RFP 12.18 County Sewer System Maintenance
1
CECIL COUNTY GOVERNMENT DEPARTMENT OF PUBLIC WORKS
REQUEST FOR PROPOSAL RFP 12-18
COUNTY SEWER SYSTEM MAINTENANCE: Sanitary Sewer Cleaning, CCTV Inspection,
Testing and Sealing
Cecil County Government
RFP 12.18 County Sewer System Maintenance
2
Table of Contents
I. PURPOSE: ...................................................................................................................... 5
II. OBJECTIVE: ................................................................................................................. 5
III. INQUIRIES: ................................................................................................................. 5
IV. METHOD OF SOURCE SELECTION: ...................................................................... 5
V. PROPOSAL SUBMITTAL REQUIREMENTS:......................................................... 6
• PROPOSAL ................................................................................................................ 6
VI. EXAMINATION OF SITE AND DATA .................................................................... 6
VII. NON-RESIDENT CONTRACTOR NOTIFICATION: ............................................ 6
VIII. DETERMINATION OF RESPONSIBILITY: ......................................................... 7
• CERTIFICATION OF PROPOSER’S QUALIFICATIONS ..................................... 8
IX. PROPOSER CERTIFICATION .................................................................................. 8
X. SCOPE OF WORK: ..................................................................................................... 9
• GENERAL CONCEPTS ........................................................................................... 10
XI. CONSTRAINTS ON THE SUCCESSFUL OFFEROR: .......................................... 10
• PERMITS .................................................................................................................. 10
• WARRANTY ............................................................................................................ 10
• PROPOSER’S RESPONSIBILITY .......................................................................... 10
• ANNULMENT OF CONTRACT ............................................................................. 10
• APPROXIMATE QUANTITIES ............................................................................. 11
• PERSONAL LIABILITY OF PUBLIC OFFICIALS ............................................... 11
XII. PROPOSER PERSONNEL REQUIREMENTS: ..................................................... 11
• AFFIRMATIVE ACTION POLICY ........................................................................ 11
• SUBLETTING OF CONTRACT ............................................................................. 11
• RESPONSIBILITY FOR COMPLETE PROJECT .................................................. 12
XIII. RESPONSIBILITIES OF THE ORGANIZATION: .............................................. 12
• INSPECTION ........................................................................................................... 12
XIV. AGREEMENT OF TERMS AND CONDITIONS: ............................................... 12
• PROPOSAL .............................................................................................................. 12
• METHOD OF PAYMENT ....................................................................................... 13
• CLAIMS .................................................................................................................... 13
• BREACHES AND DISPUTE RESOLUTION ......................................................... 13
• PERMITS .................................................................................................................. 14
• TRANSPORTATION ............................................................................................... 15
• STATE OF MARYLANDSALES AND USE TAX ................................................ 16
XV. INSURANCE REQUIREMENTS: .......................................................................... 17
• WORKER’S COMP. AND EMPLOYER’S LIABILITY INSURANCE ................ 17
• BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE ................................................................................................................... 17
XVI. BONDING REQUIREMENTS: ........................................................................... 18
• CERTIFIED CHECK OR PROPOSAL BOND ....................................................... 18
• CONTRACT PAYMENT AND CONTRACT PERFORMANCE BOND .............. 18
XVII. INSTRUCTIONS FOR PROPOSAL: ................................................................... 18
XVIII. COMPLIANCE WITH THE RFP:....................................................................... 19
RFP 12.18 County Sewer System Maintenance
3
XIX. PROPOSAL DEADLINE: ...................................................................................... 19
• PROSECUTION OF WORK .................................................................................... 19
• FAILURE TO COMPLETE WORK ON TIME ....................................................... 19
• LIQUIDATED DAMAGES ..................................................................................... 19
XX. REVISIONS DUE TO AMBIGUITY, CONFLICT, OR OTHER ERRORS IN RFP: ................................................................................................................................. 20
XXI. IMPLIED REQUIREMENTS: ............................................................................... 21
XXII. PROPOSALS AND PRESENTATION COSTS: .................................................. 21
XXIII. REJECTION OF PROPOSALS: .......................................................................... 21
XXIV. EXCEPTIONS TO FORMAT: ............................................................................ 21
XXV. REQUESTS FOR CLARIFICATION: ................................................................. 21
XXVI. VALIDITY OF PROPOSALS: ............................................................................ 21
XXVII. PROPOSAL SUBMITTAL FORMAT: ............................................................. 22
XXVIII. PROPOSAL COST SHEET: ............................................................................. 23
XXIX. EVALUATION OF PROPOSAL AND AWARD: ............................................. 26
• METHOD OF AWARD ........................................................................................... 26
• BASIS OF AWARD ................................................................................................. 26
• QUALIFYING PROPOSALS .................................................................................. 26
• MANDATORY REQUIREMENTS ......................................................................... 26
• TECHNICAL AND FINANCIAL EVALUATION ................................................. 27
• ORAL PRESENTATION ......................................................................................... 27
• EVALUATION ......................................................................................................... 27
• FINAL SELECTION ................................................................................................ 28
• SCHEDULE OF EVENTS ....................................................................................... 28
• DISCUSSIONS ......................................................................................................... 28
• NEGOTIATIONS ..................................................................................................... 29
XXX. TERM OF CONTRACT ....................................................................................... 29
XXXI. NOTICE TO PROCEED...................................................................................... 29
Indemnity/Hold Harmless Agreement ............................................................................. 30
PROPOSER RFP CHECKLIST ...................................................................................... 31
REQUEST FOR PROPOSAL ......................................................................................... 32
TECHNICAL SPECIFICATIONS MEASUREMENT & PAYMENT 01025-1 TO 01025-8 NOTIFICATIONS 01040-1 TO 01040-2 PROJECT MEETINGS 01200-1 TO 01200-1 PROGRESS SCHEDULES 01310-1 TO 01310-2 SUBMITTALS 01340-1 TO 01340-3 QUALITY CONTROL 01400-1 TO 01400-3 CONSTRUCTION FACILITIES & 01500-1 TO 01500-4
TEMPORARY CONTROLS MATERIAL & EQUIPMENT 01600 -1 TO 01600-4 TASK ORDER CLOSE-OUT 01700-1 TO 01700-3 SEWAGE BYPASS PUMPING 02150-1 TO 02150-5 SEWER MANHOLE REHABILITATION 02609-1 TO 02609-12 SEWER LINE CLEANING 02650-1 TO 02650-3
RFP 12.18 County Sewer System Maintenance
4
TELEVISION INSPECTION 02651-1 TO 02651-7 REMOVAL OF PROTRUDING SERVICE CONNECTIONS 02656-1 TO 02656-2 CURED IN-PLACE PIPE LINER 02700-1 TO 02700-16 PRESURE TESTING SEWER PIPE JOINTS & 02762-1 TO 02762-5 LATERAL CONNECTIONS SANITARY SEWER PACKER INJECTION GROUTING 02764-1 TO 02764-8 SITE RESTORATION 02937-1 TO 02937-5 ATTACHMENTS TRAFFIC CONTROL STANDARDS
RFP 12.18 County Sewer System Maintenance
5
I. PURPOSE:
The Cecil County Government (County) is requesting proposals for County Sewer System Maintenance; “Sanitary Sewer Cleaning, CCTV Inspection, Testing and Sealing” as specified within the Scope of Work and attached specifications from qualified firms, individuals, etc. having specific experience identified in the Request for Proposal (RFP).
II. OBJECTIVE:
The objective of this RFP is for Cecil County Government to select a Respondent/s to submit a proposal for unit pricing for County Sewer System Maintenance consisting of varied situations of Sanitary Sewer Cleaning, CCTV Inspection, Testing and Sealing and all required associated work as specified within the Scope of Work and attached specifications. It is the intent of the Cecil County Government to execute an agreement with the most qualified provider that presents an economically viable proposal.
The composition of the Respondent’s team or team configuration shall be clearly defined and stated with the proposal. The past experience and qualifications of the team shall be detailed in the proposal. All proposals shall be delivered in two separate packages. The first package shall contain the contractors’ qualification to complete the project including any additional information concerning any aspect of the varied items listed in the proposal. The second package shall contain the Proposal Price Sheet and any additional information concerning pricing. The contractor shall be selected according to Best Value as determined by a select County Committee. It is the County’s intent to award the proposal to one contractor, but the County reserves the right to award to multiple contractors should the committee determine it is in the County’s best interest.
III. INQUIRIES: All inquiries, questions, etc. concerning the RFP shall be forwarded to Katie O’Connor, Purchasing Assistant by e-mail ([email protected] / cc [email protected]) or mail requests to Purchasing Office, 200 Chesapeake Blvd, Suite 1400, Elkton, Maryland 21921. All questions shall be in writing. Any changes to the RFP will be in writing, documented and forwarded to all participating Proposers as soon as possible. Major changes or an excessive number of changes may result in cancellation of the existing RFP. IV. METHOD OF SOURCE SELECTION: The Cecil County Government is required to adhere to the Code of Cecil County, Section 183; Purchasing, concerning good public purchasing practices. All available information may be reviewed on the Cecil County Government website (www.ccgov.org). Additional requirements are attached to the RFP requiring adherence to all Federal, State and local Regulations.
RFP 12.18 County Sewer System Maintenance
6
V. PROPOSAL SUBMITTAL REQUIREMENTS:
• PROPOSAL
Prospective packages shall be submitted in sealed envelopes clearly marked in the lower left-hand corner “RFP 12-18; County Sewer System Maintenance” Price Proposal (package #1) and Qualification Package (package #2) no later than 1:30 p.m. on March 28, 2012. No proposal will be accepted after 1:30 p.m. and all proposals shall be delivered to the Purchasing Office, 200 Chesapeake Blvd, Suite 1400, Elkton, Maryland 21921. All material submitted will become the property of the Cecil County Government and the only information available at the proposal opening will be the names of Proposers submitting proposals. No facsimile of proposals will be accepted. A Mandatory Pre-Proposal meeting will be held at the Cecil County Administrative Building, 200 Chesapeake Blvd, Elkton, MD 21921 in the Perryville Conference Room on March 14, 2012 at 10:00 a.m. VI. EXAMINATION OF SITE AND DATA Before submitting proposals, prospective Proposers shall carefully examine the Proposed Contract Documents, acquaint themselves with all governing laws, ordinances, etc. and otherwise thoroughly familiarize themselves with all matters which may affect the performance of the work. The act of submitting a proposal shall be considered as meaning that the Proposer has so familiarized himself and, therefore, no concession will be granted by the County because of any claim of misunderstanding or lack of information. Proposers are expected to read and study all specifications with special care and to observe all their requirements. Discrepancies, ambiguities, errors or omissions noted by Proposers should be reported promptly to the County for correction or interpretation before the date of the opening of proposal.
VII. NON-RESIDENT CONTRACTOR NOTIFICATION: At the request of the Maryland State Comptroller of the Treasury, a list of all Non-Resident Contractors awarded a contract for the improvement of real property in the amount of $500,000 dollars or more and all Non-Resident sub-contractors that equals or exceeds $50,000 or reasonably can be expected to equal or exceed $50,000 shall be forwarded by the Cecil County Government to the Maryland State Comptroller of the Treasury, Compliance Division, 301 W. Preston Street, Room 407, Baltimore MD 21201. The notification shall be forwarded by the Cecil County Government once the “Notice to Proceed” is sent and shall include the following information: - Type of Project - Site Address - Contractor’s Name and Address - Date of the Contract - Contracted Amount - “Non-Resident Contractor” is defined as a contractor that does not maintain a regular place of business in the State of Maryland. - “Regular place of business” is defined as: 1) a bona fide office, other than a statutory office, 2) a factory, 3) a warehouse, or 4) any other space in this state, which a person is
RFP 12.18 County Sewer System Maintenance
7
doing business in its own name in a regular and systematic matter and that is continuously maintained, occupied and used by the person carrying on its business through its regular employees regularly in attendance. VIII. DETERMINATION OF RESPONSIBILITY:
RFP 12.18 County Sewer System Maintenance
8
• CERTIFICATION OF PROPOSER’S QUALIFICATIONS All applicable questions must be answered and included with the RFP. The data given must be clear and comprehensive. A copy of the Proposer’s State of Maryland Construction Firm License or required applicable license shall be attached to this form. Information concerning this license can be obtained from Cecil County Clerk of the Court’s Office at (410) 996-5373. You can also receive information necessary for corporations to do business in the State of Maryland from the State of Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) 225-1340. All Proposers shall ensure they are qualified to do business within the State of Maryland. Businesses established outside the State of Maryland must be qualified as a Foreign Business to be eligible to provide service within the State of Maryland. Questions concerning Foreign Businesses may be referred to (410)-767-1170.
1. Name of Contract: County Sewer System Maintenance 2. Contract No.: RFP #12-18 3. Name of Proposer:_______________________________________________ 4. State of Maryland Construction Firm License No.:____________________ 5. Business Address: ___________________________________________
___________________________________________ 6. When Organized:_____________________________________________ 7. Where Incorporated:___________________________________________ 8. Foreign Business No.: _________________________________________ 9. Has the Proposer paid any sales tax on the equipment to be used on the project?
Yes _______________No __________________ 10. If so, at what rate was the sales tax paid? __________________________
_____________Percent to State of_______________________________ 11. How many years has the Proposer been engaged in this business under your present firm name?
___________________________________________ 12. Have you ever refused to sign a contract at your original RFP/Bid?
Yes _____________No _______________ 13. Have you ever defaulted on a contract? Yes ____________No ________________
Remarks: ___________________________________________________ 14. Will you, upon request, furnish any other pertinent information that Cecil
County Government may require? Yes ____________No __________________ 15. Does your business maintain a regular place of business in the State of Maryland (Resident) _______ or would your business be considered Non-Resident ______? 16. Has the Proposer or firm ever been disbarred, suspended or otherwise prohibited from doing work with the federal government. Yes ____ No ____ (If yes, explain _______________________________________________________) With the submission of this certification, the Proposer thereto certifies that the information supplied is, to the best of your knowledge, accurate and correct.
Dated this _________ day of _________________, 2012.
_________________________ (Name of Proposer)
By: _______________________
Title: ______________________
IX. PROPOSER CERTIFICATION
RFP 12.18 County Sewer System Maintenance
9
The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this Contract. Dated at _______________ this __________ day of ________________, 20__. By: _____________________________ ________________________________ (Title of Person Signing) ________________________________ (Name of Organization) State of ________________ County of _______________, ss. ___________________being duly sworn, states he is __________________ of (Office) _______________________ and that the answers to the foregoing questions and all statements therein contained are true and correct.
Sworn to before me this ____________ day of _______________ 20__.
_______________________________ Notary Public _______________________________ (My Commission Expires: ) (NOTARY SEAL) X. SCOPE OF WORK:
RFP 12.18 County Sewer System Maintenance
10
• GENERAL CONCEPTS The following general minimal requirements shall be used to formulate the Proposer’s proposal:
1. PROJECT DESCRIPTION The County seeks to employ a contractor/s to complete various aspects of Sewer System Maintenance as required based on the unit prices submitted and contracted using the specifications and guidelines established in this proposal and required federal, state and local guidelines as currently published and identified. It shall be the contractor/s responsibility to ensure current published specifications are utilized during all contracted work. 2. ADDITIONAL REQUIREMENTS: The contractor will be formally notified of all work to perform through a “Task Order” by the County’s Department of Public Works, Water and Waste Water Division. The contractor, following the guidance within this RFP, shall review, design, etc., the project and contact the County’s representative and proceed accordingly. XI. CONSTRAINTS ON THE SUCCESSFUL OFFEROR:
• PERMITS
All required permits shall be obtained and paid for by the PROPOSER, except those which have been obtained by the County and are hereby made a part of this Contract.
• WARRANTY The PROPOSER shall warrant all work and shall guarantee to satisfactorily meet the County’s requirements. The PROPOSER shall provide all warranty information as part of their proposal.
• PROPOSER’S RESPONSIBILITY It shall be the PROPOSER’s responsibility to schedule and coordinate all work to be performed under this Contract to insure continuous and smooth operations of the work and completion within the times specified in the proposal. The Scope of Work and all identified requirements are intended to cover the complete project. It shall be distinctly understood that failure to mention any work, which would normally be required to complete the project, shall not relieve the PROPOSER of his responsibility to perform such work.
• ANNULMENT OF CONTRACT
RFP 12.18 County Sewer System Maintenance
11
Should the PROPOSER fail to fully satisfy the customer, or to comply with orders of the County, or to perform anew such work that has been rejected as defective and unsuitable, or if the PROPOSER shall become insolvent or be declared bankrupt or shall make an assignment for the benefit of creditors or from any other cause shall not carry on the work in an acceptable manner, the County shall have the right to annul its Contract and all Departmental Contracts at the County’s convenience.
• APPROXIMATE QUANTITIES The PROPOSER’s attention is called to the fact that the quantities given are estimated quantities and are intended as a guide to the PROPOSER but in no way bind or limit the County to the actual amount of work to be performed or the quantity of material to be furnished. Any estimates of quantities herein furnished by the County are approximate only and have been used by the County as a basis for estimating the cost of the work and will also be used for the purpose of tabulating and comparing the proposal and awarding the Contract. The County has endeavored to estimate these quantities correctly according to their knowledge and the information as shown; but, it is not guaranteed that these estimated quantities are accurate and if the PROPOSER, in making up and/or submitting his proposal or proposal relies upon the accuracy of said estimated quantities, does so at his own risk.
• PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions of this Contract or in exercising any power of authority granted herein, there shall be no personal liability upon the County or its authorized assistant, it being understood that in such matters he acts as the agent or representative of the County. XII. PROPOSER PERSONNEL REQUIREMENTS:
• AFFIRMATIVE ACTION POLICY
In accordance with Cecil County’s Affirmative Action policy against discrimination, no person shall, on the grounds of race, color, creed, religion, sex, age marital status, national origin, handicap or disability, be excluded from full employment rights in, participation in, be denied the benefits of, or be otherwise subjected to discrimination. During the performance of the work and services hereunder, the PROPOSER, for themselves, their assignees and successors in interest, agrees to comply with all federal, state, and local nondiscrimination regulations.
• SUBLETTING OF CONTRACT
RFP 12.18 County Sewer System Maintenance
12
The PROPOSER shall not sublet, sell or assign all or any portion of the Task Order, or the work provided therein, without the consent of the County. When consent is given, subletting or assigning more than fifty percent (50%) of the dollar value of the Task Order assigned work shall not be permitted. Where Sub-Proposers are used, PROPOSER shall submit all insurance information for all Sub-Proposers.
• RESPONSIBILITY FOR COMPLETE PROJECT
It is the responsibility of the PROPOSER to perform the work under this Contract. If mention has been omitted in the Contract Documents of any items of work or materials usually furnished or necessary for the completion or proper functioning of the equipment, it shall be included by the Proposer without extra payment.
