal remote cutting method or external
excavation.
b. Service taps or branches reconnected internally shall be fully reopened to 90% service line size
(minimum) and trimmed to a neat, clean, circular opening concentric with the service line pipe, free of
jagged edges, “saw teeth”, resin plugs or resin shelves. This work may be preformed by either the
Contractor or an approved Sub-Contractor.
12. Any liner tube protruding from the lateral sewer collection pipe into the main sewer pipeline will be removed by
remote robotic cutting equipment.
13. A final TV Inspection of the lined lateral collection sewer pipe will be recorded and provided to the owner for
final approval.
IFB #14-44 Annual Cured In Place Pipe 17 of 90
d. CAMERA & JETTING SERVICES –CATEGORY B
i. INSPECTIONS AND LINE CLEARING:
Contractor shall provide a price for line clearing (jetting) and video inspection of line that the
WHA suspects may have breaks in them. The price shall be a daily rate that includes set-up,
clearing and video inspection of 1 or more lines.
e. ALTERNATE – 1 ADDITIONAL SERVICES:
i. FAST CURING PROCESS:
All costs associated with this process must be priced separately as an additional line item as
outlined in the attached Bid Form for Category A – CIPP. All bidders submitting a bid for
Category A – CIPP Services must provide a price for Alternate 1 – Fast Curing Process of
Category A.
ii. BYPASS SYSTEMS:
The Contractor shall provide a price to install a Bypass System in situations where the lining
process will take more than one day and will require the displacement / relocation or 6 families or
more to a hotel. The WHA shall make this determination upon receiving notification from the
Contractor that the process will take more than one day. The Bypass System shall be constructed
using schedule 40 materials. No work will commence until the WHA has decided what course of
action to take.
iii. EXCAVATION:
Contractor shall provide a price for excavation (when required) and back fill. The WHA requires
that the excavation area be return to its original state immediately prior to excavation
commencing. The price shall be a daily rate that includes all equipment transportation charges,
fuel and operator’s labor rates.
iv. PUMP TRUCK:
Contractor shall provide a price for pump trucks (when required). The price shall be a daily rate
that includes all equipment transportation charges, fuel and operator’s labor rates.
f. CONTRACTOR QUALIFICATIONS:
It is mandatory that the Contractor be able to meet ALL the following requirements:
1. The Contractor shall have at least one licensed plumber on staff that will be responsible for the installation and
permitting (where required) The Contractor shall have successfully managed and completed CIPP rehabilitation
projects using the “pull in place method” on lines ranging in size from 2 inches (smallest line) to 6 inches (the
largest line) within the last three years.
2. The Contractor shall only use trained and properly licensed personnel who are directly employed and supervised by
the Contractor unless prior approval is obtained (See Subcontracting). The Contractor and/or any person that
performs oversight of this work (under this contract) shall have at least 3 years of hands-on experience with the
proposed system.
g. MATERIALS:
All materials incorporated in the work under the contract shall be new and in accordance with the contract documents. All
workmanship must be performed by persons qualified to work with the proposed system.
Product Specifications:
1. THE TUBE – The tube shall consist of one or more layers of a flexible needled felt or equivalent scrim/woven
material reinforcement, capable of carrying resin and withstanding the installation pressures and curing
temperatures. The tube should be compatible with the resin system to be used on this project. The material
should be able to stretch to fit irregular pipe sections and negotiate bends.
a. The tube should be fabricated to a size that, when installed, will fit the internal circumference and the
length of the original conduit.
IFB #14-44 Annual Cured In Place Pipe 18 of 90
b. The tube will be fabricated together using a thermo-bond sealing process. Allowances should be made for
the longitudinal and circumferential stretching that occurs during placement of the tube.
c. The tube shall be uniform in thickness and when subjected to the installation pressures will meet or
exceed the designed finish wall thickness.
d. A translucent impermeable polyvinylchloride (PVC) waterproof coating will be applied to the tube on
what will become the interior wall of the finished CIPP and shall be compatible with the resin system
used, translucent enough that the resin is clearly visible and shall be firmly bonded to the felt material.
The coating will provide a smooth and seamless inner wall.
e. The tube material shall be marked for distance at regular intervals along its entire length, not to exceed 5
feet. Such markings shall also include, but not limited to, the lining manufacturer’s name or identifying
symbol, the ANSI/NSF-14 symbol, and any other pertinent markings.
f. The tube shall be IAMPO certified for small diameter pipe lining in sewer pipes and vent applications.
2. THE RESIN SYSTEM – The resin system shall be a corrosion resistant, epoxy resin and catalyst system that
when properly cured meets the minimum requirements given herein.
3. STRUCTURAL REQUIREMENTS
a. The design thickness of the liner shall be arrived at using standard engineering methodology. ASTM
F1216 has such an acceptable methodology that may be used where applicable. The long-term flexural
modulus to be used in the design shall be verified through testing. The long-term modulus shall not
exceed 50% of the short-term value for the resin system unless the tube contains reinforcements. In the
event that a reinforced tube is utilized, the long-term flexural modulus shall be the percentage of the
short-term modulus as determined by the above referenced testing.
b. The layers of the finished CIPP shall be uniformly bonded using a thermo-bond sealing process. It shall
not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate
cleanly or such that the knife blade moves freely between the layers. If separation of the layers occurs
during testing of the field samples, new samples will be cut from the work. Any reoccurrence may be
cause for rejection of the work.
c. The finished CIPP shall fit tightly to the host pipeline at all observable points and shall meet or exceed the
minimum thickness established by the design process. The materials properties of the finished CIPP shall
meet or exceed the following structural standards:
Property Reference PVC System
Flexural Strength ASTM D790 4,500 psi
Flexural Modulus (Initial) ASTM D790 250,000 psi
Flexural Modulus (50 Yr) ASTM D790 125,000 psi
Tensile Strength ASTM D638 3,000 psi
Compressive Strength ASTM D695 4,000 psi
Tensile Elongation ASTM D638 5 psi
Chemical Resistance ASTM C581 >20% loss
Leakage Test ANSI/NSF-14 0/gal/in/day
h. SUBCONTRACTING:
Contractors must be trained and qualified to work on the proposed system and must be able to perform all work required
in specifications. The contractor shall not subcontract or sublet any portion of the work without the approval of the WHA.
i. HOURS OF WORK:
1. It is intended that the Contractor shall accomplish the majority of work during normal business hours.
2. All work shall be performed between the hours of 8:00 a.m. and 4:30 p.m. on Monday through Friday. No work
shall be done on WHA holidays, Saturdays or Sundays except as specifically requested and authorized by the
WHA.
