Full Text
CITY OF LARAMIE, WYOMING SPECIFICATIONS FOR 2012 STORM SEWER LINING SEPTEMBER 4, 2012 TABLE OF CONTENTS NOTICE OF CALL FOR BIDS NB-I INSTRUCTIONS TO BIDDERS lB-I - IB-3 BID FORM/CONTRACT BF-I - BF-2 DETAILED SPECIFICATIONS I — 10 SUPPLEMENTAL SPECIFICATIONS 1 ---PAGE BREAK--- NOTICE OF CALL FOR BIDS Notice is hereby given that the City of Laramie, Wyoming will receive sealed bids for the furnishing of: STORM SEWER CURED IN PLACE LINING as called for in the specifications for storm sewer lining 2012 at the Office of the City Clerk, City Hall, 406 Ivinson Street (P0 Box Lararnie, Wyoming 82073 until 1:00 P.M. Local Time, on the 4 th day of September, 2012, at which time the bids will be publicly opened and read aloud. All bids must be submitted on the forms supplied by the City of Laramie. A complete set of the specifications and the bid forms may be obtained after the 14 th day of August, 2012, at the Office of the Street Maintenance Manager, City of Laramie, 955 N. 4 t11 Street, P.O. Box C, Lararnie, Wyoming 82073 or through the City of Laramie website. Go to www.cityoflaramie.org, then click on Government, then City Clerk, click on Bids, Public Works Bids, and then to Pending Public Works Bids. CITY OF LARAMIE, WYOMING (SEAL) Attest: Janine Jordan, City Manager Sue MorrisJones, MCM Publication Dates: August 14, 2012; August 28, 2012 NB-I ---PAGE BREAK--- [ NOTICE OF CALL FOR BIDS Notice is hereby given that the City of Laramie, Wyoming will receive sealed bids for the furnishing of: STORM SEWER CURED IN PLACE LINING as called for in the specifications for 2012 Storm Sewer Cured in Place lining at the Office of the City Clerk, City HaIl, 406 Ivinson Street (P0 Box Laramie, Wyoming 82073 until 1:00 P.M. Local Time, on the 4a day of September, 2012, at which time the bids will be publicly opened and read aloud. All bids must be submitted on the forms supplied by the City of Laramie. Envelopes containing bids shall be clearly marked with the name of the bid and shall show the name and address of the bidder. Bids which are not prepared and filed in accordance with the specifications may be rejected. Bids may not be withdrawn after the time fixed for opening. The City reserves the right to reject any and all bids and the right to waive irregularities in bids received. Each bid must be accompanied by a bid guarantee as called for in the specifications. For bids greater than $100,000 the guarantee must be in the form of a bond for not less than five percent of the total amount of such bid. For bids equal to or less than $ 100,000 the guarantee may be a bond or a cashier’s check for not less than five percent of the total amount of such bid. Bonds and cashier’s checks will be payable to, and forfeited to, the City of Laramie as liquidated damages if bidder fails to enter into contract within thirty (30) days after award to him/her, or fails at the time of executing the contract to furnish a performance guarantee as approved by the City in the amount of one-hundred percent (100%) of the bid, except in the case of vehicle bids, where the 5% bid security may be substituted for the performance guarantee. Facsimile (fax) or other copies of bonds are not acceptable, nor are cashier’s checks which have an expiration date of less than one year. NO BID WILL BE CONSIDERED IF NOT ACCOMPANiED BY SUCH BiD GUARANTEE. A complete set of the specifications may be obtained after the 14 th day of August, 2012 at the Office of the Street Maintenance Manager, City of Laramie. 955 N. 4 th Street, P.O. Box C, Laramie, Wyoming 82073 or by using the City of Laramie website. Go to www.cityoflaramie.org. then click on Government, then City Clerk, click on Bids, Public Works Bids, and then to Pending Public Works Bids. Preference is hereby given to materials, supplies, equipment, machinery and provisions, prodLiced, manufactured, supplied or grown in Wyoming, quality being equal to articles offered by competitors outside the State, as provided in W.S. § 16-6-101 through 16-6-107. CITY OF LARAMIE, WYOMING (SEAL) Attes: Janine Jordar1,ity Manage’ ci 1 c} oris-Jones, City C1e’ Publication Dates: August 14, 2012; August28, 2012 NB-I ---PAGE BREAK--- CITY OF LARAMIE, WYOMING INSTRUCTIONS TO BIDDERS Bidders will observe the following instructions together with those contained in the “Notice of Call for Bids”. LB-I BID SPECIFICATIONS The following are part and parcel of the contract and whenever the word “contract” appears herein the same shall be held to include all of these items: Notice of Call for Bids Instructions to Bidders Bid Form/Contract Bid Guarantee Performance Guarantee Detailed Specifications Addenda lB-2 BIDS a. Bids shall be made upon the form furnished herein, or copies thereof, with all items properly filled out, unless specific directions in the advertisement, on the Bid Form/Contract, or in the Specifications allow for partial bids. When quotations on all items are not required, bidders shall insert the words “no bid” where appropriate. Numerals shall be written