XIII. RESPONSIBILITIES OF THE ORGANIZATION:
• INSPECTION The County may appoint such persons as they may deem necessary to properly review the proposal and presentation to select the best overall proposal for completion of the Master Plan.
XIV. AGREEMENT OF TERMS AND CONDITIONS:
• PROPOSAL
Made this _______________ day of _______________________, 20__. Business Address__________________________________________________________________ _________________________________________________________________________
The PROPOSER declares that the only person, firm, or corporation, or persons, firms, or corporations, that has or have any interest in this proposal or in the Contract or Contracts proposed to be taken is or are the undersigned; that this proposal is made without any connection or collusion with any person, firm or corporation making a proposal for the same work; that the attached specifications have been carefully examined and are understood; that as careful an examination has been made as is necessary to become informed as to the character and extent of the work required; and, that it is proposed and agreed, if the proposal is accepted to contract with Cecil County, Maryland, in the form of Contract heretofore attached, to do the required work in the manner set forth in the specifications. The proposal price on the attached and signed Proposal Price Sheets are to include and cover the furnishing of all equipment, materials and labor requisite and proper and the providing of all necessary machinery, tools, apparatus and means for performing the work,
RFP 12.18 County Sewer System Maintenance
13
and described and shown in the plans and specifications within the prescribed time. If this proposal shall be accepted by said County and the undersigned shall refuse or neglect within ten days after receiving the Contract for execution to execute the same, and to give stipulated bond, then said County may at their option determine that the PROPOSER has abandoned the Contract; and, thereupon, the proposal and the acceptance thereof shall be null and void; and, the deposit accompanying the proposal shall be forfeited to and become the property of the County. In the case of firms, the firm’s name must be signed and subscribed to by at least one member. In the case of corporations, the corporate name must be signed by some authorized officer or agent thereof, who shall also subscribe his name and office. If practical, the seal of the corporation shall be affixed.
I/We identify by number, date and number of pages the following addenda: No. Date No. of Pages ___________________ _______________ ______________________ ___________________ _______________ ______________________ ___________________ _______________ ______________________ The names and addresses of all members of a firm or the names, addresses and titles of every officer of a corporation, as the case may be, must be given here by the member of the firm or by the officer or agent of the corporation who signs the proposal. _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________
• METHOD OF PAYMENT
All invoices shall be reviewed and approved by a PROPOSER’s representative and the County’s representative before submission. All invoices must be submitted to the Cecil County Government, Department of Public Works, Water and Waste Water Division, Attn: Jeff Coale 200 Chesapeake Blvd, Elkton, MD 21921. All invoices will be Net 30 and if time frame for completion is over thirty (30) days, payments and invoices shall be equally submitted every thirty (30) days and the final payment upon final acceptance of the final product.
• CLAIMS
Should the PROPOSER believe that it is entitled to any additional compensation; the PROPOSER shall file a written notice of claim thereof with the County. Unless otherwise specified, such notice shall be given no later than twenty (20) days after the onset of such alleged damages, losses, expenses or delays.
• BREACHES AND DISPUTE RESOLUTION
RFP 12.18 County Sewer System Maintenance
14
-Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of Cecil County Government's Board of County Commissioners. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the Cecil County Government’s Board of County Commissioners. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Cecil County Governments Board of County Commissioners shall be binding upon the Contractor and the Contractor shall abide be the decision. -Performance During Dispute - Unless otherwise directed by Cecil County Government, Contractor shall continue performance under this Contract while matters in dispute are being resolved. -Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. -Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the Cecil County Government and the Contractor arising out of or relating to this agreement or its breach will be decided by Binding Arbitration. By submitting a proposal you agree to these conditions. Arbitration of Dispute: In any claim, dispute or other matter in question arising out of or related to this Agreement, the Parties must submit the issue to binding arbitration in accordance with Title 3, Subtitle 2, Courts and Judicial Proceedings Article, Annotated
Code of Maryland, before the Circuit Court for Cecil County prior to filing any action in any Court. Waiver of Jury Trail: The parties hereto waive their right to elect a jury trial in any dispute involving their rights under this Agreement. Costs and Attorney Fees: In the event of arbitration by any of the parties to enforce the terms of this Agreement, the prevailing party in the action shall be entitled to reasonable and necessary attorneys’ fees, court costs, arbitrator fees, witness fees and all expenses of suit. The reasonableness and necessity of attorneys’ fees, costs, witness fees and expenses, will be determined by the arbitrator. -Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Cecil County Government, (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing.
• PERMITS
RFP 12.18 County Sewer System Maintenance
15
All required permits shall be obtained and paid for by the PROPOSER, except those listed below which have been obtained by the County and are hereby made a part of this contract.
• TRANSPORTATION
Prices quoted shall be net, including transportation and delivery charges fully prepaid by the seller, f.o.b. destination (Cecil County Government/designated locations, Elkton, MD 21921). No additional charges shall be allowed for packing, packages or partial delivery costs. By submitting their quote, all Proposers certify and warrant that the price offered for f.o.b. destination includes only the actual freight rate cost as at the lowest and best rate and based upon actual weight of the goods to be shipped. Standard commercial packaging, packing and shipping containers shall be used, except as otherwise specified herein.
RFP 12.18 County Sewer System Maintenance
16
• STATE OF MARYLAND SALES AND USE TAXADMISSIONS AND AMUSEMENT TAXLAWS AND REGULATIONSISSUED BY
COMPTROLLER OF THE TREASURY SALES AND USE TAX DIVISION
11-221 Taxation by Other Law (c) Sales tax paid in other jurisdiction –
(1) To the extent that a buyer pays another state a tax on a sale or gross receipts from a sale of tangible personal property or a taxable service that the buyer acquires before the property of service enters this state, the sales and use tax does not apply to use of the property or service in this state.
(2) If the tax paid to another state is less than the sales and use tax, the
buyer shall pay the difference between the sales and use tax and the amount paid to the other state in accordance with the formula under 1-303 (b).
11-214 Nonresident Property The sales and use tax does not apply to use of tangible personal property or a taxable service that:
(1) A non-resident. (i) Acquires before the property or service enter the state; and (ii) Uses: 1. For personal enjoyment or use or for a use that the Comptroller specifies by regulation, other than for a business purpose; or 2. Does not remain in the state for more than 30 days.
11-303 Depreciation Allowance
(a) In general - a buyer is allowed a depreciation allowance as an adjustment to taxable price if:
(1) Tangible personal property or a taxable service is acquired before the
tangible personal property is brought into the state for use in the state or before the taxable service is used in the state; and
(2) The use first occurs in another state or federal jurisdiction.
(b) Amount allowance - The allowance under subsection (a) of this section for each full year that follows the date of purchase is ten percent (10%) of the taxable price paid to acquire the tangible personal property or taxable service.
RFP 12.18 County Sewer System Maintenance
17
XV. INSURANCE REQUIREMENTS:
• WORKER’S COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE
(a) The Contractor shall take out and maintain during the life of the Contract the Statutory Worker’s Compensation and Employer’s Liability Insurance for all of his employees to be engaged in work on the project under the Contract at minimum Maryland Statutory Limits. (b) In case any portion of the project is sublet, the Contractor shall require all of the sub-contractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker’s Compensation and Employer’s Liability Insurance for all of their employees to be engaged in work in the project under the Contract.
• BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE
All vendors or contractors who perform any type of work or service on Cecil County Government property or in areas where the County is responsible or liable must maintain such insurance coverage(s) as determined by the County to protect the County’s interest(s). The following coverage and amount are generally required, but the County reserves the right to modify these requirements at its discretion or reject any insurance policies which do not meet these criteria.
• General Liability Insurance not less than $1,000,000 per occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding or limiting products/completed operations, contractual liability or cross liability. The County must be named insured and a certificate of insurance must be provided.
• Business Auto (includes trucks) Liability insurance not less than $1,000,000 per occurrence for all leased, owned, non-owned and hired vehicles when vehicles are utilized to perform the work or services required by the County.
Professional liability insurance is generally applicable and required for each contract involving professional or technical services as defined in section 183-3 of County Code. This includes, but is not limited to services provided by accountants, architects, actuaries, engineers, lawyers and physicians. All contractors performing services for the Cecil County Government are required to provide notification of Certificate of Insurance cancellation 30 – 60 days prior to cancellation. The Contractor shall provide a Certificate of Insurance naming the Cecil County Government as an "Additional Insured" and showing the levels of Worker’s Compensation and all Liability Coverage. If the proposed cost of construction exceeds the minimum levels of coverage, the contractor shall increase the levels of coverage to cover the entire cost of the proposal.
RFP 12.18 County Sewer System Maintenance
18
XVI. BONDING REQUIREMENTS:
• CERTIFIED CHECK OR PROPOSAL BOND
(a) No proposal will be considered unless accompanied by a certified check or an acceptable bid bond of the Proposer or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County, payable to the order of the Board of County Commissioners of Cecil County, for Five Thousand Dollars, which will be forfeited to the Board as liquidated damages in case an award is made and the Contract and Bond are not promptly and properly executed as required within ten (10) days after the award of the Contract.
(b) The certified check and/or proposal bonds or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County, of all except the two (2) selected PROPOSERs shall be returned after the Contract is awarded; and, the checks of the selected PROPOSERs shall be returned after the proper execution of the Contract Documents with the selected PROPOSER.
(c) If the selected PROPOSER shall fail to execute the Contract Documents as specified, he shall forfeit the proposal bond or certified check or other surety satisfactory to the County such as a Letter of Credit from a Bank acceptable to the County as liquidated damages and the Contract may be awarded to the second selected PROPOSER as specified in the paragraph entitled METHOD OF AWARD.
• CONTRACT PAYMENT AND CONTRACT PERFORMANCE BOND The Contract Payment and Contract Performance Bond are each to be in the amount of $50,000. XVII. INSTRUCTIONS FOR PROPOSAL:
Proposal shall be submitted in a sealed envelope addressed to:
Cecil County Purchasing Office 200 Chesapeake Blvd.
Suite 1400 Elkton, Maryland 21921
The PROPOSER’s name and address shall appear in the upper left hand corner of the proposal envelope with the job name and contract number appearing in the lower left hand corner of the envelope. The PROPOSER shall submit minimally one (1) original and four (4) copies of the proposal. Failure to submit a proposal in this manner may be considered cause for rejection of the proposal as determined by the Cecil County Government.
RFP 12.18 County Sewer System Maintenance
19
XVIII. COMPLIANCE WITH THE RFP: All proposals submitted shall be in strict compliance with the RFP and failure to comply with all provisions in the RFP may result in disqualification or rejection of the proposal. XIX. PROPOSAL DEADLINE:
• PROSECUTION OF WORK After the work has been started, it shall be performed continuously on all acceptable working days without stoppage until the entire contract is completed. In case the PROPOSER neglects or fails to work continuously on all acceptable working days, the Commissioners’ of Cecil County through the Cecil County Administrator and Department of Emergency Services Director may terminate the Contract and use any method that he deems necessary to complete the Contract.
• FAILURE TO COMPLETE WORK ON TIME Should the PROPOSER fail to complete, fully and to all intents and purposes, the work as specified in the proposal and contract on or before the time specified, the said PROPOSER shall pay to the County such sum as is specified in the paragraph entitled “LIQUIDATED DAMAGES”.
• LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the PROPOSER and the County, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are Essential Conditions of the Contract; and, it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the “Notice to Proceed”. Liquidated Damages shall be based on the agreed amount of time as stated in each “Task Order” and shall start upon the certified receipt of the executed “Task Order” and continue through and upto the completion time. The PROPOSER agrees that said work shall be performed regularly, diligently and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the PROPOSER and the County, that the time for the completion of the work described herein is a reasonable time for the completion of the same. If the said PROPOSER shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the County, then the PROPOSER does hereby agree, as part of the consideration for the awarding of this Contract, to pay to the County the damages for such breach of Contract as hereinafter set forth for each and every calendar day that the PROPOSER shall be in default after the time stipulated in the Contract for completing the work.
RFP 12.18 County Sewer System Maintenance
20
The said amount is fixed and agreed upon by and between the PROPOSER and the County because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the County would in such event sustain and said amount is agreed to be the amount of damages, which the County would sustain and said amount be retained from time to time by the County from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the specifications, wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and, where under the Contract, additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided that the PROPOSER shall not be charged with liquidated damages or any excess cost when the County determines that the PROPOSER is without fault and the PROPOSER’s reasons for the time extension are acceptable to the County; provided further that the PROPOSER shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due:
(a) To any preference, priority or allocation order duly issued by the Government; (b) To unforeseeable cause beyond the control and without the fault or negligence of the PROPOSER, including, but not restricted to, acts of God, or of the public enemy, acts of the County, acts of another PROPOSER in the performance of a contract with the County, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather; and (c) To any delays of sub Proposers or supplies occasioned by any of the causes specified in subsections (a) and (b) of this article;
Provided further, that the PROPOSER shall, within ten (10) days from the beginning of such delay, unless the County shall grant a further period of time prior to the date of final settlement of the Contract, notify the County, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the PROPOSER within a reasonable time of its decision in the matter. Provided further, that the amount of liquidated damages shall be $1000.00 per work day. XX. REVISIONS DUE TO AMBIGUITY, CONFLICT, OR OTHER ERRORS IN RFP: Any ambiguity, conflict, discrepancy, omissions or other error/s discovered in the RFP must be reported immediately to Cecil County Purchasing Office, Katie O’Connor, 200 Chesapeake Blvd., Suite 1400, Elkton, Maryland 21921 (410-996-5395), in writing and a request made for modifications or clarification. All changes to RFPs shall be made in writing (addendum) and all parties who have received the RFP shall receive the addendum. Offerors are responsible for clarifying any ambiguity, conflict, discrepancy, omission or error in the RFP prior to submitting the proposal or it shall be deemed waived.
RFP 12.18 County Sewer System Maintenance
21
XXI. IMPLIED REQUIREMENTS: Any product or service that is not specifically addressed in the RFP, but which is necessary to provide functional capabilities proposed by the offeror, must be included in the proposal. XXII. PROPOSALS AND PRESENTATION COSTS: The Cecil County Government, or its agencies, is not liable in any way for any costs incurred by the offerors in the preparation of their proposals in response to the RFP, nor for the presentation of their proposals and/or participation in any discussion or negotiations. XXIII. REJECTION OF PROPOSALS: The Cecil County Government, or its agencies, reserves the right to accept in part or in whole any or all proposals submitted or to waive any technicality or minor irregularity in a proposal. Additionally, the County shall reject the proposal of any offeror determined to be non-responsive in accordance with the Code of Cecil County, Section 183 and requirements set within this RFP. Unreasonable failure of an offeror to promptly supply the County with information with respect to responsibility may be grounds for a determination of non-responsibility. All Proposals, RFPs, IFBs or RFQs are contingent upon budgetary constraints. XXIV. EXCEPTIONS TO FORMAT: The RFP describes the requirements and response format in sufficient detail to secure comparable proposals, recognizing that various proponent approaches may vary widely. Any proposal that differs from the described format may be considered non-responsive and rejected. XXV. REQUESTS FOR CLARIFICATION: Any request for clarification on the RFP must be in writing and accomplished prior to the receipt of the PROPOSER’s proposal. XXVI. VALIDITY OF PROPOSALS: All proposals shall be valid for one hundred and eighty (180) days from the date of the RFP opening and become the property of the County. If negotiations result in modifications to the RFP, then one hundred and eighty (180) days will commence from the date of the receipt of the new proposal. This period may be extended by mutual written agreement between the Respondent and Cecil County Government.
RFP 12.18 County Sewer System Maintenance
22
XXVII. PROPOSAL SUBMITTAL FORMAT: Offerors must include the following information in their proposal and must use the following format when compiling their responses. Sections should be tabbed and labeled; pages should be sequentially numbered at the bottom of the page:
1. Package One; Qualification Package: (a) Cover Letter: Response should contain a letter signed by a person who is authorized to commit the offeror to perform the work included in the proposal and should identify all materials and enclosures being forwarded in response to the RFP.
(b) Table of Contents.
(c) Executive Summary: A maximum of one (1) to two (2) pages of single spaced information providing a high-level description of the offeror’s ability to meet the requirements of the RFP.
(d) Description of Relevant Experience and Qualifications: Details of qualifications of the offeror’s operations and staff regarding requested goods and services. If the respondent is not a single entity, the details of the partnership, joint venture, etc. shall be described, including the organizational structure of the team.
(e) Attachments: Additional information, which the offeror feels will assist in the evaluation should be included. Other attachments may be Proof of Insurance, Proposal Bond, Equal Opportunity Employer Affidavit and other required information.
2. Package #2: Cost Submittal Package to include the Proposal Cost Sheets and any
additional pricing information.
RFP 12.18 County Sewer System Maintenance
23
XXVIII. PROPOSAL COST SHEET: (This sheet along with all other attached pricing information shall be included in a separate pricing package) RFP: 12-18; County Sewer System Maintenance PROPOSER: __________________________BY: ________________________ (To be same as in the Proposal Agreement) BUSINESS ADDRESS: ___________________________________________ ___________________________________________ TELEPHONE # ______________________ Cellular # ____________________
CONTACT PERSON: _____________________________________________ (Information provided above shall be used to complete the County’s Purchase Order and shall be used for payment address.) This is to certify that ___________________________________________has received Addendum No. _____ through No. _____ and this project reflects changes created by the addenda.
PROPOSAL FORM: Cecil County Government.
For all design, labor, tools, materials, testing mobilization/demobilization and any other incidentals necessary to complete this contract as specified herein. Price includes complete design and construction services for this project as specified within all required proposal specifications and documents.