3. Charges incurred by the Contractor for the time spent in transit (portal-to-portal) from the Contractor's place of
business to the job site and back are not part of this Contract and will not be paid by the WHA.
IFB #14-44 Annual Cured In Place Pipe 19 of 90
j. RESPONSE TIMES:
The Contractor shall acknowledge all service calls within one (1) business day of the call being placed. At a maximum,
the contractor shall begin work associated to the service calls within ten (10) business days of receipt of call, unless
otherwise directed by the WHA staff placing the call.
The WHA anticipates that all work shall commence on Mondays at 8A.M. and complete no later than Thursday afternoon
(by 4P.M.) of the same week. In the event that the repairs are not completed within the allotted timeframe, the
Contractor shall be responsible for all additional expenses the WHA incurs to house the displaced tenants, affected
by the repairs.
k. PERMITS AND FEES:
The Contractor shall be responsible to obtain any necessary permits for work directed under this contract. Payments for such
will be made on the basis of direct cost to the Contractor without mark-up. This payment provision relates to permits that are
exclusive, and a "one-time use" type permit for work performed under this contract.
The WHA may be exempt from some, if not all, permit fees.
l. INSPECTIONS AND WARRANTY/GUARANTEE:
The WHA reserves the right to inspect (or hire other people to inspect) any and all work in progress or completed. Any
omission or failure on the part of the WHA to disapprove or reject inferior or defective work or materials shall not be construed to
be an acceptance of such work or material. If any defective work or material is found during inspection, the Contractor shall
remove and replace or repair, at his/her/their own expense, such defective work, or material rejected and shall repair or
replace same without extra charge.
Any defects which will affect the integrity or strength of the liner pipe or hydraulic capacity shall be repaired at the
Contractor’s expense, in a manner mutually agreed by the WHA and Contractor.
All materials and equipment provided under the contract shall be listed and labeled for the purpose intended. All work
provided under this contract shall have, as a minimum, a two (2) year warranty from the date of final acceptance thereof
against any latent defects, design, materials, workmanship and installation.
The Contractor shall provide a written two (2) year warranty for any CIPP Installation during the contract period. Warranty
Certificate shall be provided to the WHA. The Contractor warrants that, unless otherwise specified, all materials incorporated
in the work under the Contract shall be new in accordance with the Contract Documents. The Contractor further warrants
all workmanship shall be in accordance with the Contract Documents and shall be performed by persons qualified to work
with the proposed system. Work not conforming to these warranties shall be considered defective.
m. REMOVAL OF DEBRIS, CLEANING AND STORAGE:
The Contractor shall, during the progress of the work, remove and properly dispose of the resultant debris and keep the
premises reasonably clean at all times.
n. REFERENCES:
Provide at minimum of three (3) current references that are similar in size and scope to the WHA and will serve to illustrate
the ability of your firm to act as the primary conveyor to accomplish Cured-In-Place-Pipe lateral lining service in
accordance with specifications. The WHA may also be a reference if applicable.
o. PRICE:
The Contractor will be paid in accordance with pricing contained in the Bid Form. The unit price shall include all labor,
materials, supervision, travel, expenses, etc. No other charges/fees will be paid for completion of the work in
accordance with this invitation for bid.
IFB #14-44 Annual Cured In Place Pipe 20 of 90
The WHA will verify Contractor’s measurements for distance and payment will be based on the cost per lineal foot.
Contactor shall provide the following information, as an attachment to the Bid Form provided:
1. Thickness of each segment of pipe lined - Attach ASTM F1216 wall thickness formula calculations
p. SAFETY:
Contractor shall be responsible for all the necessary precautions for the safety of employees and tenants during the work
of this contract and shall comply with applicable OSHA provisions to prevent accidents or injury to persons on, about or
adjacent to the premises where the work is being performed.
In the event of any damage to the WHA’s property, the Contractor shall make immediate repairs and replacements
necessary to the approval of the Maintenance Director at no additional cost to the WHA.
q. INVOICING:
The CONTRACTOR shall provide the WHA one invoice per Service Work Order. The invoice must clearly show:
1. the Service Work Order
2. the building address and Unit #
3. the work that was done (per line item of Bid Form)
4. the unit price
5. the quantity (linear foot)
6. the total
END OF SECTION
IFB #14-44 Annual Cured In Place Pipe 21 of 90
IFB #14-44 Annual Cured In Place Pipe 22 of 90
The Massachusetts Prevailing Wage Law
M.G.L. ch. 149, §§ 26 – 27
NOTICE TO AWARDING AUTHORITIES
'The enclosed wage schedule applies only to the specific project listed at the top and will remain in effect for
the duration of the project.
'You should request an updated wage schedule from the Division of Occupational Safety if you have not
opened bids or selected a contractor within 90 days of the date of issuance of the enclosed wage schedule.
'The wage schedule shall be incorporated in any advertisement or call for bids for the project for which it
has been issued.
'Once a contractor has been selected by the awarding authority, the wage schedule shall be made a part of
the contract for that project.
NOTICE TO CONTRACTORS
The enclosed wage schedule must be posted in a conspicuous place at the work site during the life of the
project.
The wages listed on the enclosed wage schedule must be paid to employees on public works projects
regardless of whether they are employed by the prime contractor, a filed sub-bidder, or any sub-contractor.
The enclosed wage schedule applies to all phases of the project including the final clean-up. Contractors
whose only role is to perform final clean-up must pay their employees according to this wage schedule.