in ink, and the signature of all persons signing shall be in longhand. The completed form should be without interlineation, alteration, or erasure. Any corrections to entries made on the bid form should be initialed by the person signing the bid. No oral, facsimile, telephonic or telegraphic proposals or modifications will be considered. In the event that any requirements in these Specifications are not included in manufacturer’s specification sheets, bidders shall submit with the bid a Statement of Compliance. b. All bids must be sealed, addressed to and deposited with the City Clerk, City Hall, 406 lvinson, (P.O. Box Laramie, Wyoming 82073, on or before the day and hour set for opening of bids in the advertised “Notice of Call for Bids”. Bids received after the time so indicated shall be returned unopened. The bids must be endorsed on the outside with the name of the bid as shown on the Specifications, and with the name and address of the bidder. IB-3 BID GUARANTEE a. Each bid shall, as a guarantee of good faith on the part of the bidder, be accompanied by Bid Guarantee in an amount of not less than five percent of the total bid. Bid bonds and cashier’s checks which have an expiration date of less than one year are not acceptable. Bid Guarantee shall be forfeited as liquidated damages if the bidder, upon award to him/her, fails to enter into contract within 30 days following award. b. Bid Guarantee shall be in the form of a bond for all bids greater than $100,000. Bid Guarantee may be in the form of a bond or cashier’s check for bids equal to or less than $100,000. IB-4 PERFORMANCE GUARANTEE a. At such time as the bidder enters into Contract, he/she shall provide Performance Guarantee in the amount of 100% of the awarded contract as security for the faithful performance and payment of all his/her obligations under the Specifications, except for vehicle bids, where the 5% bid security may be substituted for the performance guarantee. lB-I ---PAGE BREAK--- b. Performance Guarantee shall be in the form of a bond for all contracts greater than $100,000. These bonds shall be in amounts at least equal to the Contract Price, and in such form and with such sureties as are approved by the City Attorney and licensed to conduct business in the State of Wyoming and are named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. Performance Guarantee may be in the form of a cashier’s check for all contracts less than $100,000. c. Upon providing acceptable bond to the Owner the Bid Security accompanying the Bid shall be returned. I B-5 STATUTORY REOUI REMENTS/COMPARISON OF BIDS/WYOMING PREFERENCE ACT OF 1971 Preference is hereby given to supplies, materials, equipment, machinery and provisions produced, manufactured, supplied or grown in Wyoming, quality being equal to articles offered by competitors outside the state. IB-6 WITHDRAWAL OF BID Bids may be withdrawn by the bidder prior to, bitt not after, the time set for opening upon written, facsimile or telegraphic request of the bidder. Errors on the part of the bidder in preparing bids shall not create a right to withdraw bid subsequent to the opening. IB-7 INTERPRETATION OF DOCUMENTS Should a bidder find discrepancies in or omissions from the Specifications or be in doubt as to their meaning, bidder shall, at once, notify the City Clerk, and if the point in question is not clearly and fully set forth, a written Addendum or bulletin of instructions will be mailed or delivered to each person obtaining a set of Specifications as provided for in the Notice of Call for Bids. Each person requesting an interpretation will be responsible for the delivery of his request to the Clerk. The City will not be bound by, nor responsible for, any explanation or interpretation of the proposed documents other than those given in writing as set forth in this paragraph. No oral instructions, interpretations, or representations shall be binding upon the City. lB-8 SUBSTITUTION FOR PATENTED AND SPECIFIED ARTICLES Whenever in the Specifications any material or process is indicated or specified by patent or proprietary name and/or by name of manufacturer, such Specifications shall be deemed to be used for the purpose of facilitating description of the material and/or process desired and shall be deemed to be followed by the words “or equivalent”, and the bidder may offer any material or process which shall be equal in every respect to that so indicated or specified; provided, however, that if the material, process or article so offered by the bidder is not, in the opinion of the City, equal in every respect, then the bidder must furnish the material, process or article specified or one that in the opinion of the City is equal thereto in every respect. lB-9 AWARD OR REJECTION OF BIDS The City reserves the right to reject any part or all of any and/or all bids and to waive irregularities in bids received. lB-I 0 CONSIDERATION OF BIDS IN AWARDING OF CONTRACT after the opening of the bids a compilation of them will be prepared, and the Bid