# Description Unit Issue Bid Price
1 Mobilization LS 5% of task item
2 Traffic Control
2A – MD-104.03-01 DAY $
2B – MD-104.03-02 DAY $
2C – MD-104.03-05 DAY $
2D – MD-104.03-06 DAY $
2E – MD-104.03-07 DAY $
2F – MD-104.03-08 DAY $
2G – MD-104.03-12 DAY $
2H – MD-104.03-14 DAY $
3 Bypass Pumping
3A – Bypass Pumping Case 1 DAY $
3B – Bypass Pumping Case 2 DAY $
3C – Bypass Pumping Case 3 DAY $
3D – Bypass Pumping Case 4 DAY $
RFP 12.18 County Sewer System Maintenance
24
4 Light Cleaning Sewer Pipe
4A – Light Cleaning 8” to 10” Sanitary Sewer Pipe
LF $
4B – Light Cleaning 12” to 15” Sanitary Sewer Pipe
LF $
4C – Light Cleaning 21” to 24” Sanitary Sewer Pipe
LF $
5 Heavy Cleaning
5A – Heavy Cleaning Sanitary Sewer Pipe (easement reel not required to complete the work)
HR $
5B – Heavy Cleaning Sanitary Sewer Pipe in Difficult ROW (easement reel not required to complete the work)
HR $
6 Pressure Testing
6A – Sanitary Sewer Pipe Joint Pressure Test 8” to 10” Pipe
EA $
6B – Sanitary Sewer Pipe Joint Pressure Test 12” to 15” Pipe
EA $
6C – Sanitary Sewer Pipe Joint Pressure Test 21” Pipe
EA $
6D – Sanitary Sewer Pipe Joint Pressure Test 24” Pipe
EA $
6E – Lateral Connection Pressure Test 8” to 10” Pipe
EA $
6F – Lateral Connection Pressure Test 12” to 15” Pipe
EA $
6G – Lateral Connection Pressure Test 21” Pipe EA $
6H – Lateral Connection Pressure Test 24” Pipe EA $
7 Packer Injection Chemical Grouting
7A – Sewer Pipe Joint Packer Injection Chemical Grouting 8” to 10” pipe
EA $
7B – Sewer Pipe Joint Packer Injection Chemical Grouting 12” to 15” pipe
EA $
7C – Sewer Pipe Joint Packer Injection Chemical Grouting 21” Pipe
EA $
7D – Sewer Pipe Joint Packer Injection Chemical Grouting 24” Pipe
EA $
7E – Lateral Connection Packer Injection Grouting 8” to 10” pipe
EA $
RFP 12.18 County Sewer System Maintenance
25
7F – Lateral Connection Packer Injection Grouting 12” to 15” pipe
EA $
7G – Lateral Connection Packer Injection Grouting 21” pipe
EA $
7H – Lateral Connection Packer Injection Grouting 24” pipe
EA $
8 Television Inspection of Pipe
8A – Television Inspection of Pipe 8” to 10” LF $
8B – Television Inspection of Pipe 12” to 15” LF $
8C – Television Inspection of 21" Pipe LF $
8D – Television Inspection of 24" Pipe LF $
9 Manhole Rehabilitation - Pipe Penetration / Joint Grouting, Base Section Grouting
EA $
10 Manhole Rehabilitation – Manhole Patching and Lining 0 to 3’-0” Deep
EA $
11 Manhole Rehabilitation – Manhole Patching and Lining over 3’-0” Deep
VF $
12 Grout GAL $9.00
13 Restoration LS N/A
14 3’-0” Sectional Cured in Place Pipe (CIPP) Liner Repair
14A – 3'0" CIPP Sectional Liner Repair of Pipe 8" to 10"
EA $
14B – 3'0" CIPP Sectional Liner Repair of Pipe 12" to 15"
EA $
14C – 3'0" CIPP Sectional Liner Repair of Pipe 21"
EA $
14D – 3'0" CIPP Sectional Liner Repair of Pipe 24"
EA $
15 Removal of Protruding Service Connections EA $
The proposal above is accepted and hereby ratified and confirmed by the Board of County Commissioners of Cecil County for the purchase of “County Sewer System Maintenance” this _____day of ______, 20__.
__________________________________
James T. Mullin President, the Board of County Commissioners of Cecil County
RFP 12.18 County Sewer System Maintenance
26
XXIX. EVALUATION OF PROPOSAL AND AWARD:
• METHOD OF AWARD
(a) The County reserves the right to reject any or all proposals.
(b) The Contract shall be awarded or rejected within one hundred and eighty (180) days from the date of opening proposal.
(c) If the Proposer to whom an award is made shall fail to execute the Contract in the specified time, the award may be annulled and the Contract awarded to the second selected Proposer or the County may reject the entire proposal as their interest may require.
• BASIS OF AWARD
The Contract may be awarded to the selected responsible Proposer whose proposal complies with all the requirements prescribed and considered Best Value to the County as interpreted by the review committee. In acceptance of the proposal, the County will be guided by consideration of the interests of the public and the County shall be under no obligation to accept the lowest proposal. Proposals may be rejected if they show any omissions, alterations of form, additions not called for, conditional or alternate proposal, or irregularities of any kind. To insure fair competition and to permit a determination of the lowest Proposer, unresponsive proposal or proposal obviously unbalanced may be rejected. The County also reserves the right to negotiate further with one or more of the Proposers as to any features of their bids and to accept modifications of the work and bid price when such action will be to their best interests and is desirable. All proposals submitted shall become the property of the Cecil County Government.
• QUALIFYING PROPOSALS
Proposals shall be initially reviewed for compliance with the submission requirements of this procurement. Failure to comply with any of the submission requirements may result in the proposal being classified as not reasonably acceptable for award.
Minor irregularities in proposals that are immaterial or inconsequential in nature may be cured or waived whenever it is determined to be in the best interest of Cecil County Government. All reasonable efforts will be made by the Cecil County Government to avoid prejudice to any Respondent.
• MANDATORY REQUIREMENTS
All proposals will be initially reviewed for compliance with mandatory requirements. Proposals shall meet all of the mandatory requirements to advance in the procurement process. Respondents shall supply a letter stating that their team meets these requirements. All information that is specifically requested is considered to be a mandatory requirement.
RFP 12.18 County Sewer System Maintenance
27
• TECHNICAL AND FINANCIAL EVALUATION
A two-step evaluation process will be conducted wherein the technical proposal shall be reviewed first. After determining compliance with the mandatory requirements and considered responsive to this proposal, the Evaluation Committee shall initially classify the proposals as (a) reasonably acceptable of being selected for award or (b) not reasonably acceptable of being selected for award. Respondents judged not to be responsible or Respondents whose proposals are classified as not reasonably susceptible of being selected for award shall be set aside and so notified. The proposals selected as reasonably acceptable for award shall be forwarded to the committee along with the proposers’ price proposals for final review. The committee may select the Best Valued proposal as submitted from the final group of proposals or discussions and/or oral presentations may be held with those qualified Respondents or Offerors whose proposals have been classified as reasonably acceptable for award. If discussions or oral presentations are required, two (2) finalists will be selected for final negotiation of best and final offer as required. The committee shall then select their considered Best Valued proposal for recommendation for award.
• ORAL PRESENTATION As indicated above, discussions and oral presentations may be held. If Oral Presentations are required, the selected best two (2) contractors will be contacted for scheduling of their presentation. The purposes of the discussions and oral presentations are as follows: - To allow Cecil County Government to meet the Respondents key personnel - To allow the Respondents to discuss selected aspects of its proposal - To provide an opportunity to clarify the scope of services for this project Within three (3) working days following the oral presentation, each Respondent will be required to provide an Executive Summary/Overview of their firm’s oral presentation inclusive of highlighting the discussion at the presentation. Upon completion of the oral presentations, the Cecil County Government will finalize the evaluation of each proposal. Best and final proposals may be solicited by the County at this time.
• EVALUATION
A. Evaluation will be based upon the technical proposal with the price being reviewed as a single factor of several other factors on which to base an acceptance. Some of the factors being evaluated shall be:
- Experience - References - Meeting Proposal Requirements - Cost - M&O Contract - Schedule - Warranty
RFP 12.18 County Sewer System Maintenance
28
B. The primary evaluation will be completed by an evaluation committee consisting of selected Cecil County Government officials; Purchasing Agent is not a voting member of the committee but only used to guide the process of evaluation. Respondents to this solicitation shall meet all requirements contained herein. If the Respondent and/or the proposal do not meet solicitation requirements, Cecil County Government may classify the proposal as “not reasonably acceptable for award.” Should a proposal be found not reasonably acceptable for award, the proposal may not be considered any further. After considering the factors set forth in this RFP and the responsible proposals, the committee will make recommendations for award of this contract to the Respondent whose proposal is determined to be the most advantageous (Best Value) to Cecil County Government.
• FINAL SELECTION Based on its evaluation of the technical and financial proposals, the Evaluation Committee will make a recommendation to the Cecil County Board of County Commissioners for the award of the contract to the responsible Respondent whose proposal is determined to be the most advantageous to Cecil County Government, considering both technical and financial factors as set forth in the RFP.
• SCHEDULE OF EVENTS The following is a proposed basic schedule of events in the selection of the Respondent to complete the project according to the specifications within this RFP:
1. Solicitation Released 5. Oral Presentations (will be scheduled) 2. Pre-Proposal Meeting 6. Executive Summary (Three (3) days 3. Proposal Due Date after presentation) 4. Committee Selection of qualified 7. Final selection and Commissioners & responsive respondents approval
• DISCUSSIONS
A. Discussions shall be held only to clarify individual RFP submissions. At no time shall any part of a proposal of one Proposer be discussed or identified in any part with a separate Proposer.
B. During discussion, a Proposer may modify its proposal to coincide with any clarification of the proposal. At no time will a proposal be allowed to be withdrawn without approval of the proper County authorities.
C. If any part of the proposal is changed to strengthen the RFP or its process, written documentation of the change shall be made and all Proposers shall be notified of the change/s and be given the chance to modify their proposal accordingly.
RFP 12.18 County Sewer System Maintenance
29
• NEGOTIATIONS
It is policy to procure from responsible sources at fair prices the goods and services required by the County Government. During the RFP process, Price Negotiation may be required to resolve uncertainties relating to procurement, including the price prior to the final award of the contract. The objective of Price Negotiation is the complete agreement of the parties on all basic issues of the RFP.
XXX. TERM OF CONTRACT The term of the contract shall be from the date of receipt of the Notice to Proceed through June 30, 2013 with the option to extend the contract an additional two years in one year increments. The County has the option to extend the current agreement from July 1 through June 30 of the following year with no change to the current agreement. Should there be a request for price escalation or any change to the Scope of work, the County has the option to accept, negotiate or deny the request and re-solicit the RFP.
XXXI. NOTICE TO PROCEED A Notice to Proceed will be sent Certified Mail to the PROPOSER by the Cecil County Purchasing Office notifying the Proposer the contract has been executed. Upon execution of a Task Order, the Proposer shall proceed within ten (10) calendar days after receipt of such notice. Failure to proceed within the ten (10) calendar day period may result in The Board of County Commissioners of Cecil County terminating the Contract Agreement.”
RFP 12.18 County Sewer System Maintenance
30
Cecil County Government
200 Chesapeake Blvd. Suite 1400
Elkton, MD 21921
Indemnity/Hold Harmless Agreement
To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County Government, its elected and appointed officials, employees, and volunteers, and others working on behalf of Cecil County Government, harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time there from) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident to Request for Proposal #12-18: County Sewer System Maintenance except that the Organization shall not be responsible to Cecil County Government on indemnity for damages caused by or resulting from Cecil County Government's sole negligence; and, the Organization shall, at it own cost and expense, defend any such claims and any suit, action, or proceeding which may be recovered in any suit, action, or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein. Name of Organization: _______________________________________________ Authorized Signature: ________________________________________________ Address of Organization: _____________________________________________ Phone: _______________________________ Date: ______________________ Return this letter with Proposal Package
RFP 12.18 County Sewer System Maintenance
31
PROPOSER RFP CHECKLIST
The following is a tentative checklist to assist the PROPOSER in verifying minimal required information is provided at the RFP opening. It remains the PROPOSER’s responsibility to ensure all information is complete and attached, including information, which may not be listed on this checklist. Any information missing at the time of the bid opening may result in rejection of the RFP proposal. No proposals will be accepted after the designated RFP opening time. Any questions please contact the Purchasing Office, 410-996-5395. 1. RFP package labeled properly for identification. 2. Completion of Certification of Proposer’s Qualifications & Certification and attached applicable copies of required license. 3. Completion of pages requiring information to include signatures and notary seal. 4. A copy of a Certificate of Insurance naming Cecil County Government as an “Additional Insured” and showing all information of required Liability and Worker’s Compensation insurance shall be provided by the PROPOSER awarded the contract. 5. Proposal Bonds with proposal submittal and Payment Bonds and Performance Bonds by the Contactor awarded the project. 6. Completion of Cost Proposal Sheet and attached pricing information. 7. Indemnity/Hold Harmless Agreement must be signed and provided as part of the proposal package. 8. Two separate packages shall be submitted for review for each proposal, (Qualifications Package and Pricing/Cost Package).
RFP 12.18 County Sewer System Maintenance
32
Cecil County, Maryland RFP No. 12-18
REQUEST FOR PROPOSAL
Sealed Request for Proposal (RFP) for Cecil County Government for “County Sewer System Maintenance” as described in the proposal package for the Cecil County Government, Department of Public Works, Engineering and Construction Division will be received from qualified PROPOSERs at any time and up to 1:30 p.m. on March 28, 2012 at the Purchasing Office, 200 Chesapeake Blvd., Suite 1400, Elkton, MD 21921. The proposal shall consist of the Respondent’s proposal for sewer maintenance. A Mandatory Pre-Proposal meeting will be held at the Cecil County Administrative Building, 200 Chesapeake Blvd., Elkton, MD 21921 on March 14, 2012 at 10:00 a.m. in the Perryville Conference room. Additional specifications and/or instructions to Proposers may also be obtained by e-mailing [email protected] (cc/ [email protected]) or by calling the Purchasing Department (Katie O’Connor, Purchasing Assistant) at 410-996-5396. The Board of County Commissioners of Cecil County reserves the right to reject any or all bids and to waive technicalities. All bids are based upon budgetary constraints. Bid packages may be picked up at the Purchasing Office at a non-refundable cost of $10.00 per package (including sales tax) or per copy on a compact disc. Bid packages are provided on the Cecil County web-page (http://www.ccgov.org) as a .pdf document for all Proposers to download. Electronically submitted bid proposals will not be accepted. Bid proposals are provided as a .pdf document for all Proposers to download. All Proposers wishing to submit a proposal should obtain an original set of documents or a compact disc from the Cecil County Purchasing Department. If you choose to download the package from the website, you shall notify the Purchasing Office via e-mail or phone. Not meeting this requirement may result in your proposal being considered as non-responsive. Changes or addendums to this proposal and/or other documents will be posted to the proposal documents on the County web-page and sent directly to Proposers who have obtained an original set of proposal documents or a compact disk or have obtained an electronic copy from the Purchasing Office. The County is not responsible for information obtained from sources outside the Cecil County Purchasing Office, including downloads from the County website. Proposers obtaining electronic copies of the proposal documents from outside the Purchasing Office will be directly responsible for obtaining updates, changes or addendums either from the updated web-page or by contacting the Purchasing Office. All questions or discussions concerning this bid, bid documents, specifications, etc. shall only be coordinated through the Purchasing Office. The County shall not be responsible for information obtained outside the County Purchasing Office concerning this or any other County bid, RFP, solicitation or quote. The Purchasing Office will provide Proposer lists on the Cecil County web-site (www.ccgov.org) for all solicitations published unless a Proposer/contractor provides a
RFP 12.18 County Sewer System Maintenance
33
written request barring the disclosure of their information prior to specific proposal award. The Board of County Commissioners of Cecil County
By: David E. Pyle, CPPB Purchasing Agent Cecil County Government
MEASUREMENT AND PAYMENT 01025-1
SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 GENERAL A. Payment for the work completed under this Contract will be made at the lump sum
and unit prices bid, which shall include the furnishing of all labor, tools, equipment and materials, and performance of all work required to complete the project as indicated and specified in accordance with all requirements of the Contract Documents and to the entire satisfaction of the Owner’s Engineer.
B. All incidental and miscellaneous items, work, and materials for which no specific
bid item is shown and which are necessary to complete the project in accordance with the contract documents and to maintain and/or repair the work are incidental to the bid items listed below and shall be done and furnished by the Contractor without extra charge.
1.02 AUTHORITY A. The Contractor shall provide the services of a Maryland registered surveyor to take
all measurements and compute quantities. The Engineer will verify measurements and quantities.
1.03 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Tab are for bidding and contract
purposes only. Quantities and measurements supplied or placed in the Work and verified by the Engineer shall determine payment.
B. If the actual Work requires more or fewer quantities than those quantities indicated,
provide the required quantities at the unit sum/prices contracted. 1.04 MEASUREMENT OF QUANTITIES
A. Lineal Foot
1. Measurement of lineal feet to be paid under this section shall be the actual number of lineal feet of material installed in accordance with these specifications, measured as described further in this section, complete, in place and accepted.
2. The cost of any connections of couplings shall be included in the price bid
per linear foot for this item.
MEASUREMENT AND PAYMENT 01025-2
B. Square Yards
1. Measurement of square yards of material to be paid under this section shall
be the actual number of square yards of material installed in accordance with these specifications, measured from end to end, complete, in place and accepted.
C. Cubic Yards
1. Measurement of cubic yards of material to be paid under this section shall
be the actual volume of cubic yards of material installed in accordance with these specifications, measured from end to end, complete, in place and accepted.
2. The maximum payment width for pipe trenches shall be as shown on the
drawings.
D. Each
1. The number of each item installed shall be measured on the actual number of each unit installed in accordance with the plans and specifications, complete, in place and accepted.
2. The cost of any incidentals shall be included in the price bid for this item.
E. Lump Sum
1. This item will not be measured.
F. Tonnage
1. The quantity of tonnage to be measured will be the actual number of tons
provided, as documented by certified weight slips, complete, in place and accepted.
1.05 PAYMENT
A. Payment includes: Full compensation for all required labor, Products, tools, equipment, plant, transportation, services and incidentals, erection, application or installation of an item of the Work; overhead and profit.
B. Final payment for work governed by unit prices will be made on the basis of the
actual measurements and quantities accepted by the engineer multiplied by the unit price for work which is incorporated in or made necessary by the work.
MEASUREMENT AND PAYMENT 01025-3
C. Lineal Foot
1. The number of lineal feet as determined above shall be paid for at the contract unit price per lineal foot bid for this item.
D. Square Yards
1. The square yards of material as measured above shall be paid at the
contract unit price bid for the item.
E. Cubic Yards
1. The square yards of material as measured above shall be paid at the contract unit price bid for the item.
F. Each
1. The number of each item as determined above shall be paid for at the
contract unit price bid for the item.
G. Lump Sum
1. The contract lump sum price will be made under this item in proportion to the amount of work done as determined by the Engineer.
H. Tonnage
1. Tonnage will be paid at the contract unit bid price for this item upon
receipt of certified weight slips. 1.06 Bid Items
A. Bid Item 1- Mobilization
1. Measurement - This item will not be measured. The Lump Sum payment for this item will be full compensation for providing initial services and facilities required to mobilize for and commence the work of this project as shown, specified and required to provide a complete project.
2. Payment - The work described under this Contract will be described by
“Task Order”. Mobilization will be assigned a fixed cost of 5% of the sum of the Task Order work items and will be paid in proportion to the amount of work completed as determined by the Engineer.
MEASUREMENT AND PAYMENT 01025-4
B. Bid Item 2 - Traffic Control
1. Measurement – Measurement for Traffic Control will be based on the Contract unit price per day listed on the bid for the following traffic control cases as needed for each “Task Order”. The contract unit price per day to be paid under this item shall include all of the Contractor’s costs of whatsoever nature.
2. Payment – Payment will be based upon completion of the work in
accordance with the “Task Order”. The price bid shall include, but not be limited to the Bond required by MD SHA, furnishing, transporting and setting up all lights, signs, flags, equipment, materials and labor including flagmen when required to complete the work in accordance with the MDDOT SHA Standard Specifications for Construction and Materials.