All apprentices must be registered with the Massachusetts Division of Apprentice Training in order to be
paid at the reduced apprentice rates. If a worker is not registered with the Division of Apprentice Training,
they must be paid the “total rate” listed on the wage schedule regardless of
or skill level. For further information, please call (617) 727-3486 or write to the Division of Apprentice
Training, 399 Washington Street, 4th Floor, Boston, MA 02108
IFB #14-44 Annual Cured In Place Pipe 23 of 90
IFB #14-44 Annual Cured In Place Pipe 24 of 90
IFB #14-44 Annual Cured In Place Pipe 25 of 90
IFB #14-44 Annual Cured In Place Pipe 26 of 90
IFB #14-44 Annual Cured In Place Pipe 27 of 90
IFB #14-44 Annual Cured In Place Pipe 28 of 90
IFB #14-44 Annual Cured In Place Pipe 29 of 90
IFB #14-44 Annual Cured In Place Pipe 30 of 90
IFB #14-44 Annual Cured In Place Pipe 31 of 90
IFB #14-44 Annual Cured In Place Pipe 32 of 90
IFB #14-44 Annual Cured In Place Pipe 33 of 90
IFB #14-44 Annual Cured In Place Pipe 34 of 90
IFB #14-44 Annual Cured In Place Pipe 35 of 90
IFB #14-44 Annual Cured In Place Pipe 36 of 90
IFB #14-44 Annual Cured In Place Pipe 37 of 90
IFB #14-44 Annual Cured In Place Pipe 38 of 90
IFB #14-44 Annual Cured In Place Pipe 39 of 90
IFB #14-44 Annual Cured In Place Pipe 40 of 90
IFB #14-44 Annual Cured In Place Pipe 41 of 90
IFB #14-44 Annual Cured In Place Pipe 42 of 90
IFB #14-44 Annual Cured In Place Pipe 43 of 90
IFB #14-44 Annual Cured In Place Pipe 44 of 90
IFB #14-44 Annual Cured In Place Pipe 45 of 90
IFB #14-44 Annual Cured In Place Pipe 46 of 90
IFB #14-44 Annual Cured In Place Pipe 47 of 90
IFB #14-44 Annual Cured In Place Pipe 48 of 90
IFB #14-44 Annual Cured In Place Pipe 49 of 90
IFB #14-44 Annual Cured In Place Pipe 50 of 90
IFB #14-44 Annual Cured In Place Pipe 51 of 90
IFB #14-44 Annual Cured In Place Pipe 52 of 90
IFB #14-44 Annual Cured In Place Pipe 53 of 90
IFB #14-44 Annual Cured In Place Pipe 54 of 90
IFB #14-44 Annual Cured In Place Pipe 55 of 90
IFB #14-44 Annual Cured In Place Pipe 56 of 90
IFB #14-44 Annual Cured In Place Pipe 57 of 90
IFB #14-44 Annual Cured In Place Pipe 58 of 90
IFB #14-44 Annual Cured In Place Pipe 59 of 90
IFB #14-44 Annual Cured In Place Pipe 60 of 90
IFB #14-44 Annual Cured In Place Pipe 61 of 90
IFB #14-44 Annual Cured In Place Pipe 62 of 90
IFB #14-44 Annual Cured In Place Pipe 63 of 90
IFB #14-44 Annual Cured In Place Pipe 64 of 90
IFB #14-44 Annual Cured In Place Pipe 65 of 90
IFB #14-44 Annual Cured In Place Pipe 66 of 90
END OF SECTION
IFB #14-44 Annual Cured In Place Pipe 67 of 90
SAMPLE Contract Documents
This section of the IFB is informational only & does not need to be returned with the bid.
IFB #14-44 Annual Cured In Place Pipe 68 of 90
WORCESTER HOUSING AUTHORITY
AGREEMENT NO. 14-44
THIS AGREEMENT is entered into this day of , 20( ) by and between the WORCESTER
HOUSNG AUTHORITY, a body politic and corporate located at 40 Belmont Street in the City and County of Worcester,
Commonwealth of Massachusetts, (hereinafter referred to as “WHA”) and
Contractor Name
Contact Person
Street Address
City/State/Zip
Email address
Phone #
Fax #
(hereinafter referred to as the “Contractor”)
This Agreement consists of four parts:
Section A. General Provisions;
Section B. Invitation for Bid/Specifications;
Section C. Bid Form/Compensation; and Conditions Thereof;
Section D. All other referenced attachments.
WITNESSETH
WHEREAS, the WHA has been authorized by its Board of Commissioners to enter into contracts on behalf of
the WHA and funded under federal and/or state funding sources as identified herein; and
WHEREAS, the WHA is undertaking certain activities pursuant to grant or other funding source requirements;
and
WHEREAS, the WHA and the Contractor do mutually agree as follows:
Section A: General Provisions:
The Contractor agrees to provide Category A - Cured In Place Pipe or Category B – Camera & Jetting
Services at various Federal and State residential properties of the WHA.
1. Work Statement
All work to be performed as set forth in Section B, “Invitation for Bids/Specifications” of this Agreement.
2. Term of Agreement
a. The Contractor’s performance of this Agreement shall:
NOT EXCEED $100,000
IFB #14-44 Annual Cured In Place Pipe 69 of 90
3. Obligational Amount
The WHA agrees to compensate the Contractor under this Agreement a per square foot price for full and satisfactory
performance of services as required, unless subsequently modified, in writing, by both parties.
4. Use of Funds
It is expressly agreed that funds received by the Contractor under this Agreement shall be accounted for
separately and shall be used for activities described hereunder.
5. Cost Limitations
Funds will be made available by the WHA to the Contractor consistent with Section C, “Budget/Compensation;
and Conditions Thereof “, which defines as costs which are necessary and reasonable for the proper and efficient
performance of services under this Agreement.
6. Availability of Funds
a. This Agreement is contingent upon the receipt of funds and continued authorization for program/project
activities and services. In the event that such become unavailable for any reason, or authorization for the
activities described herein is withdrawn or otherwise modified, the WHA has the unilateral right and
discretion to terminate this Agreement upon five (5) days written notice. In the event of such termination,
the procedures outlined under clause 12 “Conditions of Termination”, herein, shall become operative.
b. In the event that funds are reduced, or authorization for program/project activities modified, the WHA
also retains the unilateral right and discretion to modify this Agreement pursuant to clause 7 “Reduction
of Contract Obligational Amount”.