Guarantee of those bidders who in the sole judgment of the City should not be considered in making the award will be returned. The other Bid Guarantees, except that of the successful bidder, will be returned as soon as a contract is awarded or after a lapse of thirty (30) days of the time from the opening of bids. Unless otherwise stated in the Bid Form/Contract, when the Bid Guarantee is held as Performance Guarantee in conjunction with the bidder’s agreement to perform, the Bid Guarantee of the successful bidder will be returned as soon as contract and approved Performance Guarantee is provided, except in the case of vehicle bids, where the 5% security will be retained as the performance guarantee. The contract will be awarded within thirty IB-2 ---PAGE BREAK--- (30) days after opening of bids unless all bids are rejected. The successful bidder will be required to furnish the guarantee required within thirty (30) days of receipt of Notice of Award. Failure to do so shall be just cause for the annulment of the award and in the event of such annulment, the Bid Guarantee of the bidder shall become the property of the City of Laramie. Award may then be made to another bidder or the City may call for other bids. lB-I I BASIS OF PAYMENT The basis of payment will be actual quantities of materials furnished and/or services rendered and accepted. If upon completion of delivery or services performed, the actual quantities show either increase or decrease from the quantities shown in the Bid Form/Contract, the unit prices submitted on that Form shall still prevail. A completed City of Laramie voucher shall be presented for payment(s). IB-12 CONCERNING SUBCONTRACTORS Unless herein specified as an inclusion to be submitted with each bid, the bidder may be required to submit, prior to the Notice of Award, the names of subcontractors and manufacturers of materials and equipment proposed to fulfill the requirements of the specifications. lB-I 3 TITLES/WARRANTIES Successful bidders shall furnish a Wyoming Certificate of Title made out to the City of Laramie for all items required by the State of Wyoming to carry license plates. Each bid shall include a Statement of Standard Warranty of the manufacturer. IB-14 CONTRACT VOID IF NOT FUNDED By Wyoming law, any contract awarded by the City is void if the city council fails to appropriate funds for completion of the contract. Should council decide not to fund the contract, bidders are not entitled to compensation for their efforts and the apparently successful bidder will not have a claim for labor, materials, or otherwise. I B-3 ---PAGE BREAK--- CITY OF LARAMIE, WYOMING BID FORM/CONTRACT Storm Sewer Lining 2012 September 4, 2012 To: The Mayor and City Council City of Laramie 406 Ivinson Street P.O. Box C Laramie, Wyoming 82073 The undersigned bidder, having examined the Specifications for the materials and/or equipment hereto attached or referenced, together with any and all Addenda thereto, and being acquainted with and fully understanding the requirements, stipulations, provisions, and conditions thereof, proposes and agrees to enter into and perform this Contract and to furnish the materials and/or equipment therein set forth in strict accordance with the Specifications for the following prices shown. Description Cost Item 1: 9 th Street Sully to Canby 48” diameter 347 feet $ Ift total If awarded the Contract, the undersigned hereby agrees to furnish the necessary performance guarantee within thirty (30) days of receipt of the Notice of Award of said Contract, and to furnish and deliver all items, or render service as required, at the price set opposite each item listed above. Completion date for storm sewer lining: Date: 2012. The undersigned has checked carefully all the above flgures, and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. Enclosed is the required bid guarantee in the form of a bid bond or cashier’s check to pay penalty in the amount of DOLLARS, drawn in favor of the City of Laramie. Said bid guarantee is given as a guarantee that the bidder will agree to fulfill the requirements of the attached specifications, if awarded the Contract, and the amount thereof represents the agreed liquidated damages that the City of Laramie will sustain if the bidder fails or refuses to enter into said Contract, in which event the said security shall be immediately forfeited to and become the property of the City of Laramie, Wyoming, and retained by it as payment of said liquidated damages and not as penalty. The undersigned agrees that the City has the right to hold all bids received for a period of forty five (45) days after date of opening thereof. The City of Larat-nie reserves the right to reject any and/or all bids; to waive any irregularity in the bids; and, unless otherwise specified by the bidder, to accept any item in the bid. In case of error in BF1 ---PAGE BREAK--- the extension of prices in the bid, the unit prices will govern. (Name of Bidder) By Title Address Telephone # Signature Dated this day of , 2012. The above signed Bidder hereby acknowledges receipt addenda to these specifications before the time of the submittal of the Bid. This Bid Form/Contract is hereby accepted and approved by the City of Lararnie, Wyoming. BY Janine Jordan, City Manager and Purchasing Agent for the City of Lararnie BF2 ---PAGE BREAK--- SPECIFICATIONS FOR CURED IN PLACE PIPE SEPTEMBER 4, 2012 Intent It is the intent of this specification to provide for the reconstruction of wastewater collection lines by the installation of a resin impregnated flexible tube which is formed to the original pipe. The resin is cured using either hot water under hydrostatic pressure or steam pressure within the tube. The Cured in Place Pipe (CIPP) will be continuous and tight fitting. Reference Documents This specification references standards from the American Society for Testing and Materials (ASTM) such as: ASTM F1216 , Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin Impregnated Tube; ASTM F1743. Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured in Place Thermosetting Resin Pipe; ASTM D5813, Cured in Place Thermosetting Resin Sewer Pipe; ASTM D790, Test Methods for Flexural Properties of Un-reinforced and Reinforced Plastics and Electrical Insulating Materials; and ASTM D2990, Tensile, Compressive, and Flexural Creep and Creep Rupture of Plastics; which are made a part thereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and these referenced documents, this specification shall govern. Product, Manufacturer/Installer Qualification Requirements Since sewer products are intended to have minimum 50 year design life, and in order to minimize the Owner’s risk, only proven products with substantial successful long term track records will be approved. All trenchiess rehabilitation products and installers must be pre-approved prior to the formal opening of proposals. Products and installers seeking approval must meet all of the following criteria to be deemed commercially acceptable: 1. For a product to be considered commercially proved, a minimum of five successful wastewater collection system projects of a similar size and scope of work shall be performed in the U. S. and documented to the satisfaction of the Owner to assure commercial viability. 2. For an installer to be considered commercially proven, the installer must satisfy all insurance, financial, and bonding requirements of the Owner and must have had at least 5 (five) years active experience in the commercial installation. In addition, the installer must have successfully installed at least 1,000,000 feet of cured in place product in wastewater collection systems. Acceptable documentation of these minimum installations must be submitted to the Owner. Installer’s project managers must have a minimum of 2 years of CIPP installation experience and must be on site during the installation of the CIPP products. ---PAGE BREAK--- 3. Sewer rehabilitation products submitted for approval must provide third party test results supporting the structural performance, short term and long term, of the product and such shall be satisfactory to the owner. No product will be approved without independent third party testing verification. 4. Both the rehabilitation manufacturing and installing processes shall operate under a quality management system which is third party certified to ISO 9000 or other recognized organization standards. Proof of certification shall be required for approval. 4. Proposals must be labeled clearly labeled on the outside of the proposal envelope, listing the product name and installer being proposed. Only proposals using pre approved products and installers will be opened and read. Proposals submitted on products and/or from installers that have not been pre-approved will be returned unopened. 5. The Owner authorizes the use of proven materials that serve to enhance the pipe performance specified herein. Proven materials have passed independent laboratory testing including long term (10,000 hour) structural behavior testing, and have been successfully installed to repair failing host pipes in the U. S for at least 4 years. In addition to the afore mentioned, the owner may require that the contractor demonstrate that the enhancements proposed exceed the specifications herein, prior to the installation of the enhanced material systems. This section shall no way be interpreted as authorization to deviate from the minimum standard practices set forth herein. Documentation for products and installers seeking pre-approved status must be submitted no less than two weeks prior to proposal due date to allow time for adequate consideration. The Owner will advise of acceptance or rejection a minimum of three days prior to the due date. All required submittals must be satisfactory to the owner. Materials The sewn tube shall consist of one or more layers of absorbent non-woven felt fabric and meet the requirements of ASTM F1216, Section 5.1 or ASTM F1743, Section 5.2.1, or ASTM D5813, sections 5 and 6. The tube shall