Bid Item No. 2A: MD-104.03-01 Bid Item No. 2B: MD-104.03-02 Bid Item No. 2C: MD-104.03-05 Bid Item No. 2D: MD-104.03-06 Bid Item No. 2E: MD-104.03-07 Bid Item No. 2F: MD-104.03-08 Bid Item No. 2G: MD-104.03-12 Bid Item No. 2H: MD-104.03-14
C. Bid Item 3 – Bypass Pumping
1. Measurement – Measurement for Bypass Pumping will be based on the Contract unit price per day listed on the bid for the following bypass pumping cases as needed for each “Task Order”. The contract unit price per day to be paid under this item shall include all of the Contractor’s costs of whatsoever nature.
2. Payment - Payment will be based upon completion of the work in
accordance with the “Task Order”. The price bid shall include, but not be limited to: furnishing and setting up all equipment, labor, and materials necessary to control flow and pump sanitary sewage around the work including the bypass pumping of sewage from laterals; energy required for power equipment; temporary installation of by-pass pipes under the pavement of cross streets as may be required for traffic; re-paving of cross streets after removal of temporary by-pass pipes; notifications and coordination with affected property owners and all other necessary equipment, work, and materials required to accomplish sewage by-passing until completion of the work in accordance with the Plans and Specifications. Payment will be based upon completion of the work in accordance with the Plans and Specifications.
Bid Item 3A - Bypass Pumping Case 1 – The flow of sewage is light and the Contractor uses his own equipment to bypass sewage flow around the
MEASUREMENT AND PAYMENT 01025-5
work during the progress of the work. Contractor makes a temporary connection between new and existing pipe at the end of the day. Bid Item 3B - Bypass Pumping Case 2 – The flow of sewage is heavy enough that a Contractor must rent a 4” pump and discharge hose similar to a Godwin 4”x4” diesel dri prime pump on a daily basis. It is assumed the pump will only be running while the Contractor is on site completing the work of the project. Contractor makes a temporary connection between new and existing pipe at the end of the day. Bid Item 3C - Bypass Pumping Case 3 - The flow of sewage is heavy enough that a Contractor must rent a 6” pump and discharge hose similar to a Godwin 6”x6” diesel dri prime pump on a daily basis. It is assumed the pump will only be running while the Contractor is on site completing the work of the project. Contractor makes a temporary connection between new and existing pipe at the end of the day. Bid Item 3D - Bypass Pumping Case 4 – The nature of the work requires that the Contractor rent a lead and backup 6” sound attenuated pump and associated discharge hose similar to Godwin 6”x6” diesel sound attenuated dri prime pumps with automatic controls operating 24 hours per day.
E. Bid Item 4 – Light Cleaning Sewer Pipe
1. Measurement - Measurement of lineal feet to be paid under this section shall be the actual number of lineal feet of pipe cleaned measured horizontally from center of manhole to center of manhole along the center line of the pipe segment being cleaned in accordance with these specifications. The light cleaning of sewers will be required to complete the Testing & Sealing of pipe and the installation of sectional CIPP liners. The light cleaning associated with the televising of pipe not designated for rehabilitation will not be measured separately and is incidental to the televising of pipe listed in Bid Item 8. Light Cleaning is defined as three or less passes in a pipe segment utilizing High-Velocity Jet (Hydrocleaning) Equipment.
2. Payment - The number of lineal feet as determined above shall be paid for
at the contract unit price per lineal foot bid for this item measured horizontally from center of manhole to center of manhole along the center line of the pipe segment being cleaned. Payment includes full compensation for all required labor, Products, tools, equipment, water for cleaning, transportation, notifications, services and incidentals required to complete the cleaning of sewers and the removal and disposal of debris in accordance with the specifications including the disposal of material removed from the pipe as a result of cleaning.
MEASUREMENT AND PAYMENT 01025-6
The lineal feet of light cleaning to be measured and paid on work related to the Testing & Sealing and the installation of CIPP sectional liners will be paid “One Time” from center of MH to center of MH regardless of the number of times the pipe must be cleaned to facilitate the work.
Bid Item 4A – Light Cleaning 8” to 10” Sanitary Sewer Pipe Bid Item 4B – Light Cleaning 12” to 15” Sanitary Sewer Pipe Bid Item 4C – Light Cleaning 21” to 24” Sanitary Sewer Pipe
F. Bid Item 5 – Heavy Cleaning
1. Measurement –Measurement for this item will be based on the actual
number of hours the Contractor is required to work to complete the cleaning of the pipe segments designated in the Contract Documents. The Owner will not be responsible to reimburse the Contractor for time related to equipment failures or inefficiencies and lost time due to poor planning. The Engineer will determine the hours to be paid under this item.
2. Payment - The hours worked as determined above shall be paid for at the
contract unit price bid per hour of cleaning. The unit price bid for this item will be full compensation for providing all labor, Products, material, equipment, tools and incidentals necessary to complete the cleaning of the pipe segments in accordance with the specifications including environmental protection, the preparation of a heavy cleaning plan, notifications, water for cleaning, root cutting, easement reels, booster pumps, cleaning hose, material removal, material disposal and all other incidental items required to complete the work and allow for television inspection of the pipe.
Bid Item 5A – Heavy Cleaning Sanitary Sewer Pipe (easement reel not
required to complete the work) Bid Item 5B – Heavy Cleaning Sanitary Sewer Pipe in Difficult ROW (easement reel required to complete the work)
G. Bid Item 6 – Pressure Testing
1. Measurement - Measurement will be based on the actual number of sewer pipe joints and lateral connections (one test per lateral connection) pressure tested per the requirements of the contract documents and accepted.
2. Payment - The number of each item as determined above shall be paid for
at the contract unit price bid per pipe joint or lateral connection for this item. The unit price bid for this item will be full compensation for providing all labor, Products, material equipment, tools and incidentals necessary to pressure test pipe joints and lateral connections. A single test constitutes the pressure test prior the packer injection of grout and after the injection of grout to verify the seal.. The bid item also includes
MEASUREMENT AND PAYMENT 01025-7
notifications, environmental protection, clean up, disposal of debris and record keeping and all other items described in the Contract Documents.
Bid Item 6A – Sanitary Sewer Pipe Joint Pressure Test 8” to 10” Pipe Bid Item 6B – Sanitary Sewer Pipe Joint Pressure Test 12” to 15” Pipe Bid Item 6C – Sanitary Sewer Pipe Joint Pressure Test 21” Pipe Bid Item 6D – Sanitary Sewer Pipe Joint Pressure Test 24” Pipe Bid Item 6E – Lateral Connection Pressure Test 8” to 10” Pipe Bid Item 6F – Lateral Connection Pressure Test 12” to 15” Pipe Bid Item 6G – Lateral Connection Pressure Test 21” Pipe Bid Item 6H – Lateral Connection Pressure Test 24” Pipe
H. Bid Item 7 – Packer Injection Chemical Grouting
1. Measurement - Measurement will be based on the actual number of pipe
joints and laterals pressure grouted per the requirements of the contract documents and accepted.
2. Payment - The number of each item as determined above shall be paid for
at the contract unit price bid for this item. The unit price bid for this item will be full compensation for providing all labor, Products, material (except grout), equipment, tools and incidentals necessary to pressure grout and chemically seal pipe joints and lateral connections to the main. The bid item also includes clean up, removal of excess grout from the mainline sewer, disposal of debris and record keeping. The gallons of grout used will be paid separately under another bid item.
Bid Item 7A – Sewer Pipe Joint Packer Injection Chemical Grouting 8” to 10” pipe Bid Item 7B – Sewer Pipe Joint Packer Injection Chemical Grouting12”to 15” pipe Bid Item 7C – Sewer Pipe Joint Packer Injection Chemical Grouting 21” Pipe Bid Item 7D – Sewer Pipe Joint Packer Injection Chemical Grouting 24” Pipe Bid Item 7E – Lateral Connection Packer Injection Grouting 8” to 10” pipe Bid Item 7F - Lateral Connection Packer Injection Grouting 12” to 15” pipe Bid Item 7G - Lateral Connection Packer Injection Grouting 21” pipe Bid Item 7H - Lateral Connection Packer Injection Grouting 24” pipe
I. Bid Item 8 - Television Inspection of Pipe – This bid item includes the light
cleaning and television inspection of segments of pipe not scheduled for
rehabilitation by test and seal or CIPP Liner. The televising of the pipe that will
be necessary to complete the testing and sealing of pipe, follow up CCTV subsequent to Test & Seal and installation of cured in place sectional liner is incidental to those bid items.
MEASUREMENT AND PAYMENT 01025-8
1. Measurement - Measurement of lineal feet to be paid under this section shall be the actual number of lineal feet of pipe televised in accordance with these specifications, measured along the pipe line from center of MH to center of MH complete, in place and accepted.
2. Payment - The number of lineal feet as determined above shall be paid for
at the contract unit price per lineal foot bid for this item measured from center of manhole to center of manhole horizontally along the center line of the pipe segment being televised. Payment includes full compensation for all required labor, Products, tools, equipment, transportation, notifications, services and incidentals required to complete the televising of sewers in accordance with the specifications including the disposal of material removed from the pipe as a result of cleaning.
Bid Item 8A – Television Inspection of Pipe 8” to 10” Bid Item 8B – Television Inspection of Pipe 12” to 15” Bid Item 8C – Television Inspection of Pipe 21” Bid Item 8D – Television Inspection of Pipe 24”
J. Bid Item 9 - Manhole Rehabilitation - Pipe Penetration / Joint Grouting, Base
Section Grouting
1. Measurement - Measurement will be based on the actual number of precast concrete joints, manhole pipe penetrations or manhole base joints drilled and pressure grouted per the requirements of the contract documents and accepted.
2. Payment - The number of each item as determined above shall be paid for
at the contract unit price bid for that item. The unit price bid for this item will be full compensation for providing all labor, material (except grout), equipment, tools and incidentals necessary to drill and pressure grout to seal sources of active infiltration into the existing manholes at the site. The gallons of grout used will be paid separately under another bid item.
K. Bid Item 10 – Manhole Rehabilitation – Manhole Patching and Lining 0 to 3’-0”
Deep
1. Measurement - Measurement will be based on the number of manholes lined is accordance with the contract documents and accepted from a depth of 0’-0”to 3’-0” measured vertically in linear feet from the manhole bench.
2. Payment - The number of each item as determined above shall be paid for
at the contract unit price bid for that item. The unit price bid for this item will be full compensation for providing all labor, material, equipment, tools and incidentals necessary to prepare existing surfaces and apply the specified coatings to the interior of the manholes as described in the specifications. The unit price also includes water, notifications, wall & bench cleaning, patching, disposal of debris, flex coat chimney seal,
MEASUREMENT AND PAYMENT 01025-9
reconstruction of benches and inverts, environmental protection, testing, warranty inspections and testing and other items and incidentals required to apply the fiber reinforced cementitious lining material in accordance with the specifications.
L. Bid Item 11 – Manhole Rehabilitation – Manhole Patching and Lining Over 3’-0”
Deep
1. Measurement - Measurement of the per vertical unit cost for this Bid Item to be paid under this section shall be the actual number of vertical feet of manhole lined in accordance with the specifications over and above a manhole depth of 3’-0” as described above measured vertically in linear feet from the manhole bench and in accordance with the contract documents, complete, in place and accepted.
2. Payment - The number of vertical foot of liner as determined above shall
be paid for at the contract unit price bid per vertical foot above the base bid depth of 3’-0”. The unit price bid for this item will be full compensation for providing all labor, material, equipment, tools and incidentals necessary to prepare existing surfaces and apply the specified coatings to the interior of the manholes as described in the Specifications. The unit price also includes water, notifications, wall cleaning, patching, disposal of debris, environmental protection, testing, warranty inspection and testing and other items and incidentals required to apply the fiber reinforced cementitious lining material in accordance with the specifications.
M. Bid Item 12 – Grout
1. Measurement – The quantity of grout will be measured by the actual
number of gallons of grout used to stop active or suspected infiltration into the existing manholes and pipe to be rehabilitated under this project.
2. Payment – The unit price for this item has been fixed by the Engineer at
$9.00 per gallon of grout which will be full compensation for providing all labor, material, equipment, tools and incidentals necessary to furnish the grout to seal points of suspected or active infiltration into pipe and structures.
N. Bid Item 13 – Restoration
This item will not be measured or paid separately. It is the intent of the Contract Documents that all restoration including grass restoration, paving restoration, restoration to incidental obstructions, etc. be incidental to each one of the bid items included in the Contract. If no separate Bid Item for restoration is included with the Bid or the Bid Item states NA, the Contractor shall assume all restoration is incidental to other Bid Items in the Contract.
MEASUREMENT AND PAYMENT 01025-10
O. Bid Item 14 – 3’-0” Sectional Cured in Place Pipe (CIPP) Liner Repair
1. Measurement - Measurement will be based on the actual number of CIPP sectional liners completed per the requirements of the contract documents and accepted.
2. Payment - The number of each item as determined above shall be paid for
at the contract unit price bid for this item. The unit price bid for this item will be full compensation for providing all labor, Products, material equipment, tools and incidentals necessary to install a 3’-0” long sectional CIPP sectional liner where directed by the Engineer. The price to install each liner shall be full compensation for all labor, materials, Products and equipment necessary to install the sectional liners in accordance with the requirements of the specifications. The work of this bid item also includes notifications, warranty inspections and all other incidental work necessary to comply with the Contract Documents.
Bid Item 14A – 3’-0”CIPP Sectional Liner Repair of Pipe 8” to 10” Bid Item 14B – 3’-0”CIPP Sectional Liner Repair of Pipe 12” to 15” Bid Item 14C – 3’-0”CIPP Sectional Liner Repair of Pipe 21” Bid Item 14D – 3’-0”CIPP Sectional Liner Repair of Pipe 24”
P. Bid Item 15 – Removal of Protruding Service Connections
1. Measurement - Measurement will be based on the actual number of protruding service connections removed per the requirements of the contract documents and accepted.
2. Payment - The number of each item as determined above shall be paid for
at the contract unit price bid for this item. The unit price bid for this item will be full compensation for providing all labor, Products, materials, equipment, tools and incidentals necessary to remove protruding laterals. The work of this bid item also includes notifications, traffic control, bypass pumping, televising, pipe cleaning, testing, warranty inspections and all other incidental work necessary to comply with the Contract Documents.
PART 2 PRODUCTS Not Required PART 3 EXECUTION Not Required
END OF SECTION
NOTIFICATIONS 01041-1
SECTION 01040
NOTIFICATIONS
PART 1 GENERAL 1.01 DESCRIPTION A. Contractor shall coordinate his work with Owner, Engineer, utility owners, and owners of
affected private properties and provide the required notices. B. Contractor shall submit sample “Notices” and door hangers to Engineer for review. 1.02 NOTICES TO OWNER/ENGINEER A. Contractor shall notify the County and Engineer in writing at least 7 days in advance of
beginning any Work on Site. 1.03 NOTICES TO OTHER UTILITIES / AGENCIES A. Contractor shall make the appropriate utility “one call” and notify owners of adjacent
utilities when prosecution of the Work may affect them. B. Contractor shall contact responsible agencies 48 hours in advance of cutting paving or
excavating in streets. C. Utilities and other concerned agencies shall be notified at least 48 hours prior to
excavating near pole lines. 1.04 NOTICES TO PROPERTY OWNERS A. Contractor shall notify all property owners whose properties contain Work at least one
week prior to beginning the work on the Property. Notifications shall be hand delivered and include a letter w/door hanger providing a description of the work, anticipated schedule, and completion dates along with the Contractors name, phone number and name of the responsible party designated to answer questions for the Contractor. If the phasing of the work dictates a lull in the work greater than a week, an additional notice will be required prior to returning to work in that area. The initial notice should discuss the anticipated lull due to phasing.
B. Contractor shall notify all affected property owners 48 hours prior to the disruption of
any services including sewer, water, electric, gas, access to property, etc. Notice shall be hand delivered and include mailers / door hangers as described in “A” above but shall also include knocking on doors of the owners or tenants of adjoining or affected properties if the interruption of service is an unforeseen condition and has not been scheduled.
C. Contractor shall notify all affected property owners immediately after a return to normal
service by knocking on doors or by mailers / door hangers when appropriate.
NOTIFICATIONS 01041-2
PART 2 - PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used)
END OF SECTION
PROJECT MEETINGS 01200-1
SECTION 01200
PROJECT MEETINGS PART 1 GENERAL 1.01 DESCRIPTION A. Owner's Engineer will schedule and administer pre-construction meeting, and may
schedule monthly progress meetings throughout progress of the work. B. Representatives of contractors and subcontractors shall attend meeting and shall be
qualified to act on behalf of entity each represents. 1.02 PRE-CONSTRUCTION MEETING A. Schedule after award of the Contract prior to the issuance of the Notice to Proceed. B. Location: As announced. C. Attendance: 1. Owner's Representative. 2. Engineer and his professional consultants. 3. Contractor's Superintendent. 4. Major Subcontractors. 5. Others as appropriate. 1.03 PROGRESS MEETINGS A. Location and Schedule: As announced B. Attendees – Same as preconstruction meeting PART 2 PRODUCTS Not Required. PART 3 EXECUTION Not Required. END OF SECTION
PROGRESS SCHEDULES 01310-1
SECTION 01310
PROGRESS SCHEDULES
PART 1 GENERAL 1.01 GENERAL A. Promptly after award of Task Order, prepare and submit to the Owner's Engineer
and Owner, an estimated construction progress schedule for the work, with sub schedules of related activities which are essential to its progress.
B. Submit revised progress schedules monthly as construction progresses. 1.02 FORM OF SCHEDULES A. Prepare schedules in form of a horizontal bar chart. 1. Provide separate horizontal bar for each design and construction trade or
operation. 2. Horizontal time scale: Identify first work day of each week. 3. Scale and spacing: Allow space for notations and future revisions. 1.03 CONTENT OF SCHEDULES A. Construction Progress Schedule: 1. Show complete sequence of construction by activity. 2. Show dates for beginning, and completion of, each major element of
construction. 1.04 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule. 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes.
PROGRESS SCHEDULES 01310-2
1.05 SUBMISSIONS A. Submit initial schedules within 10 days of Notice to Proceed. 1. Engineer will review schedules and return review copy within 10 days after
receipt. 2. If required, resubmit within 7 days after return of review copy. B. Submit revised progress schedules with each application for payment. 1.06 DISTRIBUTION A. Distribute copies of the reviewed schedules to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. B. Instruct recipients to report promptly to Contractor, in writing, any problems
anticipated by projections shown in the schedules. PART 2 PRODUCTS Not Required. PART 3 EXECUTION Not Required. END OF SECTION
SUBMITTALS 01340-1
SECTION 01340 SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Submittal procedures. B. Proposed Products List. C. Shop drawings. D. Product data. E. Samples. F. Manufacturers' instructions. G. Manufacturers' certificates. 1.02 SUBMITTAL PROCEDURES A. Cover all submittals with transmittal forms. Sequentially number the transmittal
forms. Resubmittals to have original number with an alphabetic suffix. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and
detail number(s), and specification Section number, as appropriate. C. Apply Contractor's "approved" stamp, signed or initialed certifying that review,
verification of Products required, field dimensions, adjacent construction Work, and coordination of information, are in accordance with the requirements of the Work and Contract Documents.
D. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate
submission of related items. E. Identify variations from Contract Documents, Product or system limitations which
may be detrimental to successful performance of the completed Work shall be identified also.
F. Provide space for Contractor and Engineer review stamps.
SUBMITTALS 01340-2
G. Revise and resubmit submittals as required, identify all changes made since previous submittal.
H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to
promptly report any inability to comply with provisions. l.03 PROPOSED PRODUCTS LIST A. Within l5 days after date of Notice to Proceed, submit complete list of major
products proposed for use, with name of manufacturer, trade name and model number for each product.
B. For products specified only by reference standards give manufacturer, trade name,
model or catalog designation, and reference standards. l.04 SHOP DRAWINGS A. Submit the number of copies which the Contractor requires, plus three (3) copies
which will be retained by the Engineer. B. Submit for approval completely dimensioned shop, layout or setting drawings and
catalog cuts or other data as required to provide a complete description of system equipment.
C. Submit completely dimensioned shop drawings certified for construction by the
manufacturer and approved by the Contractor which includes in plan and cross section, location of electrical connections and characteristics; wiring diagrams; utility requirements as to types, sizes and locations; anchor bolt layout; details indicating construction and materials of construction; diameter of shafting; dimensions and rated horsepower of all motors; gear and bearing ratings; service factors and weights of principal parts and completely assembled equipment.
l.05 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus three (3) copies
which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options and other data.
Supplement manufacturer’s standard data to provide information unique to this Project.
C. Submit performance data including pump curves; equipment capacities,
characteristics and limitations; materials of construction; finishes. 1.06 SAMPLES
SUBMITTALS 01340-3
A. When determined as appropriate by the Engineer, submit samples to illustrate functional and / or aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work.
B. Submit samples of finishes, textures, and patterns for selection. C. Include identification on each sample, with full Project Information. D. Submit the number of samples specified in individual specification Sections. E. Reviewed samples which may be used in the Work are indicated in individual
specification Sections. l.07 MANUFACTURER'S INSTRUCTIONS A. Submit manufacturer's printed instructions for delivery, storage, assembly,
installation, start-up, adjusting, and finishing, in quantities specified for Product Data.
B. Identify conflicts between manufacturer's instructions and Contract Documents. l.08 MANUFACTURER'S CERTIFICATES A. Submit manufacturer’s certificate to Engineer for review, in quantities specified for
Product Data. B. Indicate if materials or Products conform to or exceed specified requirements.
Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must
be acceptable to Engineer. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION
QUALITY CONTROL 01400-1
SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. Quality assurance and control of installation. B. References. C. Field samples. D. Inspection and testing laboratory services. E. Manufacturers' field services and reports. 1.02 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site
conditions and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instruction conflict with Contract Documents, request
clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when
more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.
E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibration, physical distortion or disfigurement. G. Requirements of Regulatory Agencies: The construction requirements of State,
County or other political subdivision specifications exceeding the requirements of the codes, standards, and approving bodies referenced herein shall be met and complied with.
H. Both the Underwriters’ Laboratories (UL) Listings and Approvals and the National
Electrical Manufacturers’ Associations (NEMA) stamps or seals shall be evidence where applicable to electrical apparatus forming parts of the process or mechanical equipment.
QUALITY CONTROL 01400-2
l.03 REFERENCES A. Conform to reference standard by date of issue current on date for receiving bids or
date of Owner-Contractor Agreement when there are no bids. B. Should specified reference standards conflict with Contract Documents, request
clarification from Engineer before proceeding. C. The contractual relationship of the parties to the Contract shall not be altered from
the Contract Documents by mention or inference otherwise in any referenced document.
l.04 FIELD SAMPLES
A. Install / obtain / provide field samples as required by individual specification sections for review.
B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after
field sample has been accepted by Engineer. l.05 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor shall employ services of an independent firm approved by Owner to
perform inspection and testing required by the Contract Documents. Contractor shall pay for services of that firm.
B. The independent firm will perform inspections, tests, and other services specified in
individual specification Sections and as required by the Engineer. C. Reports will be submitted by the independent firm to the Engineer indicating
observations and results of tests and indicating compliance or non-compliance with Contract Documents.
D. Contractor shall cooperate with independent firm; furnish samples of materials,
design mix, equipment, tools, storage and assistance as requested. 1. Contractor shall notify Engineer and independent firm 48 hours prior to
expected time for operations requiring services. 2. Contractor shall make arrangements with independent firm and pay for
additional samples and tests required for Contractor's use.
QUALITY CONTROL 01400-3
E. Retesting required because of non-conformance to specified requirement shall be performed by the same independent firm on instructions by the Engineer. Contractor shall pay for the services of the independent firm.
l.06 MANUFACTURERS' FIELD SERVICES AND REPORTS A. Submit qualifications of observer to Engineer l4 days in advance of required
observations. Observer subject to approval of Engineer. B. Contractor shall require material or product suppliers or manufacturers to provide
qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment and return services as applicable, and to initiate instructions when necessary and when requested by the Engineer.
C. Representatives are to report observations and site decisions or instructions given to
applicators or installers that are supplemental or contrary to manufacturers' written instructions.
D. Submit report within 30 days of observation to Engineer for review. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500-1
SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, telephone service, water, and
sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work,
water control, and dust control. C. Construction Facilities: Access roads, parking, project signage, and progress
cleaning. An office trailer is NOT required by the Owner on this project. 1.02 TEMPORARY ELECTRICITY A. Provide and pay for power service required from utility source. B. Provide temporary electric feeder and electrical service. C. Provide separate metering for cost of energy used. 1.03 TEMPORARY LIGHTING A. Provide and maintain lighting for construction operations. 1.04 TEMPORARY HEAT A. Provide heat devices and heat as required to maintain specified conditions for
construction operations. 1.05 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to Contractors field office. 1.06 TEMPORARY WATER SUPPLY A. Provide, maintain and pay for suitable quality water required for construction
operations. 1.07 TEMPORARY SANITARY FACILITIES
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500-2
A. Provide and maintain required facilities and enclosures. 1.08 BARRIERS AND FENCING A. Provide barriers or fencing to protect existing facilities and adjacent properties from
damage from Work operations. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non-owned vehicular traffic, stored materials, site and structures from
damage. 1.09 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and
maintain pumping equipment. B. Protect site from puddling or running water. Provide measures to protect site from
soil erosion. 1.10 DUST CONTROL A. Provide all labor, equipment, machinery and other means to control dust emissions
throughout the site for the duration of the project. B. Contractor shall abate dust nuisance by cleaning, sprinkling with water or other
means as necessary. C. The use of water, in amounts which result in ponding, is not acceptable as a
substitute for other methods. 1.11 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection. B. Provide temporary and removable protection for installed Products. Control activity
in immediate Work area to minimize damage. C. Provide protective coverings at walls, projections, jambs, sills and soffits of
openings. D. Protect finished floors, stairs and other surfaces from traffic, dirt, wear, damage, or
movement of heavy objects, by protecting with durable sheet materials.
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500-3
E. Prohibit traffic or storage upon fresh concrete, landscaped areas, waterproofed or roofed surfaces.
F. Prohibit traffic on landscaped areas and freshly seeded areas. 1.12 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to service
Work area. B. Extend and relocate as Work progress requires. Provide detours necessary for
unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide and maintain means of removing mud from vehicle wheels before entering
streets. 1.13 PARKING A. Arrange for temporary parking areas to accommodate construction personnel. B. When site space is not adequate, provide additional off-site parking approved by
Owner and off-site landowner. 1.14 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean
and orderly condition. Brush clean or wash roadway near construction entrance(s) regularly.
B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces and
other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and
continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off-site at an
acceptable location. E. Maintain dust free all construction areas and adjacent sites. 1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials,
prior to Final Application for Payment inspection.
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500-4
B. Clean and repair damage caused by installation or use of temporary Work. C. Restore existing facilities used during construction to original condition. Restore
permanent facilities used during construction to specified condition. 1.16 NOISE CONTROL A. Contractor shall be responsible for maintaining noise control measures which meet
the requirements of local codes or regulations. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used
END OF SECTION
MATERIAL AND EQUIPMENT 01600-1
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1 GENERAL 1.01 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Scheduling and coordination. E. Product options. F. Substitutions. G. Installation requirements H. Equipment demonstration. I. Manufacturer’s Representative 1.02 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and
systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse.
B. Do not use materials and equipment removed from existing premises, except as
specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer for similar
components. 1.03 TRANSPORTATION AND HANDLING A. Transport and handle products in accordance with supplier’s or manufacturer’s
written instructions. B. Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
MATERIAL AND EQUIPMENT 01600-2
C. Provide equipment and personnel to handle products by methods to prevent
soiling, disfigurement, or damage. D. When unloading materials, equipment, and machinery, provide special lifting
harness or apparatus as may be required by manufacturers. 1.04 STORAGE AND PROTECTION A. Store and protect products in accordance with manufacturer's instructions, with seals
and labels intact and legible. Store sensitive products in weather-tight, climate controlled enclosures.
B. For exterior storage of fabricated products, place on sloped supports, above ground. C. Provide off-site storage and protection when site does not permit on-site storage or
protection. D. Cover products subject to deterioration with appropriate covering to prevent
damage. E. Store loose granular materials on solid flat surfaces in a well drained area. Prevent
mixing with foreign matter. F. Provide equipment and personnel to store products by methods to prevent soiling,
disfigurement, or damage. G. Arrange storage of products to permit access for inspection. Periodically inspect to
assure products are undamaged and are maintained under specified conditions. 1.05 SCHEDULING AND COORDINATION A. Coordinate the delivery and installation of equipment with the Work of other
sections. B. Electrical Interface: Install or mount, as work of this Contract, those electrical
components or apparatus as required for the equipment specified in this Contract. C. Start-up and testing: Coordinate start-up and / or testing with work of other
sections and ensure that required utilities and water supply are available. 1.06 PRODUCT OPTIONS A. Products specified by reference standards or by description only: Any product
meeting those standards or description.
MATERIAL AND EQUIPMENT 01600-3
B. Products specified by naming one or more manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed.
C. Products specified by naming one or more manufacturers with a provision for
substitutions: Submit a request for substitution for any manufacturer not named. 1.07 SUBSTITUTIONS A. Instructions to Bidders specify time restrictions for submitting requests for
substitutions. B. After bidding substitutions may be considered when a product becomes unavailable
through no fault of the Contractor by following the procedure described in the following paragraphs. Other requests for substitutions shall follow standard Cecil County Procedures.
C. Document each request with complete data substantiating compliance of proposed
substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds
the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified
product. 3. Will coordinate installation and make changes to other Work which may be
required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may
subsequently become apparent. E. Substitutions will not be considered when they are indicated or implied on product
data submittals, without separate written request, or when acceptance will require revision to the Contract Documents.
F. Substitution Submittal Procedure: 1. Submit three copies of request for Substitution for consideration. Limit each
request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the
proposed product equivalence.
MATERIAL AND EQUIPMENT 01600-4
3. The Engineer will notify Bidder, in writing, of decision to accept or reject request prior to closing date for bids.
1.08 INSTALLATION REQUIREMENTS A. The Contractor shall check all dimensions indicated immediately after award of
the Contract. Advise the Engineer promptly of any discrepancies or interferences and obtain such measurements and information as may be required to satisfactorily install the work.
B. Before ordering any material or doing any work, the Contractor shall verify all
measurements and elevations and shall be responsible for the correctness of same. Any difference which may be found between field measurements and elevations and those indicated shall be promptly submitted to the Engineer for adjustment and approval before proceeding with the work.
C. Verify that site conditions are ready to receive the Work. D. The Contractor shall lay out work and establish heights and grades in strict
accordance with the Drawings, the building and finished site grades, and shall be responsible for the accuracy of such layout.
E. Verify that required utilities are available and of the correct characteristics. F. Align, level and adjust equipment for satisfactory operation: install so that
connecting and disconnecting of piping and accessories can be done readily, and so that all parts are easily accessible for inspection, operation and maintenance.
G. Material and equipment shall be installed in accordance with manufacturers’
written instructions and recommendations. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used
END OF SECTION
TASK ORDER CLOSE-OUT 01700-1
SECTION 01700
TASK ORDER CLOSE-OUT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Close-out procedures.
B. Final cleaning.
C. Adjusting.
D. Project record documents.
E. Warranties.
F. Spare parts.
1.02 CLOSE-OUT PROCEDURES
A. Submit written certification that RFP Documents have been reviewed, Work has
been inspected, and that Work is complete in accordance with RFP Documents and
ready for Engineer's inspection.
B. Provide submittals to Engineer or Owner that are required by governing or other
authorities.
C. Submit final Application for Payment identifying total adjusted Task Order Sum,
previous payments, and sum remaining due. Include all specified releases,
guarantees, waivers and other documents.
1.03 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean interior of all manholes and assure flow channels are free of debris.
C. Clean debris from adjacent drainage systems.
D. Clean site; sweep paved areas, rake clean landscaped surfaces.
TASK ORDER CLOSE-OUT 01700-2
E. Remove waste and surplus materials, rubbish, and construction facilities from the
site.
1.04 ADJUSTING
A. Adjust operating products and equipment to ensure smooth and unhindered
operation.
1.05 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions
to the Work:
1. Specifications.
2. Addenda.
3. Change Orders and other modifications to the Contract.
4. Reviewed shop drawings product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress and make available for
Engineer’s review prior to each monthly payment.
D. Specifications: Legibly mark and record at each product section description of actual
products installed, including the following:
1. Manufacturer's name and product model and number or description.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
1. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
2. Measured depths to foundations in relation to finish floors.
TASK ORDER CLOSE-OUT 01700-3
3. Measured locations of internal utilities and appurtenances concealed in
construction, referenced to visible and accessible features of the work.
4. Field changes of dimension and detail.
5. Details not on original Contract Drawings.
F. Delete Engineer title block and seal from all documents.
G. Submit documents to Engineer with Contractor’s notification that project is
Substantially Complete.
1.06 WARRANTIES
A. Provide duplicate copies.
B. Execute and assemble documents from Subcontractors, suppliers, and
manufacturers.
C. Assemble in binder with durable cover.
D. Submit with request for Substantial Completion.
E. Provide starting and ending dates of warranty period.
1.07 SPARE PARTS
A. Provide products, spare parts and extra materials in quantities specified in individual
specification sections.
B. Deliver and place in location as directed; obtain receipt prior to final payment.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
SEWAGE BYPASS PUMPING 02150-1
SECTION 02150
SEWAGE BYPASS PUMPING PART 1 GENERAL 1.01 SCOPE A. The Contractor is required to furnish all materials, labor, equipment, power,
maintenance, etc. to implement a temporary pumping system for the purpose of diverting the existing flow around the work area to complete the work of the proposed project.
B. The design, installation and operation of the temporary pumping system shall be the
Contractor's responsibility. The Contractor shall employ the services of a vendor who can demonstrate to the Engineer that he specializes in the design and operation of temporary bypass pumping systems. The vendor shall provide at least five (5) references of projects of a similar size and complexity as this project performed by his firm within the past three years. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction.
C. When Owner pre-approves bypass pumping between the hours of 8 PM and 7 AM, a
sound attenuated pumping unit capable of producing no more than 70 dBA @ 30 feet will be required.
1.02 SUBMITTALS A. The Contractor shall prepare a specific, detailed description of the proposed
pumping system and submit it to the Engineer for approval at least two weeks prior to the initiation of bypass pumping. If Contractor plans to use a vendor, Contractor shall submit vendor’s references.
B. The Contractor shall submit to the Engineer detailed plans and descriptions outlining
all provisions and precautions to be taken by the Contractor regarding the handling of existing wastewater flows. This plan must be specific and complete, including such items as schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protection of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and permit conditions specified in these Contract Documents. No construction shall begin until all provisions and requirements have been reviewed by the Engineer.
C. The plan shall include but not limited to details of the following: 1. Staging areas for pumps; 2. Sewer plugging method and types of plugs;
SEWAGE BYPASS PUMPING 02150-2
3. Number, size, material, location and method of installation of suction piping; 4. Number, size, material, method of installation and location of installation of
discharge piping; 5. Bypass pump sizes, capacity, number of each size to be on site and power
requirements; 6. Calculations of static lift, friction losses, and flow velocity (pump curves
showing pump operating range shall be submitted); Estimated system curves shall be submitted showing multiple pump applications.
7. Downstream discharge plan; 8. Method of protecting discharge manholes or structures from erosion and
damage; 9. Thrust and restraint block sizes and locations; 10. Sections showing suction and discharge pipe depth, embedment, select fill
and special backfill; 11. Method of noise control for each pump and/or generator; 12. Any temporary pipe supports and anchoring required; 13. Any temporary pipe supports and anchoring required: 14. Design plans and computation for access to bypass pumping locations
indicated on the drawings; 15. Calculations for selection of bypass pumping pipe size; 16. Schedule for installation of and maintenance of bypass pumping lines; 17. Plan indicating selection location of bypass pumping line locations. PART 2 PRODUCTS 2.01. Equipment
A. All pumps used shall be fully automatic self-priming units that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. All pumps used must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of effluent flows.
B. The Contractor shall provide the necessary automatic stop/start controls for each
pump. C. The Contractor shall include one stand-by pump of each size to be maintained on
site. Back up pumps shall be on line but isolated from the primary system by a valve.
D. Discharge Piping - In order to prevent the accidental spillage of flows all
discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints. Under no circumstances will aluminum "irrigation" type piping or glued PVC pipe be allowed. Discharge hose will only be allowed in short sections and by specific permission from the engineer.
SEWAGE BYPASS PUMPING 02150-3
2.02 System Description A. Design Requirements:
1. Bypass pumping systems shall have sufficient capacity to pump a peak flow. The Contractor shall provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary discharge piping to ensure that the total flow of the main can be safely diverted around the section to be repaired. Bypass pumping system may be required to be operated 24 hours per day depending on the work activity.
2. The Contractor shall have adequate standby equipment installed and ready
for immediate operation and use in the event of an emergency or breakdown. One standby pump for each pump utilized shall be installed at the bypass pumping locations, ready for use in the event of primary pump failure.
4. Bypass pumping system shall be capable of bypassing the flow around the
work area and of releasing any amount of flow up to full available flow into the work area as necessary for satisfactory performances of work.
5. The Contractor shall make all arrangements for bypass pumping during the
time when the main is shut down for any reason. System must overcome any existing force main pressure on discharge.