7. Reduction of Contract Obligational Amount
a. In the event funds to the WHA are reduced for any reason, the WHA may unilaterally reduce funding of
this Agreement upon five (5) days written notice to the Contractor. A reduction of services
commensurate with reduction of funding will be determined by the WHA.
b. The WHA reserves the right to reduce the obligational amount under this Agreement in the event that
expenditure of funds by the Contractor for eligible activities is at such a rate as to likely result in a surplus
at the termination date of this Agreement.
8. Disallowed Funds
a. In the event that the expenses of the Contractor pursuant to this Agreement are disallowed by federal or
state funding sources, the Contractor is responsible for the resulting loss. if any, sustained by said
disallowance.
9. Termination of Agreement
a. Termination by the WHA
i. Termination for Cause
IFB #14-44 Annual Cured In Place Pipe 70 of 90
If the Contractor fails to perform in a timely and proper manner its obligations under this Agreement, or if the
Contractor violates any of the terms, covenants and/or conditions of this Agreement, the WHA may terminate
this Agreement, in whole or in part, by giving five (5) days written notice of termination to the Contractor of
said termination, specifying the reason(s) thereof.
ii. Termination for Fraud
This Agreement will be terminated immediately in the event of fraud or program abuse.
iii. Termination for Convenience
The WHA may terminate this Agreement, in whole or in part, when such termination is deemed to be in the best
interest of the WHA. In such case, the WHA may terminate this Agreement by giving fifteen (15) days written
notice of termination.
iv. Termination Due to Unavailability of Funds
The WHA may terminate this Agreement, in whole or in part, upon five (5) days written notice of termination
based upon funding availability as described in clause 6.
b. Termination of Agreement by Contractor
i. In the event the WHA shall fail to fulfill its obligations under this Agreement, or in the event the
WHA shall violate any of the terms, covenants and conditions of this Agreement, the Contractor
shall, after an administrative hearing and determination that a breach exists, have the right to
terminate this Agreement, by giving a thirty (30) day written notice of termination.
ii. The administrative hearing shall be conducted by the WHA within fifteen (15) days of receipt of
written hearing request.
10. Conditions of Termination
a. In any and all cases of termination of Agreement, as described above, all records, documents, assets,
property and equipment purchased by the Contractor, on behalf of the WHA, with funds provided under
this Agreement, shall at the option of the WHA become the property of the WHA.
b. In case of termination, the Contractor shall be entitled to receive compensation for any work satisfactorily
completed or shall be entitled to costs incurred to the date of termination. Such compensation shall be as
described in Section D, “Conditions of Compensation”.
c. The Contractor, in case of such termination, as outlined in Clause 7, shall not be relieved of liability to the
WHA for damages sustained for personal injury, property damage and/or by virtue of any breach of the
Agreement by the Contractor.
d. Upon such termination, the WHA may withhold any payments to the Contractor for the purpose of set-off
until such time as exact amount of damages to the WHA is determined.
11. Withholding of Payment
a. If the Contractor is found to be in non-compliance with any provision of this Agreement, the WHA will
notify the Contractor in writing and the Contractor will be allowed fifteen (15) days to meet compliance
requirements.
b. If, after said fifteen (15) day period, the Contractor fails to comply, the WHA may reduce or withhold
payment to the Contractor until such compliance is rendered.
IFB #14-44 Annual Cured In Place Pipe 71 of 90
12. Assurances
The Contractor accepts sole responsibility for ensuring that all activities undertaken pursuant to this Agreement
comply with all applicable federal, state and local laws, rules and regulations.
13. Subcontracts
The Contractor shall not subcontract, assign or transfer any of the services provided under this Agreement without
the prior written consent of the WHA.
14. Conflict of Interest
Issues of conflict of interest shall be resolved according to M.G.L. c. 268A and the requirements of any and all
public funding source under this Agreement, whichever is more restrictive. It is the responsibility of the
Contractor to ensure that all conflict of interest requirements are adhered to.
15. Reports and Record Keeping
a. The Contractor agrees to submit all written reports and financial invoices to the WHA as required and in
accordance with all reporting formats provided and specified herein, if any.
b. The Contractor agrees to retain said reports, records and supporting documentation for six (6) years, or
until such time any issues in an open audit are resolved.
c. The Contractor agrees to comply with Massachusetts Public Records Law, M.G.L. c. 66, and relevant
federal and/or local statutes, rules or regulations, whichever is more restrictive, regarding record
retention.
d. The Contractor hereby certifies and warrants the truth, accuracy and completeness of all documents filed
with the WHA in connection with this IFB and Agreement and incorporated.
16. Indemnification
a. The Contractor shall indemnify and hold harmless the WHA, and its officers or agents, from any and all
third party claims arising from activities under this Agreement as set forth in M.G.L. c. 258, § 2 as
amended.
b. The Contractor will hold harmless the WHA for damages arising from negligence, violation of the
federal/state funding authority requirements, and/or failure to secure required and necessary insurance.
c. The Contractor upon execution of this Agreement and throughout its term, unless otherwise provided by
law shall procure workers’ compensation, fire, theft, casualty, extended coverage, personal liability, and
any other pertinent insurance for the purpose of insuring property purchased with public funds under this
Agreement; for the protection of personnel employed by the Contractor as a result of this Agreement; and
for individuals participating in agency activities as a result of this Agreement.
i. Public Liability Insurance. The Contractor shall provide the WHA with Certificates of Insurance
covering public liability in an amount not less than $500,000.00 for damages to one person and not less
than $1 million per incident.
ii. Property Damage Insurance. The Contractor shall provide the WHA with Certificates of Insurance
covering property damage in an amount not less than $500,000.00 for one accident and not less than $1
million for all accidents.
IFB #14-44 Annual Cured In Place Pipe 72 of 90
iii. Workers’ Compensation Insurance. The Contractor will furnish the WHA with Certificates of insurance
covering all employees funded through this Agreement with the WHA, as being protected under the
policy.
iv. Within ten (10) days of execution of this Agreement the Contractor shall submit copies of the Certificates
of Insurance identifying the WHA as co-insured.
d. If the Contractor self-insures, as provided by the laws of the Commonwealth, the Contractor will provide
certification of the value of said self-insurance, as well as certification that coverage is extended for the protection
of personnel, program participants and property purchased with funds under this Agreement.