be constructed to with stand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. The wet out tube shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. The tube shall be manufactured to a size that when installed will fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during installation. The outside layer of the tube shall be 2 ---PAGE BREAK--- coated with an impermeable, flexible, membrane that will contain the resin and allow the resin impregnation (wet out) procedure to be monitored. The tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. The wall color of the interior pipe surface of CIPP after installation shall be a relatively light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. Seams in the tube shall be stronger than the non-seamed felt material. The tube shall be marked for distance at regular intervals along its entire length in increments not to exceed 5 feet. Such markings shall include the manufacturers name or identifying symbol The tubes shall be manufactured in the USA. The resin system shall be a corrosion resistant polyester or vinyl ester system including all required initiators that when cured within the tube create a composite that satisfies the requirements of ASTM F1216. ASTM D5813, and ASTM F1743, the physical properties herein, and those which are to be utilized in the submitted and approved design of the CIPP for this project. The resin shall produce a CIPP that will comply with the structural and chemical resistance requirements of this specification. Structural Requirements The CIPP shall be designed as per ASTM F1216, Appendix X.1. The CIPP design shall assume no bonding to the original pipe wall. The Contractor must have performed long term testing for the flexural creep of the CIPP pipe material installed by his company. Such testing results are to be used to determine the long term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials, tube and resin, and general workmanship of the installation and curing as defined with the relevant ASTM standard. A percentage of the instantaneous fiexural modulus value, as measured by ASTM D790 testing, will be used in design calculations for external buckling. The percentage, or the long term creep retention value utilized, will be verified by this testing. Retention values exceeding 50% of the short term test results shall not be applied unless substantiated by qualified third party test data to the Owner’s satisfaction. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long term test with respect to the final flexural modulus used in the CIPP design. The Enhancement Factor to be used in “Partially Deteriorated” design conditions shall b assigned a value of 7. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate 3 ---PAGE BREAK--- cleanly or the probe or knife blade moves freely between the layers. If the layers separate during field sample testing, new samples will be required to be obtained from the installed pipe. Any reoccurrence may cause rejection of the work. The cured pipe material (CIPP) shall conform to the structural properties as listed. The Modulus of Elasticity for the cured polyester composite as per ASTM F 1216 using test method ASTM D790 shall be no less than 250,000 psi. The Modulus of Elasticity for the enhanced resin using testing method ASTM D790 will be no less than 400,000 psi. The flexural stress for the cured polyester composite as per ASTM F1216 using testing method ASTM D790 will be no less than 4,500 psi. The flexural stress of the enhanced resin using testing method ASTM D790 will be no less than 4,500 psi. The required structural CIPP wall thickness shall be based as a minimum, on the physical properties of ASTM F1216, Section 5.5 or greater values if substantiated by independent lab testing and in accordance with design equations in ASTM F1216, Appendix Xl. Design considerations for this project will be ASTM F1216 and the following parameters: Design Safety Factor (typically used value) 2.0 Retention factor for long term flexural modulus to be used in design 50%-75% As determined by long term tests described in ASTM F121, Section 5.2 and approved by the Owner) Ovality, (calculated from ASTM F1216, Appendix X1.1) % Enhancement Factor, K (see ASTM Fl216, Section 5.3) Groundwater depth (above invert of existing pipe, in ft.) see design plans Soil depth (above crown of existing pipe, in ft) see design plans Soil modulus, in psi (required only for fully deteriorated design conditions) Soil density, in pcf (required only for fully deteriorated design conditions) Live Load (required only for fully deteriorated design conditions) H20 Highway Design Condition (required only for fully deteriorated design conditions) The CIPP shall meet the chemical resistance requirements of ASTM F 1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. Overall, the hydraulic cross section shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. When requested by the Owner, the Contractor shall submit test results from field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical qualities specified in ASTM Fl216, section 5.5, have been achieved in previous field applications. Samples for this project shall be made and tested as described under the section titled Inspection. 