6. All lateral connections will be treated in the same manner as mainline
sewers. Each will have a temporary sump and a pump and stand-by pump to transfer flows to a mainline manhole if required to complete the work.
B. Performance Requirements:
1. It is essential to the operation of the existing sewerage system that there be no interruption in the flow of sewage throughout the duration of the project. To this end, the Contractor shall provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back-up units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the sewage flow before it reaches the point where it would interfere with his work, carry it past his work and return it to the existing sewer downstream of his work.
2. The design, installation and operation of the temporary pumping system
shall be the Contractor's responsibility. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction.
3. The Contractor shall provide all necessary means to safely convey the
sewage past the work area. The Contractor will not be permitted to stop or impede the main flows under any circumstances.
SEWAGE BYPASS PUMPING 02150-4
4. The Contractor shall maintain sewer flow around the work area in a manner that will not cause surcharging of sewers, damage to sewers and that will protect public and private property from damage and flooding.
5. The Contractor shall protect water resources, wetlands and other natural
resources. PART 3 EXECUTION 3.01 FIELD QUALITY CONTROL AND MAINTENANCE A. Test: 1. The Contractor shall perform leakage and pressure tests of the bypass
pumping discharge piping using clean water prior to actual operation. The Engineer will be given 24 hours notice prior to testing.
B. Inspection: 1. Contractor shall inspect bypass pumping system every two hours to ensure that
the system is working correctly. C. Maintenance Service: 1. The Contractor shall insure that the temporary pumping system is properly
maintained and a responsible operator shall be on hand at all times when pumps are operating.
D. Extra Materials: 1. Spare parts for pumps and piping shall be kept on site as required. 2. Adequate hoisting equipment for each pump and accessories shall be
maintained on the site. 3.02 PREPARATION A. Precautions 1. Contractor is responsible for locating any existing utilities in the area the
Contractor selects to place the bypass pipelines. The Contractor shall locate his bypass pipelines to minimize any disturbance to existing utilities and shall obtain approval of the pipeline locations from the Owner and the Engineer. All costs associated with relocating utilities and obtaining all approvals shall be paid by the Contractor.
SEWAGE BYPASS PUMPING 02150-5
2. During all bypass pumping operation, the Contractor shall protect the Pumping Station and main and all local sewer lines from damage inflicted by any equipment. The Contractor shall be responsible for all physical damage to the main and all local sewer lines caused by human or mechanical failure.
3.03 INSTALLATION AND REMOVAL A. The Contractor shall remove manhole sections or make connections to the existing
sewer and construct temporary bypass pumping structures as may be required to provide an adequate suction conduit for the bypass pump.
B. Plugging or blocking of sewage flows shall incorporate a primary and secondary
plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the sewage flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream.
C. When working inside manhole or force main, the Contractor shall exercise caution
and comply with OSHA requirements. D. The installation of the bypass pipelines is prohibited in all saltmarsh/wetland areas.
The pipeline must be located off streets, sidewalks and on shoulder of the roads. When the bypass pipeline crosses local streets and private driveways, the contractor must place the bypass pipelines in trenches and cover with plating or temporary pavement. Upon completion of the bypass pumping operations, the Contractor shall remove all the piping, restore all property to pre-construction condition and restore all pavement. The Contractor is responsible for obtaining any approvals for placement of the temporary pipeline within public ways from the agency with jurisdiction.
END OF SECTION
SEWER MANHOLE REHABILITATION 02609 - 1
SECTION 02609
SEWER MANHOLE REHABILITATION
PART 1 GENERAL 1.01 DESCRIPTION
A. Section Includes: Requirements for repair and rehabilitation of sanitary sewer manholes. The work may include patching, flow channel re construction, the application of a cementitious liner material, chimney seal coatings, the chemical injection of grout, etc. to stop infiltration and improve the structural integrity of the manholes.
1.02 REFERENCES
A. Comply with applicable provisions and recommendations of the following:
1. ASTM C94, Specification for Ready-Mixed Concrete.
2. ASTM C150, Specifications for Portland Cement.
3. ASTM C293, Test Method for Flexural Strength of Concrete.
4. ASTM C321, Test Method for Bond Strength of Chemical-Resistant Mortars.
5. ASTM C495, Test Method for Compressive Strength of Lightweight Insulating Concrete.
6. ASTM C496, Test Method of Splitting Tensile Strength of Cylindrical Concrete Specimens.
7. ASTM C579, Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts and Monolithic Surfacing.
8. ASTM C596, Test Method for Drying Shrinkage of Mortar Containing Portland Cement.
9. ASTM C857, Standard Practice for Minimum Structural Design Loading for Underground Pre-Cast Concrete Utility Structures.
10. ASTM D695, Standard Test Method for Compressive Properties of Rigid Plastics.
11. ASTM D790, Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials.
12. ASTM WK4521, Standard Practice for Sealing Sewer Manholes using Chemical Grouting.
13. ASTM C857, Standard Practice for Minimum Structural Design Loading for Underground Pre-Cast Concrete Utility Structures.
SEWER MANHOLE REHABILITATION 02609 - 2
14. Standards of American Water Works Association, AWWA.
15. Standards of American National Standards Institute, ANSI.
16. International Concrete Repair Institute (ICRI) Guideline No. 03732 – Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays.
17. C78 Flexural Strength of Concrete
1.03 QUALITY ASSURANCE
A. Product application shall be performed only by workmen trained and experienced with specified material.
B. Certification: Applicators to perform coating installation work, including spray operators as applicable, shall be certified by manufacturer.
C. Contractor Experience: Minimum of five projects with similar applications of specified material.
D. Follow national standards and as specified herein. E. The Contractor shall provide a representative employed by the manufacturer
having technical training in admixture and manhole wall liner design and construction available for consultation on site during the repair work.
1.04 SUBMITTALS A. Submit shop drawings under provisions of Section 01340.
B. Provide Submittals for the following: Chemical Grout, Cementitious Liner, Patching Materials, Chimney Seal Material.
1. Material type and manufacturer to be used, including catalog data showing manufacturer’s clarifications and updates, ASTM references, material composition, specifications, physical properties and chemical resistance, manufacturer’s recommended mix, additives and set time.
2. Manufacturer’s detailed description of recommended procedures for handling and storing material.
3. Manufacturer’s detailed description of processes to execute the use of material including equipment required.
4. Detailed description of field testing processes and procedures.
5. Certified statement from manufacturer that Contractor is approved installer of the material or system with certificates of training for each crew member involved in each process from manufacturer.
SEWER MANHOLE REHABILITATION 02609 - 3
6. For each manhole rehabilitated, complete and accurate record of work completed. Show identifying number and location, quantities of rehabilitation material
1.05 DELIVERY, STORAGE, AND HANDLING
A. Protect, store, and handle materials during transportation and delivery, while stored on-site, and during installation following approved submittals.
B. Material found to be defective or damaged due to manufacture or shipment: shall
be removed from Project site, and replaced at no additional cost to the Owner.
C. Handling, formulation, and storage of the sealing compounds and grouts shall be in strict conformance with the manufacturer’s recommendations. The uncured compound and grouts shall be delivered to the Site in unopened containers, with the date of manufacture clearly indicated. Any uncured compound determined to be more than six months old shall be immediately removed from the Site. Once a container of uncured compound or grout has been opened it shall be used within 24 hours of being opened. Unused compound/grout shall be disposed of after 24 hours of being opened at no additional cost to the OWNER.
D. Mixing and handling of the compounds and grouts and the constituents producing it, which may be toxic on contact or inhalation, shall be as recommended by the manufacturer. The Contractor is responsible for minimizing hazard to personnel by providing appropriate protective measures to ensure that the components and the chemicals produced in mixing are under the control of the Contractor at all times and are not available to unauthorized personnel or others. Excess material resulting from rehabilitation operations shall be disposed of in a safe manner. All equipment and material shall be subject to the review of the Engineer.
1.06 GUARANTEE
A. Contractor shall re-inspect (Warranty Inspection) all manholes repaired or rehabilitated in accordance with this Section in the presence of the Engineer within 12 months after Substantial Completion during high groundwater conditions. The Engineer shall select the time for the Warranty Inspection and will give the Contractor two to four weeks notice prior to such inspection.
B. All manhole repairs or rehabilitation shall be guaranteed by the Contractor against infiltration, spalling, loss of adhesion or failure for a period of 5 years from the date of Final Completion. During this period, all defects shall be repaired by Contractor in a manner satisfactory to the Engineer at no additional compensation.
PART 2 PRODUCTS 2.01 CHEMICAL GROUTING MATERIALS
A. The following properties shall be exhibited by the grout.
SEWER MANHOLE REHABILITATION 02609 - 4
1. Documented service of satisfactory performance in similar usage. 2. Controllable reaction times and shrinkage through the use of chemicals
supplied by the same manufacturer. The minimum set time shall be established so that adequate grout travel achieved.
3. Resistance to chemicals; to most organic solvents. Mild acids and alkali. 4. The chemical shall be essentially non-toxic in a cured form. 5. Sealing material shall not be rigid or brittle when subjected to dry
atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions.
6. Acrylate grouts may not be used. 7. Chemical Sealing Material: AV-100 Acrylamide Gel
B. Grout conditions may be utilized for catalyzing the reaction, inhibiting the
reaction, buffering the solution, lowering the freezing temperature of the solution, acting as filler, providing strength or for inhibition of root growth.
1. Catalysts:
a. AV-101 Catalyst T+ – Activator b. AV-102 Catalyst AP – Initiator
2. Additives: a. AV-105 Ethylene Glycol – Protects against freezing b. AV-257 Icoset – Increases compressive and tensile strength c. Potassium Ferricyanide (KFe) – Extends Gel time d. AC 50W - Root Inhibitor - Slows new growth in roots
C. Material Identification - The Contractor shall completely identify the types of
grout, mortar, sealant, and/or root control chemicals proposed for use on the project.
2.02 CEMENTITIOUS LINER MATERIAL
A. General:
1. Materials from single manufacturer. 2. Materials compatible with substrate and with each other.
SEWER MANHOLE REHABILITATION 02609 - 5
B. Patching Material: Rapid-setting, fiber-reinforced, high-early-strength, corrosion-resistant, hand-mixed and hand-applied, calcium aluminate based cementitious material. 1. Cement: Calcium aluminate cement. 2. Minimum Compressive Strength, ASTM C 109: 1,400 psi at 6 hours. 3. Minimum Bond, ASTM C 321: 145 psi at 28 days. 4. Applied Density: 105 plus or minus 5 pounds per cubic foot. 5. Shrinkage, ASTM C 596: 0 percent at 90 percent relative humidity. 6. Strong-Seal QSR or equal.
C. Infiltration Control Material: Rapid-setting, high-early-strength, hand-applied, cementitious material.
1. Compressive Strength, ASTM C 109: 400 to 600 psi at 1 hour; 1,800 to
2,400 psi at 24 hours. 2. Expansion, ASTM C 827: 0.10 percent. 3. Sulfate Resistance, ASTM C 267: No weight loss after 15 cycles; 2,000
ppm; test continuing. 4. Freeze/Thaw Resistance, ASTM C 666, Method A: 100 cycles. 5. Pull-Out Strength, ASTM C 234: 14,000 pounds. 6. Placement Time: Less than 1 minute. 7. Strong-Seal Strong-Plug or equal
D. Liner Material: Fiber-reinforced, spray-applied, cementitious mortar
1. Cement: 100 percent pure fused calcium aluminate clinker and calcium
aluminate cement. 2. Minimum Compressive Strength, ASTM C 109: 8,000 psi at 28 days. 3. Minimum Tensile Strength, ASTM C 496: 800 psi at 28 days. 4. Minimum Flexural Strength, ASTM C 78: 1,200 psi at 28 days. 5. Shrinkage, ASTM C 596: 0 percent at 28 days, 90 percent relative
humidity. 6. Minimum Bond, ASTM C 952: 2000 psi at 28 days. 7. Applied Density: 150 plus or minus 5 pounds per cubic foot. 8. Freeze/Thaw Resistance, ASTM C 666, Method A: 100 cycles, no visible
damage. 9. Factory Blended: Requires only addition of water at site. 10. Dry Bulk Density: 88 to 92 pounds per cubic foot. 11. Fiber Reinforcement: 1/2 to 5/8 inch alkaline-resistant fiberglass rods. 12. Strong-Seal High Performance Mix or equal
2.03 CHIMNEY SEAL MATERIAL
SEWER MANHOLE REHABILITATION 02609 - 6
1. Elastomeric lining composed of fiber-reinforced, asphalt-modified urethane. Chimney Seal is used as a chemical-resistant membrane or gasket seal for the prevention of water infiltration.
2. Sauereisen Manhole Chimney Seal No. F-88 or equal PART 3 EXECUTION 3.01 CHEMICAL PRESSURE GROUTING
A. PRELIMINARY REPAIRS
1. The Contractor shall cut and trim all roots within the manhole. 2. The Contractor shall seal all unsealed lifting holes, unsealed step holes,
voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replace with a waterproof quick setting mortar in accordance with manufacturer’s specifications.
3. The Contractor shall perform the Expanded Gasket Procedure (EGP) to control flowing water in larger cracks, joints or pipe to manhole boots.
4. The Contractor shall perform the EGP to seal intruding drop or lateral
connections, slip line terminal seals and open joints in RCP manholes. 5. The Contractor shall perform the EGP to seal between the corbel and
grade rings, and between the manhole frame and grade rings.
B. TEMPERATURE
1. Normal grouting operations shall be performed in accordance with manufacturer’s recommendations.
C. DESCRIPTION OF SCOPE
1. Grouting a manhole may include corbel, wall, pipe seals, manhole joints, well to flattop joint, and/or bench/trough. The Engineer will direct areas of the manhole designated to be grouted. If entire manhole is scheduled for grouting, grouting shall include corbel, wall, pipe seals, and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the bench/trough to the maximum height of 18 inches from the crown.
D. DRILLING AND INJECTION
SEWER MANHOLE REHABILITATION 02609 - 7
1. The wall joints shall have the drill holes at 4, 8, and 12 o’clock positions one foot above the joint to be sealed and drill holes with grout sleeves inserted into the walls at 2, 6, and 10 o’clock positions one foot below the joint to be sealed. For each wall joint, pump grout into the lower holes until grout comes out of the upper holes.
2. Grout shall be injected through the holes under pressure with a suitable
probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout.
3. Grouting from the ground surface shall not be allowed.
4. Grout travel shall be verified by observation of grout to defects or adjacent
injection holes. Provide additional injection holes, if necessary to ensure grout travel.
5. Injection holes shall be cleaned with a drill and patched with a waterproof
quick setting hydraulic cement.
3.02 MANHOLE PATCHING & LINING A. EXAMINATION
1. Examine surfaces to receive manhole rehabilitation. Notify the Engineer in writing if surfaces are not acceptable. Do not begin surface preparation, repair, or application until unacceptable conditions have been corrected.
B. SURFACE PREPARATION
1. Prepare surfaces in accordance with manufacturer’s instructions.
2. Protection: Place covers over invert to prevent extraneous material from
entering sewer lines.
3. Cleaning: Clean manhole walls and bench by using a minimum of 1,500 psi water spray to remove contaminants, dirt, debris, and other foreign materials.
4. Remove loose, unsound, and protruding brick, mortar, and concrete. 5. Voids: Repair and fill voids greater than 2 inches in depth with patching
material. Apply patching material in accordance with manufacturer’s instructions.
SEWER MANHOLE REHABILITATION 02609 - 8
6. Active Leaks: Stop active leaks with chemical grout, patching material or infiltration control material. Apply material in accordance with manufacturer’s instructions.
7. Install weep holes, if necessary, to localize infiltration during application
of patching material or infiltration control material. Plug weep holes after application with infiltration control material before application of liner material.
8. Advance Notice: Give the Engineer a minimum of 3 days advance notice
of start of application. C. INVERT REPAIR
1. Remove loose and unsound materials and wash walls, after surface
preparation is complete.
2. Repair bench, invert, or service line using patching material. Apply in accordance with manufacturer’s instructions.
3. Repair inverts with visible damage or where infiltration is present.
4. Apply patching material to invert, after blocking flow through manhole
and thoroughly cleaning invert.
5. Uniformly trowel patching material onto damaged invert at a minimum thickness of 1/2 inch at invert. Extend out onto bench of manhole sufficiently to tie into liner material.
6. Ensure finished invert surfaces are smooth and free of ridges.
7. Reestablish flow in manhole after a minimum of 30 minutes after
application of patching material.
D. APPLICATION OF LINER MATERIAL
1. Apply liner material in accordance with manufacturer’s instructions.
2. Spray apply liner material with equipment including an optimized progressive cavity pump capable of producing a minimum of 250 psi pumping pressure, a contrablend mixer with twin ribbon paddles with end discharge. Equipment must be complete with water storage and metering system. Mixer and pump are hydraulically powered.
3. Mixing: Mix liner material with water in accordance with manufacturer’s
instructions. Discharge prepared mix into hopper. Continue mixing as liner material is continuously sprayed.
SEWER MANHOLE REHABILITATION 02609 - 9
4. Cleaning: Ensure surface is clean and free of foreign material.
5. Saturated Surface: Ensure surface is damp and totally saturated with water without noticeable free water droplets or running water, just before application of liner material.
6. Spraying: Spray apply liner material in 1 or more passes from bottom of
wall to bottom of frame to form a structurally enhanced monolithic liner.
a. Minimum Total Thickness: 1/2 inch. 7. Finishing:
a. Trowel surface of sprayed liner material to relatively smooth finish. Do not over trowel.
b. Apply brush finish to trowel finished surface. 8. Follow manufacturer’s instructions whenever more than 24 hours have
elapsed between applications.
9. Application to Bench:
a. Remove wood covers. b. Spray bench with liner material mixed in accordance with
manufacturer’s instructions. c. Spray apply liner material to produce a gradual slope from walls to
invert to form a structurally enhanced monolithic liner. Minimum thickness at invert shall be 1/2 inch.
d. Round full circumference of intersection of wall and bench to a uniform radius.
10. Application to New Cast-In-Place or Precast Concrete Manholes:
a. Prepare surface with bonding agent in accordance with manufacturer’s instructions. Minimum Total Thickness shall be 1/2 inch.
E. CURING
1. Cure materials in accordance with manufacturer’s instructions.
2. Exposure:
a. Minimize exposure of applied materials to sunlight and air movement.
SEWER MANHOLE REHABILITATION 02609 - 10
b. Cover structure if time between applications of additional coats is to be longer than 15 minutes.
c. Do not expose finished materials to sunlight or air movement for longer than 15 minutes before covering or closing access.
d. Shade manhole while rehabilitation is in process in hot and arid climates.
3. Concrete Curing Compound:
a. Prepare surface with bonding agent in accordance with
manufacturer’s instructions. b. Cure Time: Allow a minimum of 4 hours cure time before
subjecting manholes to flows.