17. Copyright
No reports, maps or other documents produced in whole or in part under this Agreement shall be subject to a
copyright, patent by or on behalf of the Contractor, unless the WHA is given unlimited license to use such
copyright or patent.
18. Title to Equipment
a. Title to any equipment purchased with funds under this Agreement and valued over two hundred fifty dollars
($250.00) shall be retained by the WHA. At the termination of this Agreement, and any subsequent Agreement
regarding the continuation of program services, the WHA may take possession of the equipment to ensure its
continued use in activities fully compatible with the goals and mission of the WHA.
b. The Contractor shall establish and keep current an inventory of all non-expendable supplies and equipment
purchased by funds provided under this Agreement.
19. Personnel Procedures
a. Personnel employed by the Contractor under this Agreement, shall not be considered employees of the
WHA.
b. The Contractor shall not discriminate against any qualified employee or applicant for employment
because of race, national origin, age, sex, religion or physical or mental handicap. The Contractor agrees
to comply with all applicable federal and state laws, rules and regulations prohibiting discrimination in
employment.
20. Amendments
a. From time to time, either party to this Agreement may request changes in the scope of services,
operational plan, conditions of compensation, budget or term of the Agreement. Such changes, which are
mutually agreed upon by the WHA and the Contractor, must be incorporated into this Agreement by
written amendment and duly executed by both parties.
b. In the event that federal or state policies or procedures governing this Agreement are modified during the
period of performance as described under clause 2, such modification shall be incorporated into this
Agreement by reference to same.
21. Advertising
All advertising related to this Agreement, i.e. stationery, press releases, newspaper articles, pamphlets and flyers,
must refer to the WHA as a funding source. Copies of such materials are to be sent to the WHA in advance of
publication.
IFB #14-44 Annual Cured In Place Pipe 73 of 90
22. Severability
If any provision in this Agreement is determined to be illegal, unenforceable or void by a court of competent
jurisdiction, then that provision shall be deemed severed from this Agreement. All other provisions of this
Agreement shall continue in full force.
23. Governing Laws and Jurisdiction
The WHA and the Contractor do mutually agree that the laws of the Commonwealth of Massachusetts govern this
Agreement, except as otherwise provided by federal law, rules and regulations with respect to federal funds. The
parties further agree that jurisdiction over any dispute arising out of this Agreement shall be limited to any court
of competent jurisdiction within the Commonwealth of Massachusetts.
IN WITNESS THEREOF the WORCESTER HOUSING AUTHORITY and the CONTRACTOR have executed
this Agreement as of the Date first above written.
Contractor Worcester Housing Authority
By: By:
Title: Board of Commissioners, Chairperson
Date: Date:
IFB #14-44 Annual Cured In Place Pipe 74 of 90
WORCESTER HOUSING AUTHORITY
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that_________________________as PRINCIPAL, and the _________________
a corporation duly established under the laws of the State of_____________________________________________________and duly
authorized and admitted under the provisions of Chapter 175 of the Massachusetts General Laws to transact the business of a surety
company in Massachusetts, as SURETY, are holden and stand firmly bound and obligated unto the Worcester Housing Authority, a
public corporation within said Commonwealth of Massachusetts, in the full and just sum of _________________________________
( $_______________) dollars to be paid to said Authority, its successors and assigns to the payment of which, well and truly to be
made, said Principal and said Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION of this obligation is such that whereas the said Principal has entered into a written contract of even date with
the Authority, a copy of which is incorporated herein by reference, said contract being an agreement for Cured In Place Pipe.
NOW THEREFORE, if the said Principal shall well and faithfully perform all the terms and conditions of said written contract on
its part to be kept and performed as therein stipulated, including the payment of its subcontractors and suppliers, and including
compliance with all guarantee and maintenance provisions therein, and shall indemnify and save harmless the said Worcester Housing
Authority from all costs and damage it may suffer by reason of the Principal’s failure to perform, and shall fully reimburse the
Authority for all outlay and expense it may incur in curing any such default, then this obligation shall be of no effect; otherwise it shall
remain in full force and effect.
AND THE SAID SURETY hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of
said contract, or to the work to be performed thereunder, or to the specifications accompany the same, shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of
said contract, or to the work, or to the specifications.
AND THE SAID SURETY does further stipulate and agree that upon a default of the contractor, it will, if so requested by the
Authority, complete the contract work and perform all other obligations of the Principal as set forth in said contract.
IN TESTIMONY WHEREOF, the said Principal has hereunto caused its name and seal to hereto affixed, and the said Surety has
caused its corporate seal to be hereto affixed by a duly authorized officer thereof and this instrument to be executed and delivered in
its name and on its behalf by its Attorney-in-Fact, duly authorized by its bylaws and votes, powers of attorney, and letters of
appointment and authorization, certified copies of which documents are annexed to this bond and may be introduced in evidence as if
a part thereof.
EXECUTED this________________ day of _____________________________ 20________
(PRINCIPAL)____________________________________________________
(Seal)
BY: ___________________________________________
(SURETY)_____________________________________________________
(Seal)
BY:____________________________________________
Attorney-in-Fact
The rate of premium on this bond $ _________ per thousand. The total amount of premium charged is $ _____________________.
Surety officer’s initials ( ).
(The above is to be filled in and initialed by surety company. The power of attorney of person signing for the surety company must be
attached)
IFB #14-44 Annual Cured In Place Pipe 75 of 90
WORCESTER HOUSING AUTHORITY
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, that_________________________as PRINCIPAL, and the _________________
a corporation duly established under the laws of the State of_____________________________________________________and duly
authorized and admitted under the provisions of Chapter 175 of the Massachusetts General Laws to transact the business of a surety
company in Massachusetts, as SURETY, are holden and stand firmly bound and obligated unto the Worcester Housing Authority, a
public corporation within said Commonwealth of Massachusetts, in the full and just sum of _________________________________
( $_______________) dollars to be paid to said Authority, its successors and assigns to the payment of which, well and truly to be
made, said Principal and said Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION of this obligation is such that whereas the said Principal has entered into a written contract of even date with
the Authority, a copy of which is incorporated herein by reference, said contract being an agreement for Cured In Place Pipe.