4 ---PAGE BREAK--- Installation Responsibilities for Incidental Items It is the responsibility of the Owner to locate and designate all manhole access points open and accessible for the work and provide rights-of-access to these locations. If a Street must be closed to traffic because of the orientation of the sewer, the Owner shall institute the actions necessary to provide access during the work for the mutually agreed time period. The Owner shall provide free access to water hydrants for cleaning, installation, and other process related work requiring water. The Contractor when required shall remove all internal debris out of the sewer line that will interfere with the installation of CIPP. The Owner shall also provide a dumpsite for all debris removed from the sewers during the cleaning operation. Unless stated otherwise, it is assumed this site will be at or near the sewage treatment facility to which the debris would have arrived in absence of the cleaning operation. Any hazardous waste material encountered during this project will be considered as a changed condition. The Contractor, when required, shall provide for the flow of sewage around the section or sections of pipe designated for repair. Plugging the line at an existing upstream manhole and pumping the flow into a manhole or adjacent system shall make the bypass. The pump(s) and bypass line(s) shall be of adequate capacity to accommodate the sewage flow. The Owner may require a detail of the bypass plan to be submitted. The Contractor will provide inspection of pipelines by experienced personnel trained in locating breaks, obstacles, and service connections using closed circuit television (CCTV) inspection techniques. The pipeline interior shall be carefully inspected to determine the location of any conditions that may prevent the proper installation of the CIPP. These shall be noted and corrected. A video tape and suitable written log for each line section shall be produced for later reference by the Owner. It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of the CIPP. If pre-installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the installation process that was not evident in the pre-bid video and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner’s representative prior to the commencement of the work and shall be considered as a separate pay item. The Contractor shall make every effort to maintain sewer service usage throughout the duration of the project. In the event that a connection will be out of service, the out of service period will be no longer than 8 hours. A public notification program shall be implemented and shall as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted and when the sewer will be off-line. The Contractor shall also provide the following: 5 ---PAGE BREAK--- 1. Written notice to be delivered to each home or business the day prior to the beginning of work being conducted on the section and a telephone number of the Contractor they can call to discuss the project or potential problems. 2. Personal contact with any home or business which cannot be reconnected within the time frame stated in the written notice. The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing the CIPP. Installation CIPP installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6 with the following modifications: The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the potential loss of resin during installation through the cracks and irregularities in the original pipe wall, as applicable. The wet out tube shall be positioned in the pipeline using either inversion or pull-in method as defined within relevant ASTM standards previously stipulated. If pulled into place, a power winch or its equivalent should be utilized and care should be exercised not to damage the tube as a result of pull-in friction. The tube should be pulled in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. Temperature gauges shall be placed between the tube and the host pipe’s invert position to monitor the temperatures during the cure cycle. Curing shall be accomplished by using hot water under hydrostatic pressure or steam pressure in accordance with the manufacturer’s recommended cure schedule. A cool down process shall be conducted that complies with the resin manufacturer’s specification. Reinstatement of Branch Connections It is the intent of these specifications that branch connections to buildings be re-opened without excavation, utilizing a remotely controlled cutting device monitored by a CCTV. The Contractor shall provide a minimum of two complete functional cutters plus key spare components on site before each installation or are in the immediate area of the jobsite and can be quickly obtained. Unless otherwise directed by the Owner or his authorized