F. FIELD QUALITY CONTROL
1. Inspection by the Engineer or the waiver of inspection of any portion of the work shall not relieve the Contractor of responsibility to perform the work as specified.
2. Field Quality Control Testing: Performed at Contractor’s expense in
accordance with Section 01400 of Contract Documents. 3. Structure shall be visibly free of any signs of leakage.
3. Compressive Strength Test:
a. Cast four 2 inch cubes from each pallet of material. b. Label, package, and mail cubes to manufacturer. c. Manufacturer shall test cubes for compressive strength in
accordance with ASTM C 109 and submit written test results to the Contractor and Engineer.
3.03 MANHOLE CHIMNEY SEAL APPLICATION
A. Apply chimney seal material in accordance with manufacturer’s instructions. B. Temperature: Maintain an optimum temperature of 60o - 85oF on air, substrate
and material during mixing, application, and cure. Store material in the range of 65o - 80oF for at least 48 hours before use.
C. Surface Preparation: Surfaces should be made free of oil, grease, water, and other
contaminants that may inhibit bond. This can be achieved by chemical cleaning. Consult Manufacturer of seal material.
SEWER MANHOLE REHABILITATION 02609 - 11
1. Brick - The working substrate must be dry and firm enough to withstand imposed loads during normal operation. Mechanical methods should be utilized to remove old paints, coatings, and deteriorated mortar or brick. Abrasive blast or high-pressure water blast brick to obtain a uniform, sound substrate. All prepared surfaces must be allowed to dry prior to the Manhole ChimneySeal application.
2. Concrete - The working substrate must be dry and have the necessary
strength to withstand imposed loads during normal operation. For applications where Manhole ChimneySeal is recommended. All voids should be filled with Sauereisen Underlayment No. F-120 or Filler Compound No. 209. The choice of underlayment will depend on the severity of the voids to be filled. Abrasive blast or high-pressure water blast concrete to remove laitance and to obtain a uniform surface texture exposing fine aggregate resembling coarse sandpaper. Regardless of preparation method used, all surfaces must be free of any loose deposits or contamination.
3. Metal - Abrasive blast or mechanically abrade the metal surface to a nominal 2.5 mil profile employing a SSPC-SP 6 Commercial finish. All protrusions should be ground smooth to eliminate sharp edges.
D. Mixing: Packaging consists of premeasured, unitized containers of Hardener Part A and Resin Part B. Completely empty contents of Hardener Part A into Resin Part B. Using a slow speed 1/2 inch drill motor affixed with a "Jiffy" type blade, mix 3 - 5 minutes until thoroughly blended. Thorough mixing of this material is very important. Mix only complete batches. Material which has begun to set must be discarded. Do not add any adulterants to either component or mixed material.
E. Installation: Manhole ChimneySeal is self-priming and can be applied at various
thicknesses. Manhole ChimneySeal is easily applied by gloved hand (neopreneor rubber). The most practical method of applying the product within small diameter structures is to wipe the material on with a gloved hand or trowel.
F. Setting/Curing: Curing of the ChimneySeal lining is by chemical reaction. While
Manhole ChimneySeal has an approximate working time of 45 minutes, initial set occurs in about one hour at 70 degrees F. Manhole ChimneySeal cures to a semi-soft, elastomeric state. Protect the installation site from water or chemicals prior to cure for 48 hours after application of material.
3.04 CLEANUP
A. Remove all debris from the manhole.
B. If debris from Contractor’s work has entered the sewer pipe, the Contractor shall clean the affected pipe(s) to the satisfaction of the Engineer and at no additional cost to the Owner.
SEWER MANHOLE REHABILITATION 02609 - 12
3.05 INSPECTION AND TESTING
A. After manhole wall sealing or manhole rehabilitation has been completed, visually inspect the manhole in the presence of ENGINEER. Check for cleanliness and for elimination of active leaks.
3.06 WARRANTY INSPECTION
A. See Section 1.06 of this specification.
B. If any repair or rehabilitation is found to be defective, the Contractor shall make repairs necessary to eliminate or repair the defect at no additional cost to the Owner.
C. All repair techniques and methods shall be approved by the Engineer prior to the initiation of any repair activities.
END OF SECTION
SEWER LINE CLEANING 02650- 1
SECTION 02650
SEWER LINE CLEANING PART I – GENERAL The work of this section includes the cleaning (including root cutting) of sewer pipes prior to the television inspection of the pipe. All of sewer pipe segments designated for cleaning on this project have limited access and are located in heavily wooded ROW. The Contractor can assume that easement reels, auxiliary booster pumps, long sections of cleaning hose, special material capture and removal requirements, etc. will be required to complete the work. All material removed from the pipe as a result of cleaning must be hauled off site to an area designated by the Contractor and properly disposed of in accordance with applicable codes. 1.1 DESCRIPTION A. The intent of sewer line cleaning is to remove ALL foreign materials from the
lines prior to televising the pipe. The success of the other phases of work will depend a great deal on the cleanliness of the lines. The importance of this phase of the operation cannot be over emphasized. It is recognized that there are some conditions such as major blockages that prevent cleaning from being accomplished. The Contractor will be required to inform the Engineer of any major blockage prior to continuing the cleaning of the pipe. If in the course of normal cleaning operations, damage results to the pipe or structure as a result of the cleaning, the Contractor will be required to repair the damage or replace the pipe or structure.
1.2 REQUIREMENTS
A. The CONTRACTOR shall be aware that this Contract requires work in active sewers and shall follow all federal, state and local requirements for safety in confined spaces.
1.3 RELATED SECTIONS A. Temporary Bypass Pumping. 1.4 SUBMITTALS A. Proposed equipment to be utilized to accomplish heavy cleaning of sewer pipe
and removal of debris. B. “Heavy Cleaning Plan” describing the schedule of the work, equipment to be
used, anticipated water pressure at point of cleaning, easement reels, auxiliary booster pumping equipment, root cutting equipment, material capture method,
SEWER LINE CLEANING 02650- 2
material transfer method from work area to trucks used for disposal, temporary bypass pumping, etc.
C. The Contractor shall submit the name of the legal disposal area he has chosen to
receive the materials removed from the cleaning of sewer pipe under this section. PART 2 – PRODUCTS 2.1 CLEANING EQUIPMENT: A. Hydraulically Propelled Equipment: The equipment used shall be of a movable
dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned. If cleaning balls or other equipment, which cannot be collapsed, are used, special precautions to prevent flooding of the sewers and public or private property shall be taken.
B. High-Velocity Jet (Hydrocleaning) Equipment: All high-velocity sewer cleaning
equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees, in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring structure walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel.
C. Mechanically Powered Equipment: Bucket machines shall be in pairs with
sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet or rod. The rod shall be specifically heat-treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve.
D. Root Cutting Equipment: Root cutters shall use the high-pressure water from a
sewer jet truck and auxiliary equipment as required, to create the necessary water pressure and speed to operate a hydraulic root cutter as recommended by the cutter manufacturer. The high-pressure water shall turn a hydraulic motor, which has a root cutting blade attached to the motor shaft. As with the cleaning nozzles, there shall be rear-facing jets on the root cutter assembly, which propels the cutter up and down the sewer pipe. The use of “chain cutters” is prohibited without prior approval of the Engineer.
SEWER LINE CLEANING 02650- 3
PART 3 – EXECUTION A. Cleaning Precautions: During pipe cleaning operations, satisfactory precautions
shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (which depend upon water pressure to provide their cleaning force) or tools which retard the flow in the pipe line are used, precautions shall be taken to insure that the water head pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible, the flow of water in the pipe shall be utilized to provide the necessary head pressure for hydraulic cleaning devices. No fire hydrant shall be used without permission from the Utility Owner and if given the hydrant shall not be obstructed in case of a fire in the area served by the hydrant. Gate valves, backflow preventors or an air gap shall be incorporated in the direct connection to a potable water source.
B. Sewer Cleaning: The designated sewer manhole sections shall be cleaned using
hydraulically propelled, high-velocity jet, or mechanically powered equipment. Selection of the equipment used shall be based on the conditions of lines at the time the work commences. The equipment shall be capable of removing dirt, grease, rocks, sand, branches, leaves, roots and other materials and obstructions from the sewer lines and structures. If cleaning of an entire section cannot be successfully performed from one structure, the equipment shall be set up on the other structure and cleaning again attempted.
C. Material Removal: Debris such as dirt, sand, rocks, grease, roots and other solid
or semisolid material resulting from the cleaning operation shall be removed at the downstream structure of the section being cleaned. Passing material from sewer section to sewer section, which could cause line stoppages, accumulations of sand, etc. shall not be permitted. The Engineer will televise segments of pipe downstream of the proposed segments of pipe designated for cleaning under this project just prior to and after the work of the Contractor. If it is determined that the Contractor has allowed significant solids to pass through the area of his work downstream into the sewer, the Contractor will be responsible to clean these pipe segments and dispose of materials at no additional cost to the Owner.
D. Disposal of Materials: The Contractor shall arrange for a site and properly
dispose of all materials removed from the sewer in accordance with all applicable laws and regulations.
E. Final Acceptance: Acceptance of sewer line cleaning shall be made upon the
successful completion of the television inspection and shall be to the satisfaction of the Owner's Representative. If TV inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to re-clean and re-inspect the sewer line until the cleaning is shown to be satisfactory.
END OF SECTION
TELEVISION INSPECTION 02651 - 1
SECTION 02651
TELEVISION INSPECTION
PART 1 GENERAL 1.01 DESCRIPTION A. Provide all labor, materials, tools, equipment and incidentals specified, and
required to perform a pre and post rehabilitation television (TV) inspection of the existing pipe including sewer mains and sewer lateral connections.
B. Provide all labor, materials, tools, equipment and incidentals specified, and
required to televise segments of pipe not designated for rehabilitation. 1.02 DEFINITIONS A. Pre-Construction Inspection: TV inspection of main line sewers and lateral pipe
to determine the location of construction, structural and O&M features, and to ascertain that the condition of pipe meets acceptable standards for the proposed rehabilitation.
B. Warranty Inspection (Post Construction Inspection): TV inspection of sewer to
be performed 18 to 24 months after completion of rehabilitation. 1.03 REQUIREMENTS
A. The Contractor shall be aware that this Contract requires work in active sewers and shall follow all federal, state and local requirements for safety in confined spaces.
1.04 RELATED SECTIONS
A. Temporary Bypass Pumping.
B. Cleaning of Sewers. 1.05 PERFORMANCE REQUIREMENTS A. Inspection shall be performed by a NASSCO Pipeline Assessment Certification
Program (PACP) certified operator and shall meet the coding and reporting standards and guidelines as set by PACP. These same standards shall also be used for lateral inspections regardless of whether conducted using cleanout launched or mainline launched lateral camera. All report annotations, pipe conditions and pipe defects shall be identified properly using PACP codes as defined by PACP, and severity ratings shall be calculated according to PACP.
TELEVISION INSPECTION 02651 - 2
B. Quality of inspection recording shall be acceptable to Engineer when viewed on a
standard computer monitor. 1.06 SUBMITTALS
A. Pre-Construction Inspection: Submit 2 copies of the written inspection report and 2 copies, on data DVD, of Digital Inspection Recordings in mpeg format. Include written inspection reports in PDF format.
B. When Sonding for cleanouts: Submit 2 copies, on data DVD, of Digital Surface Photographs of proposed cleanout locations as specified below.
C. Joint Testing and Grouting Observations: Submit 2 copies on DVD of observation of televised joint and lateral testing and retesting.
D. Warranty Inspection: Same as Post-construction Inspection. E. Copies of PACP certificate for inspectors completing the work. 1.07 REFERENCE STANDARDS A. NASSCO prepared Pipeline Assessment and Certification Program, Second
Edition Reference Manual, 2001. This manual includes a standard TV inspection form and sewer condition codes.
PART 2 PRODUCTS 2.01 TELEVISION EQUIPMENT A. Closed Circuit TV Equipment: Select and use closed-circuit television equipment
that will produce a color recording. B. Pipe Inspection Camera: Produce video recording using a pan-and-tilt, radial
viewing, pipe inspection camera that pans + 275 degrees and rotates 360 degrees. Use a camera with an accurate footage counter that displays on the TV monitor the exact distance of the camera from the centerline of the starting manhole. Use a camera with camera height adjustment so that the camera lens is always centered at one-half the inside diameter, or higher, in the pipe being televised. Provide a lighting system that allows the features and condition of the pipe to be clearly seen. A reflector in front of the camera may be required to enhance lighting in large diameter pipe. Lighting shall not cause shadows within the field of view of the camera, either when forward viewing or when using pan/tilt. The camera, television monitor and other components of the video system shall be capable of producing a minimum 500-line resolution colored video picture. Picture quality and definition shall be to the satisfaction of the Engineer.
TELEVISION INSPECTION 02651 - 3
C. Mainline Launched Lateral Inspection Camera: Produce a video recording using
a fixed orientation color camera capable of extending into open lateral connects for a minimum distance of 80 feet from the lateral connection. Minimum performance standards are as noted above in 2.01.B.
D. Lateral Cleanout Launched Lateral Inspection Camera: Alternatively, Contractor
may produce a video recording of the sewer lateral between the sewer lateral cleanout and the mainline using a mini-cam launched from the sewer lateral cleanout. Minimum performance standards are as noted above in 2.01.B.
E. When Sonding: Provide a sonde transmitter built into or attached to the head of lateral camera and a sonde receiver for surface location efforts. The sonde transmitter shall be capable of transmitting through 20 vertical feet of cover, such as the FV-20 from Prototek.
F. TV Studio: TV studio is to be contained in an enclosed truck, trailer or van. It
shall have room and seating for the operator and the ENGINEER and also room for at least one standing visitor with the doors closed. The studio shall have air conditioning and heating. Normal operation of all equipment, including the TV camera, monitor, and winches is to be from a control panel in the studio. When joint testing and sealing is to be performed, the equipment shall be contained in the same unit as its TV equipment and shall be operated from the same control panel.
G. Recording: All recordings are to be in digital format. 1. Image Capture – Digitized picture images shall be stored and be
exportable as JPEG formats. Minimum photo quality shall be resolution 1024 x 768 and 5 megapixels.
2. Video Capture – Full time live video and audio files shall be captured for
each pipe segment and lateral inspected. The files shall be stored in industry standard MPEG format viewable from a DVD. The MPEG video shall be ISO-MPEG Level 1 (MPEG-1) coding with a resolution of 352 pixels (x) by 240 pixels (y) and an encoded frame rate of 29.97 frames per second. System shall perform an automatic disk image/file naming structure to allow saved video/data sections to be “Burned” to digital format. It shall have the capability of “burning” a minimum of 120 minutes of recording to digital media. The video recording shall be free of electrical interference and shall produce a clear and stable image. The audio recording shall be sufficiently free of background and electrical noise as to produce an oral report that is clear and discernable. The digital recordings and inspection data shall be cross-referenced to allow instant access to any point of interest within the digital recording.
TELEVISION INSPECTION 02651 - 4
PART 3 EXECUTION 3.01 TELEVISUAL INSPECTION A. Sewer main lines and lateral pipes are required to be clean in accordance with the
Cleaning of Sewers section in this specification. Prior to the television inspection, any sewer main line or lateral pipe found to be dirty during the TV inspection process will be cleaned by the Contractor.
B. Televise the sewer lines to document the condition of the line. Notify the
Engineer 48 hours in advance of any TV inspection so that the Engineer may observe inspection operations. Provide a color recording showing the completed work.
C. For mainline inspections, inspections shall be from center of the starting manhole
to the center of the ending manhole. Distances along the pipe should be measured from the center of the upstream manhole. Marking on cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Measurement meters shall be accurate to two-tenths of a foot over the entire length of the sewer line section being inspected. Prior to recording the location of defects, construction features, and service connections, slack in the cable of the television inspection camera shall be taken up to ensure metering device is designating proper footage. Accuracy of the measurement meters shall be checked daily by use of a walking meter, roll-a-tape, or other suitable device.
D. For lateral inspections, insert a lateral inspection camera into the lateral line to
observe and document the condition of the service connection line. Inspections shall be from center of the sewer main (or from the manhole wall for laterals connected directly to manholes) to the lateral cleanout if utilizing a mainline launched lateral inspection camera or vice versa when using a cleanout launched camera. Measurement meters shall be accurate to two-tenths of a foot over the entire length of the sewer lateral being inspected. Prior to recording the location of defects and construction features, slack in the cable of the television inspection camera shall be taken up to ensure metering device is designating proper footage. Accuracy of the measurement meters shall be checked daily by use of a walking meter, roll-a-tape, or other suitable device. CONTRACTOR shall assign each lateral to a property by its respective address. Multiple laterals to the same property shall be addressed and numbered (i.e., “123 Main Street Lat1”). Should no address be apparent specify details to denote location (i.e., “vacant lot to south of 123 Main Street”). To avoid delays in project completion, the Contractor shall complete lateral televising as soon as practical in the overall schedule and submit the results to the Engineer for review.
E. When sonding for cleanouts, provide digital photographs to denote the surface
location of cleanouts. Photographs must meet the standard outlined in section
TELEVISION INSPECTION 02651 - 5
2.01 G above. CONTRACTOR is required to provide photographs renamed with the address of the lateral.
F. Log any preset footage while recording to ensure the complete pipe is televised.
Provide consistent recording of the inspection (i.e. the counter should not suddenly reset or jump during the recording). If a preset point on the CCTV cable is used to set the counter, CONTRACTOR shall back up the camera after setting the preset and record the entry to the pipe to the manhole.
G. Center the camera in the middle of the pipe. H. Move the camera through the line (in the downstream direction whenever
possible) at a uniform rate not to exceed 30 feet per minute. I. Stop at every joint for three seconds. When infiltration or other defects are
evident, use pan and tilt to document pipe condition. Stop elsewhere when necessary to ensure proper documentation of the sewer’s condition.
J. Stop at every lateral connection. Center the camera so that the lighting and the
pan and tilt view can be used to inspect as far into the lateral connection as possible. Recording all defects found in the service connection. Where lateral flow is observed, observe flows from service connections for approximately two minutes to ascertain if the flow is sanitary or extraneous flow. The video recording may be paused during observation. Record results of the flow observed on video recording and inspection logs.
K. Insert a lateral inspection camera into the lateral line as far as possible to observe
and document the condition of the service connection line. L. Capture color still shots of video recordings for all defects encountered. M. Use manual winches, power winches, TV cable, and powered rewinds or other
devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions to move the camera through the sewer line.
N. TV inspection recordings shall be continuous for each pipe segment. Ensure
entirety of each pipe is televised by beginning recording at center of start manhole, before proceeding to any pre-set footages.
O. Contractor is responsible for adjusting light levels, cleaning fouled or fogged lens,
and allowing vapor to dissipate from camera lights in order to produce acceptable recordings. All TV inspection recordings that do not meet the requirements of this Specification shall be re televised at no additional cost to the OWNER.