NOW THEREFORE, if the said Principal shall pay for all materials furnished and for all labor performed in the execution of
said contract, as described in Massachusetts General Laws, Chapter 149, section 29, then this obligation shall be of no effect ;
otherwise it shall remain in force and effect.
AND THE SAID SURETY hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms
of said contract, or to the work to be performed thereunder, or to the specifications accompanying the same, shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of
said contract, or to the work, or to the specifications.
AND THE SAID SURETY does further agree that upon a failure of the contractor to pay its sub-contractors and suppliers in
accordance with the terms of the contract, it will, if so requested by the Authority, make such payments or will reimburse the
Authority for all outlay and expense it may incur in curing any such defaults itself.
THIS BOND is made for the use and benefit of all persons, firms, and corporations, who may furnish any material or
perform any labor for or on account of said contract, or rent or hire out any appliances and equipment used or employed in the
execution of said contract, and they and each of them are hereby made obligees hereunder the same as if their own proper respective
names were written herein as such, and they or any of them proceed to sue hereon.
IN TESTIMONY WHEREOF the said Principal has hereunto caused its name and seal to be affixed, and the said Surety has
caused its corporate seal to be hereto affixed by a duly authorized officer thereof and this instrument to be executed and delivered in its
name and on its behalf by its Attorney-in-Fact, duly authorized by its bylaws and votes, powers of attorney: and letters of appointment
and authorization, certified copies of which documents are annexed to this bond and may be introduced in evidence as if a part thereof.
EXECUTED this________________ day of _____________________________ 20________
(PRINCIPAL)____________________________________________________
(Seal)
BY: ___________________________________________
(SURETY)_____________________________________________________
(Seal)
BY:____________________________________________
Attorney-in-Fact
The rate of premium on this bond $ ________ per thousand. The total amount of premium charged is $ ____________. Surety
officer’s initials ( ).
(The above is to be filled in and initialed by surety company. The power of attorney of person signing for the surety company must be attached)
END OF SECTION
IFB #14-44 Annual Cured In Place Pipe 76 of 90
MBE NOTICE
The Worcester Housing Authority has implemented a program for the utilization of certified Minority Business
Enterprises (MBE’s) on this project. All bidders should plan to establish a minimum goal of 20% of their
general bid price for services to be performed by certified MBE’s. These services may be for general
construction, engineering, architectural services, auditing/administrative services, and/or procurement of
supplies (vendors).
For information on what certified MBE’s may be available to perform work in a particular phase of the
construction process, please contact:
Worcester Housing Authority
Affirmative Action Office
40 Belmont Street
Worcester, Ma 01605
Telephone (508) 635-3000
or
State Office of Minority Business Assistance
10 Park Plaza, Suite 3740
Boston MA 02116
Telephone (617) 727-8692
WHA/8-07 MBE NOTICE-1
END OF SECTION
IFB #14-44 Annual Cured In Place Pipe 77 of 90
WORCESTER HOUSING AUTHORITY
PROPERTY LISTING (FEDERAL/STATE)
PPROJECT NAME FEDERAL OR STATE ADDRESS SITE #
GBV Gardens Federal Chino Ave. 75-203
Constitution Ave. 1-291
Freedom Way 1-45
New Vista Lane 2-85
Tacoma St. 69-285
12-1
Addison Apartments Federal Addison St. 2-26
Dorchester St. 130-144, 144
12-2
Mill Street Apartments Federal Lowland Ct. 1,2,5,6,9,+ 11 (A-D)
Mill Pond Rd. 7,9,11,15,19,23 +27 (A-D)
Mill Street 576 + 578 (A-B), 580
12-3
Mayside Apartments Federal May Street 20-26 (A-D)
Mayside Lane 15-18 (A-D), 21+22 (A-D),
19,29,23-27,+29
12-4
Pleasant Tower Federal 275 Pleasant Street 12-5
Wellington Apartments Federal 30 Wellington Street 12-6
Mill Pond Apartments Federal 590-600 (A-D) Mill Street 12-7
Lincoln Park Tower (LPT) Federal 11 Lake Avenue 12-8
Murray Ave. Apartments Federal 50 Murray Avenue 12-9
Hooper Apartments Federal 25 Hooper Street 12-11
Belmont Tower Federal 40 Belmont Street 12-12
Webster Sq. Tower West Federal 1060 Main Street 12-13
Webster Sq. Tower East Federal 1050 Main Street 12-15
North-Providence Apartments Federal North Street 69-87
Providence Street 244-270
Sigourney Street 1,3,5,9,11+15
12-16
South West Gardens Federal Dix Street 21 A-E
Richards Street 46 A-G
12-17
Elm Park Tower Federal 425 Pleasant Street 12-18
Curran Terrace Apartments Federal 201 Providence Street 12-219
Lafayette Place Federal 2 Lafayette Place 12-221
Booth Apartments Federal Haven Lane 18-88 (even #s)
Haven Lane 1-89 (odd #s)
Lincoln Street 698-732
12-223
Lakeside Apartments Federal Garland Street 17-20
Lakeside Avenue 2-46
Lovell Street 15
South Circuit Avenue 52-54
Veterans Avenue 1-4
12-220
Curtis Apartments STATE Boylston Street 60-80 (even #s)
Great Brook Valley Avenue 3-64
Tacoma Street 64,66,+ 68
200-2
Greenwood Gardens STATE Greenwood Street 327-341 (odd #s) 667-2
Monson Development Center STATE Providence Street 197-199 689-4
Hudson Street STATE Hudson Street 8-10 689-7
Scattered Sites STATE Lincoln Street 149,151,153,155,157, +159
Perkins Street 11+15
705-2
IFB #14-44 Annual Cured In Place Pipe 78 of 90
APPENDICIES
(*) Items to be submitted as part of Sealed bid Package.