representative, all laterals will be reinstated. No additional payment will be made for excavations for the purpose of reopening connections and the Contractor will be responsible for all costs and liability associated with such excavation and restoration work. 6 ---PAGE BREAK--- Inspection CIPP samples shall be prepared for each installation designated by the owner/engineer or approximately 20% of the project’s installations. The physical properties of the pipe will be tested in accordance with ASTM F1216 or ASTM F1743, Section 8 using either method proposed. The flexural properties must meet or exceed the values listed in this specification, Table 1 of ASTM F 1216, or the values submitted to the Owner by the contractor for this projects CIPP wall design, which ever is greater. Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM F1743. The minimum wall thickness at any point shall not be less than 87.5% of the submitted minimum design wall thickness as calculated in this document. Visual inspection of the CIPP shall be in accordance with ASTM F1743, Section 8.6. Clean-up Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by the operations to a condition equal to that existing prior to the work. Payment Payment for the work included in this section will be in accordance with the prices set forth in the proposal for the quantity of work performed. Progress payments will be made based on the work performed during that period. MANHOLE REHABILITATION SPECIFICATIONS Description The work described in this document details a complete rehabilitation program for manholes. The completed system will provide a corrosion resistant liner that restores walls to original surface levels and eliminates water infiltration and exfiltration. References ASTM 4541 — Adhesion ASTM D4l2 — Tensile Strength and Elongation ASTM D2240 — Tear Strength ASTM Dl737 — Hardness and Flexibility ASTM 4060 — Taber Abrasion Submittals All materials and procedures required to establish compliance with the specifications shall be submitted to the Owner for review and approval. Submittals shall include at least the following: 1. Technical data sheet on each product used 2. Material Safety Data Sheet for each product used 3. ASTM references 7 ---PAGE BREAK--- 4. Descriptive literature, bulletins, and catalogs of materials 5. Work procedures including flow diversion plan, method of repair, etc. 6. Material and method for repair of leaks and cracks in manholes 7. Final installation report on completed manholes Warranty The warranty for the manhole liner against failure will be for ten years. Failure will have occurred if the lining fails to prevent the internal damage or corrosion of the structure or if the lining fails to protect the substrate and environment from contamination by effluent. If any such failure occurs within ten years of initial completion of work on a structure, the damage will be repaired to restore the lining at no cost to the Owner within 60 days after written notification of the failure. Failure does not include damage resulting fiom mechanical or chemical abuse or acts of God. Mechanical or chemical abuse means exposing the lined surfaces of the structure to any mechanical force or chemical substance not customarily present or used in connection with structures of the type involved. Mechanical cleaning, root foaming, and root removal are to be covered under this warranty. There are no warranties express or implied other than those specifically stated in this section. Quality Assurance The applicator and manufacturer shall be a company that specializes in the design manufacture, or installation of corrosion protection systems for manholes. Corrosion materials/products shall be suitable for installation in a severe hydrogen sulfide environment without any deterioration to the liner. The applicator shall be trained and certified by the manufacturer for the handling, mixing, application, and inspection of the liner system for manholes. To ensure total unit responsibility, all materials and installation shall be furnished and coordinated by one vendor who turnkeys the work and assumes full responsibility for the entire operation. Materials and Equipment The materials to be utilized in the lifling of manholes shall be designed and manufactured to with stand the severe effects of hydrogen sulfide in a wastewater environment. The manufacturer of corrosion protection products shall have at least five years of proven experience in the production of the lining products used and shall have five years experience in installation of these products. Equipment used for the installation of lining materials shall be recommended by the manufacturer. The lining system to be utilized for manhole structures shall be a multi-component stress skin panel liner system as described below: Moisture Barrier Modified Polymer 8 ---PAGE BREAK--- Surfacer Polyurethane/polymeric blend foam Final Corrosion Barrier Modified Polymer The modified polymer shall be sprayable, solvent free, two component polymeric, moisture/chemical barrier specifically developed for the corrosive wastewater environment. The polyurethane rigid structure foam will be a low viscosity two component polyurethane with flame retardants. The total thickness of the multi-component stress panel liner shall be no less than 500 mils. Manhole Inspection The applicator shall take appropriate action to comply with all local, state, and federal regulations including those set forth by OSHA, EPA, the Owner, and any other applicable authorities. Prior to conducting any work, an inspection will be performed on the structures to determine the need for protection against hazardous gases, oxygen depleted atmosphere, and flow control or flow diversion. A plan will be submitted for flow control/bypass as part of the bid documents if required by the installer. Surface Preparation Surface preparation methods may include high pressure water cleaning, hydro blasting, abrasive blasting, grinding, detergent water cleaning, and shall be suited to provide a surface compatible for the installation of the liner system. The selected surface preparation method shall produce a clean, abraded, and sound surface with no evidence of laitance, loose concrete, loose mortar, loose brick, contaminants, or debris and shall produce a surface profile suitable for the application of the liner system. After the surface preparation has been completed, a seven point inspection will be completed covering the following items: leaks, cracks, holes, exposed rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. Defects found from the inspection will be resolved before the liner is installed. Leaks will be repaired with a chemical or hydraulic sealant designed for use in the field. Severe cracks will be repaired with a urethane based chemical sealant and will be approved for use by the engineer prior to installation. Repairs to exposed rebar, defective pipe/inverts, shall be repaired utilizing a non-shrink grout or an alternate method approved by the engineer. 9 ---PAGE BREAK--- Material Installation Liner application procedures will conform to the recommendations of the manufacturer including materials handling, mixing, environmental controls during application, and safety issues. Application equipment shall be specifically designed to accurately ratio and apply the liner system. Application of the multi-component liner system shall be in strict accordance with the manufacturer’s recommendation. Final installation will result in a thickness of no less than 500 mils. Inspection A permanent label will be affixed to the structure in a visible location containing the manufacturer, installer, and date of installation. Final liner system will be free of pinholes and voids. Liner thickness will be no less than 500 mils. Visual inspection will be made by the Owner or Owner’s representative. Any deficiencies in the finished liner system shall be marked and repaired according to Manufacturer’s recommendations. All repairs to the liner will be inspected by the Owner or the Owner’s representative before acceptance by the Owner. 10 ---PAGE BREAK--- Storm Sewer Lining Supplemental Specifications & Comments September 7, 2012 The purpose of this project is to stop dirt infiltration through the open joints in reinforced concrete storm sewer pipe. The contactor will be required to clean the line before installing the liner. The City will provide a dump location approximately 5 blocks from the installation site. The site is located off the road through the park. The City is not aware of any lines entering the main between the manholes, however, the contractor will be required to video the lines to determine if any such connections exist and to open those connections once the liner has been installed. The line being bid has ground water flowing through it. The contractor will be required to pump the groundwater. The ground water may be reintroduced into the line of the manholes at the terminus of the pipe section being lined. The City will provide traffic control and water for the project. ---PAGE BREAK--- Storm Sewer Lining Supplemental Specifications & Comments September 7, 2012 The purpose of this project is to stop dirt infiltration through the open joints in reinforced concrete storm sewer pipe. The contactor will be required to clean the line before installing the liner. The City will provide a dump location approximately 5 blocks from the installation site. The site is located off the road through the park. The City is not aware of any lines entering the main between the manholes, however, the contractor will be required to video the lines to determine if any such connections exist and to open those connections once the liner has been installed. The line being bid has ground water flowing through it. The contractor will be required to pump the groundwater. The ground water may be reintroduced into the line of the manholes at the terminus of the pipe section being lined. The City will provide traffic control and water for the project.