1. 5% Bid Bond
2. Non-Collusive Affidavit
3. HUD #5369A – Representations, Certifications, and Other Statements of Offeror
4. Certificate of Corporate Clerk
5. Certificate of Tax Compliance
6. Bidder's Qualifications and References Form, 2 pages
7. Disbarment / Suspension Certification
8. Bid Form-completed, 2 pages
IFB #14-44 Annual Cured In Place Pipe 79 of 90
WORCESTER HOUSING AUTHORITY
BID BOND
(General Contractor) KNOW ALL MEN BY THESE PRESENTS, that
______________________________________________________________
(NAME OF BIDDER)
______________________________________________________________
(ADDRESS OF BIDDER)
as PRINCIPAL, and the
______________________________________________________________
(NAME OF SURETY)
_____________________________________________________________
(ADDRESS IF SURETY)
a corporation duly established under the laws of the State of_____________________________and duly authorized and admitted,
under the provisions of Chapter 175 of the Massachusetts General Laws (Ter. Ed.) as amended, to transact the business of a fidelity
and surety company in Massachusetts, as SURETY, are holden and stand firmly bound and obliged unto the Worcester Housing
Authority, a public corporation within the Commonwealth of Massachusetts, in the full and just sum of
____________________________________________________________________________dollars($____________________)
to be paid to said Authority, its successors and assigns, to the payment of which, well and truly to be made, said Principal and said
Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION of this obligation is such that whereas the said Principal has submitted a general bid to the Worcester Housing
Authority, dated _____________, 20____
For Annual Cured In Place Pipe
NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified in the contract documents, and shall
within the period specified, enter into a written contract with the Authority in accordance with the bid as accepted, and give bond with
good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; then the
above obligation shall be void and of no effect, otherwise it shall remain in full force and virtue.
IN TESTIMONY WHEREOF, the said Principal has hereunto caused its name and seal to be affixed, hereto, and the said Surety
has caused its corporate seal to be hereto affixed by a duly authorized officer thereof and this instrument to be executed and delivered
in its name and on its behalf by its Attorney-in-fact, duly authorized by its by-laws and votes, powers of attorney, and letters of
appointment and authorization, certified copies of which are annexed to this bond and may be introduced in evidence as if a part
hereof.
EXECUTED THIS _____________day of _______________________________20___
(PRINCIPAL)______________________________________________________
(seal)
BY:__________________________________________________
(SURETY)________________________________________________________
(seal)
BY:__________________________________________________
Attorney-in-Fact
**************************************
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, _________________________________, certify that I am the (Clerk) (Secretary) of the corporation named as Principal in the
within bond; that___________________________, who signed the said bond on behalf of the Principal was
then_______________________ of said corporation: that I know his signature, and his signature thereto is genuine; and that said
bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body.
_______________________________(Corporate Seal)
End of Section
IFB #14-44 Annual Cured In Place Pipe 80 of 90
CERTIFICATE OF NON-COLLUSION
The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in
good faith and without collusion or fraud with any other person. As used in this certification, the word "person"
shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization,
entity, or group of individuals.
___________________________________________
Signature of individual submitting bid or proposal
___________________________________________
Name of business
COMMONWEALTH OF MASSACHUSETTS
County of __________________________, ss. ___________, 20( )
On this ___ day of ________________________, 20( ) before me, the undersigned Notary Public, personally
appeared the above-named __________________________________________________ and proved to me
through satisfactory evidence of identification, which was _________________________________________,
to be the person whose name is signed on this document, and acknowledged to me that he/she signed it
voluntary for its stated purpose and that it is their free act and deed.
______________________________ Notary Public (Name and Seal)
My Commission Expires:
End of Section
IFB #14-44 Annual Cured In Place Pipe 81 of 90
IFB #14-44 Annual Cured In Place Pipe 82 of 90
IFB #14-44 Annual Cured In Place Pipe 83 of 90
IFB #14-44 Annual Cured In Place Pipe 84 of 90
End of Section
IFB #14-44 Annual Cured In Place Pipe 85 of 90
CERTIFICATE OF CORPORATION CLERK
The undersigned Clerk of _______________________________________________ a corporation, duly
organized and existing under the laws of the State of _____________________________________,
hereby certifies that the following are true and correct copies of votes duly adopted by the Board of
Directors of said corporation at a meeting thereof held on ____________________________, at which
meeting a quorum of said Board was present and voted in favor of said votes.
VOTED: That_______________________________________________________________in his
capacity as ______________________________________________________of this corporation be
authorized, and he is hereby so authorized, to prepare and execute a proposal to the Worcester Housing
Authority in response to its invitation for bid for Annual Cured In Place Pipe ; and that such proposal
may be submitted upon such terms and conditions as he shall decide.
VOTED: That he be further authorized, and he is hereby so authorized, to execute and deliver the
contract documents for such work upon such terms and conditions as he shall decide;
VOTED: That he be further authorized, and he is hereby so authorized, to execute and deliver a
performance bond and a payment bond with respect to said contract upon such terms and conditions as he
shall decide:
VOTED: Further, that his signatures on said documents shall constitute conclusive evidence that they
have been authorized by this vote.
IN WITNESS WHEREOF, I have hereunto set my hand and the seal of said
___________________________________________________________________________________
( Name of Corporation)
this ___________ day of _____________________________, 20__________.
_____________________________________
(Corporate Clerk)
End of Section
IFB #14-44 Annual Cured In Place Pipe 86 of 90
CERTIFICATE OF TAX COMPLIANCE
REAP CERTIFICATION: Pursuant to M.G.L. c. 62 c, sec. 49 (a),
The individual signing this Contract on behalf of the Contractor, hereby certifies, under the penalties of perjury,
that to the best of their knowledge and belief the Contractor has complied with all laws of the Commonwealth
relating to taxes, reporting of employees and contractors, and withholding and remitting child support.
________________________________________
Name of Contractor
________________________________________
Street Address
________________________________________
City / State / Zip
________________________________________
Phone / Fax / Email Address
By:______________________________________
Name
End of Section
IFB #14-44 Annual Cured In Place Pipe 87 of 90
Worcester Housing Authority Purchasing Department
Ms. Re Cappoli, Chief Procurement Officer
(508) 635-3202
Date:______________________
Vendor/Contractor Name:____________________________________________
Subject: Debarment/Suspension Letter for Invitation For Bid # 14-44 CIPP and Camera & Jetting Services
As a potential vendor on the above contract, the City requires that you provide a debarment/suspension certification indicating
that you are in compliance with the below Federal Executive Order. Certification shall be done by completing and signing this
form and submitting with your bid.
Debarment:
Federal Executive Order (E.O.) 12549 “Debarment and Suspension” requires that all contractors receiving individual
awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency
from doing business with the Federal Government.
I hereby certify under pains and penalties of perjury that neither I nor any principal(s) of the Company indentified below is
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department of agency.
Name: Please Print Clearly
Signature:
Company:
Address:
Address:
Email Address:
Phone/Fax #s /
Date:
IFB #14-44 Annual Cured In Place Pipe 88 of 90
WORCESTER HOUSING AUTHORITY
BID FORM
#14-44 ANNUAL CURED IN PLACE PIPE
A. The undersigned proposes to furnish all labor, materials, tools, equipment, transportation and supervision required
to perform all work in accordance with the Project Manual prepared by the WHA entitled
Cured In Place Pipe
B. Bidder hereby acknowledges addenda numbered: ____, _____, _____, _____, _____
C. The proposed contract price is:
BASE BID – YEAR 1 - FEDERAL Sites
Description Est. Qty. Unit Price Total
CATEGORY A – CIPP Services Federal
Mobilization (per site) 3 $ $
First 30 Lineal Feet of 4” – all inclusive 3 $ $
Additional Lineal Feet (per foot) 300 $ $
Service Reconnection (Reinstatement) 12 $ $
First 30 Lineal Feet of 6” – all inclusive 1 $ $
Additional Lineal Feet (per foot) 100 $ $
Service Reconnection (Reinstatement) 2 $ $
Excavation Charges (daily rate) 3 $ $
By-Pass Charges (per occurrence) 3 $ $
Pump Truck (daily rate) 3 $ $
Year 1 – Category A - CIPP Federal Sites TOTAL $
CATEGORY B – Jetting & Camera Svcs
Federal
Inspection and Line Clearing (daily rate) 3
BASE BID – YEAR 1 - STATE Sites
Description Estimated
Qty.
Unit Price Total
CATEGORY A – CIPP Services - STATE
Mobilization (per site) 3 $ $
First 30 Lineal Feet of 4” – all inclusive 3 $ $
Additional Lineal Feet (per foot) 300 $ $
Service Reconnection (Reinstatement) 12 $ $
First 30 Lineal Feet of 6” – all inclusive 1 $ $
Additional Lineal Feet (per foot) 100 $ $
Service Reconnection (Reinstatement) 2 $ $
Excavation Charges (daily rate) 3 $ $
By-Pass Charges (per occurrence) 3 $ $
Pump Truck (daily rate) 3 $ $
Year 1 – Category A - CIPP State Sites $
CATEGORY B – Jetting & Camera Svcs
STATE Sites
Inspection and Line Clearing (daily rate) 3 $ $
COMPANY NAME:
IFB #14-44 Annual Cured In Place Pipe 89 of 90
ALTERNATE 1 – Those who bid Category A – CIPP MUST provide a pricing for this application
This is a NOT TO EXCEED $100,000 contract term. If the term exceeds 12 months from day of contract
execution, the contractor shall increase the above pricing for the items they’ve been awarded, by the
percentage listed below:
CATEGORY A-CIPP - YEAR 2 pricing shall increase by __________% over Year 1.
CATEGORY B-Camera & Jetting - YEAR 2 pricing shall increase by _______% over Year 1
COMPANY NAME:
D. The undersigned has completed and submits herewith the following documents
-Collusive Affidavit
– Representations, Certifications, and Other Statements of Offeror
References Form, 2 pages
-completed, 2 pages
E. The undersigned agrees that, if s/he is selected as general contractor, s/he will within five days, Saturdays,
Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in
accordance with the terms of this bid and furnish a labor and materials or payment bond, each of a surety company
qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the
sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the
contract price.
The undersigned hereby certifies that s/he is able to furnish labor that can work in harmony with all other elements
of labor employed or to be employed on the work and that s/he will comply fully with all laws and regulations
applicable to awards made subject to M.G.L. c.30, §39M.
The undersigned certifies that he is able to furnish labor that can work in harmony with all other elements of labor
employed or to be employed in the work; (2) that all employees to be employed at the worksite will have
successfully completed a course in construction safety and health approved by the United States Occupational Safety
and Health Administration (“OSHA”) that is at least 10 hours in duration at the time the employee begins work and
who shall furnish documentation of successful completion of said course with the first certified payroll report for each
employee; and (3) that all employees to be employed in the work subject to this bid have successfully completed a
course in construction safety and health approved by the United States OSHA that is at least 10 hours in duration. The
undersigned understands that any employee found on a worksite subject to this section without documentation of
successful completion of a course in construction safety and health approved by the United States Occupational Safety
and Health Administration that is at least 10 hours in duration shall be subject to immediate removal.
The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and
made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any
natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further
Description Est. Qty Unit Price Total
Fast curing process (ready for occupancy in
less than 24 hrs.)
100 l.f. $ $
This unit price shall be ADDED to above unit cost per linear foot when required by the WHA.
IFB #14-44 Annual Cured In Place Pipe 90 of 90
certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction
work in the Commonwealth under the provisions of M.G.L. c.29, §29F, or any other applicable debarment.
The undersigned will comply fully with all laws and regulations applicable to awards made subject to M.G.L. c.149,
s44A.
NOTE: The penalty for making false statements in offers is prescribed in 18 USC 1001.
SUBMITTED this ( ) day of ( ), 20( ).
Company Name: Company EIN# __________________
_________________________________________
Street Address
________________________________________
City / State / Zip
________________________________________
Email Address
________________________________________
Phone/Fax
By:_____________________________________
(Signature of Authorized Individual)
________________________________________
(Print Name here) End of Section