TELEVISION INSPECTION 02651 - 6
3.02 FLOW CONTROL A. Adequately control the flow in the section being televised so that the depth of
flow is 10% or less in the pipe being televised.
B. Whenever flows in a sewer line are blocked, plugged, pumped, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might be inflicted by excess sewer surcharging.
C. Contractor is responsible for all damages to Contractor owned and operated
equipment, Owner facilities, and privately owned facilities caused by malfunction plugs, pumps or other Contractor owned or operated equipment.
D. It is anticipated that portions of the sanitary sewer are bowed or bellied and as a
result the camera will be submerged. Wherever the camera encounters a submerged condition, or where the wastewater flow depth exceeds the maximum allowable, reduce the flow depth to an acceptable level by performing the survey TV inspection during minimum flow hours, or by pulling a camera with swab, high-velocity jet nozzle or other acceptable dewatering device. Recordings made while floating the camera are not acceptable unless approved by Engineer.
3.03 PASSAGE OF TV CAMERA A. If during TV inspection of a pipe segment the camera is unable to pass an
obstruction even though flow is unobstructed, televise the pipe segment from the opposite direction in order to obtain a complete recording of the line. Contractor shall also measure the distance between the manholes (centerline to centerline) with a tape or wheel to accurately determine the total length of the manhole segment.
3.04 INSPECTION DELIVERABLES A. Written Inspection Reports
1. Main line inspections shall provide printed location records to clearly identify the location of each defect, or lateral connection, in relation to adjacent manholes, using a standard stationing system zeroed on the upstream manhole. Record all information requested using proper NASSCO PACP defect codes. The reports shall include at least the minimum amount of information required by PACP, including required PACP header information. Color still shot images of all defects encountered shall be included with each pipe segment.
2. Lateral inspections shall meet the requirements detailed in 3.04 A1 above for each lateral pipe. In addition, provide a main line cover sheet detailing the main line manholes, length of main, orientation of flow, direction of survey
TELEVISION INSPECTION 02651 - 7
and position of all lateral connections (by footage along the main and by assigned property address).
B. Electronic Inspection Reports
1. Provide a PACP- certified database listing all PACP required data fields for each pipe segment.
2. Provide all written inspection reports in PDF format. C. Inspection Recordings 1. Provide digital inspection recordings for all recordings, unless otherwise
specified in Paragraph 1.06. 2. Recording shall be of a quality sufficient for Engineer to evaluate the
condition of the sewer main lines and lateral pipes, locate the sewer service connections, and verify cleaning and joint testing. If Engineer determines that the quality is not sufficient, Contractor shall re-televise the sewer segment and provide a new recording and report at no additional compensation. Camera distortions, inadequate lighting, dirty lens, or blurred/hazy picture will be cause for rejection. Payment for televised inspection will not be made until Engineer approves the recordings and reports.
3. Digital recordings: Each pipe segment, or lateral, must be its own
electronic file in mpeg format. Electronic recording file must allow snap scrolling to allow easy and quick access of the entire recording.
4.. Contractor shall maintain a master copy of all recordings and Inspection
Reports submitted for two years after delivery of reports and recordings. 5. Label each DVD with the following information: a. File Number. b. CONTRACTOR’s Name. c. Project Name. d. Contract Number. e. Inspection Type: Post Cleaning, Repair. f. Tape Number.
TELEVISION INSPECTION 02651 - 8
g. Date Televised. h. Pipe Segments.
END OF SECTION
REMOVAL OF PROTRUDING SERVICE CONNECTIONS 02656-1
SECTION 02656 REMOVAL OF PROTRUDING SERVICE CONNECTIONS
PART 1 GENERAL 1.1 DESCRIPTION A. Furnish all equipment, labor, tools, materials, and incidentals necessary to internally
remove service connections protruding into the sewer main. B. Ensure that the sewer is clean of all dirt and debris following removal of protruding
service connections. C. Maintain wastewater flows, including bypass pumping, as required at all times during the
performance of the Work. 1.2 GENERAL PRECAUTIONS A. Take precautions to protect sewer mains and manholes from damage that might be
inflicted by the improper selection of the cleaning process or improper use of the equipment.
B. When using hydraulically propelled devices, take precautions to ensure that the water
pressure created does not cause damage or flooding to public or private property. C. Do not allow the sewer to fill with sewage above the crown of any sewer pipe, or beyond
any elevation below the crown of the pipe that could cause overflow of sewage into area waterways, homes, or buildings, or onto the ground.
D. The CONTRACTOR is advised that some of the manholes accessing sections of the
sewer included in this work may be on private property where either specific easements and/or trespass agreements with individual property owners have been negotiated. All easements are shown on the Plans, and copies of the pertinent trespass agreements are available for review by contacting the ENGINEER. Do not enter private property for which access agreements with the owner have not been executed. Limit operations to those specifically approved in said access agreements.
PART 2 PRODUCTS 2.1 EQUIPMENT A. Remove the protruding service connection with an internal, remote-controlled intruding
pipe remover. Excavation and replacement of the protruding service connection will not be allowed unless specifically indicated on the Drawings.
B. The equipment shall be capable of cutting concrete, poly-vinyl chloride pipe, vitrified
clay pipe or other materials commonly used for pipe construction with the exception of cast iron or steel.
REMOVAL OF PROTRUDING SERVICE CONNECTIONS 02656-2
C. Pull the equipment through the sewer using winches and a cable set up between adjacent manholes.
D. If necessary, position the equipment using a CCTV camera in conjunction with the cutter
assembly. PART 3 EXECUTION 3.1 PERFORMANCE A. Remove the protruding service connection to the point where it is flush with the inside
wall of the sewer main. B. Protect existing sewer lines and service connections from damage caused by improper
use of the equipment. 1. As directed by the ENGINEER, immediately repair damage to a sewer or service
connection caused by removal of a protruding service connection, at no additional compensation.
E. Remove all dirt and debris from the sewer following completion of protruding service
connection removal in that reach.
END OF SECTION
CURED-IN-PLACE PIPE LINING 02700-1
SECTION 02700 CURED-IN-PLACE PIPE LINING
PART 1 GENERAL 1.01 GENERAL PROVISIONS
A. Applicable provisions of the entire Project Manual including Addenda, shall govern this section as fully as if repeated herein.
B. These Specifications include the minimum requirements for the rehabilitation of
sanitary sewer pipelines by the installation of Cured-In-Place Pipe (CIPP) within the existing, deteriorated pipe as shown on the plans included as part of these contract documents.
C. The rehabilitation of pipelines shall be done by the installation of a resin-impregnated flexible tube which, when cured, shall be continuous and tight-fitting throughout the entire length of the original pipe. The CIPP shall extend the full length of the original pipe and provide a structurally sound, jointless and water-tight new pipe within a pipe. The Contractor is responsible for proper, accurate and complete installation of the CIPP using the system selected by the Contractor.
D. Neither the CIPP system, nor its installation, shall cause adverse effects to any of
the Owner’s processes or facilities. The use of the product shall not result in the formation or production of any detrimental compounds or by-products at the wastewater treatment plant. The Contractor shall notify the Owner and identify any by-products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements.
E. The Contractor shall cleanup, restore existing surface conditions and structures,
and repair any of the CIPP system determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses, and property owners or tenants.
F. The prices submitted by the Contractor, shall include all costs of permits, labor,
equipment and materials for the various bid items necessary for the design, furnishing and installing, complete in place, CIPP in accordance with these specifications. All items of work not specifically mentioned herein which are required to make the product perform as intended and deliver the final product as specified herein shall be included in the respective lump sum and unit prices bid.
CURED-IN-PLACE PIPE LINING 02700-2
1.02 DESCRIPTION OF WORK
A. These Specifications cover all work necessary to furnish and install, the (CIPP). The Contractor shall provide all materials, labor, equipment, and services necessary for submittals, CIPP design, notifications and coordination with the public, traffic control, bypass pumping and/or diversion of sewage flows, cleaning and television inspection of sewers to be lined, sealing active infiltration, pre liner if necessary, liner installation, reconnection of service connections, all quality controls, obtain samples for performance of required material tests, material testing, final television inspection, testing of lined pipe system and warranty work, all as specified herein.
B. The product furnished shall be a complete CIPP system including all materials,
applicable equipment and installation procedures. All CIPP systems will be required to meet the submittal requirements as contained herein.
C. The CIPP shall be continuous and jointless from manhole to manhole or access point to access point and shall be free of all defects that will affect the long term life and operation of the pipe.
D. The CIPP shall fit sufficiently tight within the existing pipe so as to not leak at the
manholes, at the service connections or through the wall of the installed pipe. If leakage occurs at the manholes or the service connections the Contractor shall seal these areas to stop all leakage using a material compatible with the CIPP as directed by the Owner at the price bid therefore in the Proposal. If leakage occurs through the wall of the pipe the liner shall be repaired or removed as recommended by the CIPP manufacturer. Final approval of the liner installation will be based on a leak tight pipe.
E. The CIPP shall be designed for a life of 50 years or greater.
F. The CIPP may be designed as a liner to rehabilitate the existing pipe or as a fully structural stand alone pipe-within-a-pipe. Where specified in the contract documents the installed CIPP shall be a structurally designed pipe within a pipe, meet or exceed all contract specified physical properties, fitting tightly within the existing pipe all within the tolerances specified. The installed CIPP shall withstand all applicable surcharge loads (soil overburden, live loads, etc.) and external hydrostatic (groundwater) pressure, if present, for each specific installation location.
G. The installed CIPP shall have a long term (50 year) corrosion resistance to the typical chemicals found in domestic sewage.
H. All existing and confirmed active service connections and any other service
laterals to be reinstated as directed by the Owner shall be re-opened robotically or by hand in the case of man-entry size piping, to their original shape and to 95% of
CURED-IN-PLACE PIPE LINING 02700-3
their original capacity. All over-cut service connections will be properly repaired to meet the requirements of these specifications.
I. All materials furnished, as part of this contract shall be marked with detailed
product information, stored in a manner specified by the manufacturer and tested to the requirement of this contract.
J. Warranty inspections shall be executed by the Owner. Any defects found shall be
repaired or replaced by the Contractor. 1.03 REFERENCES
The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the requirements of these specifications shall apply.
A. ASTM -F1216 Standard Practice for Rehabilitation of Existing Pipelines and
Conduits by the Inversion and Curing of a Resin-Impregnated Tube B. ASTM -F1743 Standard Practice for Rehabilitation of Existing Pipelines and
Conduits by the Pull in and inflate and Curing of a Resin-Impregnated Tube C. ASTM -D543 Standard and Practice for Evaluating the Resistance of Plastics to
Chemical Reagents D. ASTM -D638 Standard Test Method for Tensile Properties of Plastics E. ASTM -D790 Standard Test Methods for Flexural Properties of Un-reinforced
and Reinforced Plastics and Electrical Insulating Materials F. ASTM -D792 Standard Test Methods for Density and Specific Gravity of Plastics
by displacement. G. ASTM -F2019-03 Standard Practice for Rehabilitation of Existing Pipelines and
Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP)
H. ASTM -D2122-98(2004) Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings
I. ASTM -D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics
J. ASTM -D3567-97(2002) Standard Practice for Determining Dimensions of Fiberglass (Glass-Fiber-Reinforced Thermosetting Resin) Pipe and Fittings.
K. ASTM -D3681 Standard Test Method for Chemical Resistance of “Fiberglass (Glass Fiber Reinforced Thermosetting Resin) Pipe in a Deflected Condition
L. ASTM -D5813 Standard Specification for Cured-in Place Thermosetting Resin Sewer Pipe
1.04 QUALIFICATIONS
A. The Contractor shall have a minimum of three (3) years of continuous experience installing CIPP liners in pipe of a similar size, length and configuration as contained in this contract. A minimum of 150,000 linear feet of shop wet-out liner
CURED-IN-PLACE PIPE LINING 02700-4
installation is required and minimum of 6 onsite wet-out installations are required as applicable to this contract.
B. The lead personnel including the superintendent, the foreman and the lead crew
personnel for the CCTV inspection, resin wet-out, the CIPP liner installation, liner curing and the robotic service reconnections must have a minimum of three (3) years each of total experience with the CIPP technology proposed for this contract and must have demonstrated competency and experience to perform the scope of work contained in this contract.
C. The name and experience of each lead individual performing work on this
contract shall be submitted to the Owner for review and approval.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Care shall be taken in shipping, handling and storage to avoid damaging the liner. Extra care shall be taken during cold weather construction. Any liner damaged in shipment shall be replaced as directed by the Owner at no additional cost to Owner.
B. Care shall be taken in shipping, handling and storage to avoid damaging the liner. Extra care shall be taken during cold weather construction. Any liner damaged in shipment shall be replaced as directed by the Owner at no additional cost to Owner.
C. While stored, the CIPP shall be adequately supported and protected. CIPP shall be stored in a manner as recommended by the manufacturer and as approved by the Engineer.
1.06 QUALITY CONTROL
A. Quality Control shall be completed in accordance with Section 01400, Quality Control, of the Contract Documents.
B. No change of material, design values, or procedures may be made during the course of the Work without the prior written approval of the Engineer.
C. All liner to be installed under this Work may be inspected at the wet-out facility by the Owner. The Contractor shall require the wet-out facility’s cooperation in these inspections. The cost of plant inspection will be the responsibility of the Owner.
D. At the time of manufacture, each lot of liner shall be inspected for defects and tested in accordance with applicable ASTM standards. At the time of delivery, the liner shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults.
CURED-IN-PLACE PIPE LINING 02700-5
E. Contractor shall have a Quality Control Plan or Procedure in place that will allow the Engineer to monitor the resin impregnation process.
F. All test results shall be provided by an independent, certified ISO 17025 testing facility.
1.07 WARRANTY
A. The materials used for the project shall be certified by the manufacturer for the specified purpose. The manufacturer shall warrant the liner to be free from defects in raw materials for five (5) years from the date of installation and acceptance by the Owner. The Contractor shall warrant the liner installation for a period of five (5) years. During the Contractor warranty period any defect, which may materially affect the integrity, strength, function and/or operation of the pipe, shall be repaired at the Contractor’s expense in accordance with procedures included in this specification.
B. After a pipe section has been lined and for a period of one (1) year following
completion of the project, the Owner will inspect all or portions of the lined system. The specific locations will be selected by the Owner and will include all sizes of CIPP from this project. If it is found that any of the CIPP has developed abnormalities since the time of "Post Construction Television Inspection," the abnormalities shall be repaired and/or replaced as by the Contractor as defined in this specification at no additional cost to the Owner.
1.08 SUBMITTALS
A. Performance Work Statement (PWS) Submittal - The Contractor shall submit, to the Owner, a Performance Work Statement (PWS) at the pre-construction meeting, which clearly defines the CIPP product delivery in conformance with the requirements of these contract documents. Unless otherwise directed by the Owner, the PWS shall at a minimum contain the following:
1. Public information and notification procedure including sample
notification letters to be used to inform and interact with the general public adjacent to the work and entities that will be affected by the work.
2. Proposed “lay down” areas. 3. A detailed installation plan describing all preparation work, cleaning
operations, pre-CCTV inspections, by-pass pumping, traffic control, installation procedure, method of curing, service reconnection, quality control, testing to be performed, final CCTV inspection, warrantees furnished and all else necessary and appropriate for a complete CIPP liner installation. A detailed installation schedule shall be prepared, submitted and conform to the requirements of this contract.
CURED-IN-PLACE PIPE LINING 02700-6
4. Contractor’s description of the proposed CIPP lining technology,
including a detailed plan for identifying and recording the location of all active service connections, maintaining service during mainline installation to each home connected to the section of pipe being lined, including temporary service if required by the contract.
5. All material submittals associated with the proposed CIPP process shall
be included in this report. 6. Engineering design calculations, in accordance with the Appendix of
ASTM F-1216, for each length of liner to be installed including the thickness of each proposed CIPP. It will be acceptable for the Contractor to submit a design for the most severe line condition and apply that design to all of the line sections. These calculations shall be performed and certified by a qualified, Professional Engineer registered in State where the liner is being installed. All calculations shall include data that conforms to the requirements of these specifications.
7. The PWS submittal shall include information on the cured-in-place pipe
intended for installation and all tools and equipment required for a complete installation. The PWS shall identify which tools and equipment will be redundant on the job site in the event of equipment breakdown. All equipment, to be furnished for the project, including proposed back-up equipment, shall be clearly described. The Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the installation process.
8. A detailed description of the Contractor’s proposed procedures for
removal of any existing blockages in the pipeline that may be encountered during the cleaning process.
9. The Contractor shall outline specific repair or replacement procedures for
potential defects that may occur in the installed CIPP. Repair/replacement procedures shall be as recommended by the CIPP system manufacturer
10. Name and qualifications of independent testing laboratory provided by the Contractor.
B. Product Submittals
1. Fabric Tube – including the manufacturer and description of product components.
2. Flexible membrane (coating) material – including recommended repair
(patching) procedure if applicable.
CURED-IN-PLACE PIPE LINING 02700-7
3. Raw Resin Data -including the manufacturer and description of product components.
4. Manufacturers’ shipping, storage and handling recommendations for all
components of the CIPP System. 5. All MSDS sheets for all materials to be furnished for the project. 6. Tube wet-out & cure method including:
• A complete description of the proposed wet-out procedure for the proposed technology.
• The Manufacturer’s recommended cure method for each diameter and thickness of CIPP liner to be installed. The PWS shall contain a detailed curing procedure detailing the curing medium and the method of application.
• Curing log of CIPP temperatures at the upstream and downstream manholes during the curing process to document that proper temperatures and cure times have been achieved. Curing logs must be submitted weekly.
7. Hydrophilic end seal material to be used and method of installation.
8. Available standard written warranty from the manufacturer of wet-out liner.
C. Miscellaneous Submittals
1. Documentation of Pre-Construction and Post-construction CCTV inspection of the pipe.
2. Copies of test results performed by Contractor’s independent testing laboratory.
3. “As Built” Record Documents – “As Built” Record Documents shall be in
accordance with Section 01700, Contract Closeout but at a minimum shall include As-Built drawings of the work, pre & post inspection videotapes and/or CD’s of CCTV inspection of pipe. As-Built drawings will include the identification of the work completed by the Contractor and shall be prepared on one set of Contract Drawings provided to the Contractor at the onset of the project. As-Built drawings shall be kept on the project site at all times, and shall be clearly legible.
4. Safety – The Contractor is solely responsible for Safety at the site. The Contractor shall submit a proposed Safety Plan to the Owner, prior to beginning any work, identifying all competent persons. The plan shall include a description of a daily safety program for the job site and all
CURED-IN-PLACE PIPE LINING 02700-8
emergency procedures to be implemented in the event of a safety incident. All work shall be conducted in accordance with the Contractor’s submitted Safety Plan.
PART 2 - PRODUCTS
2.01 GENERAL
A. The CIPP System must meet the chemical resistance requirements of theses
contract documents.
B. All materials, shipped to the project site, shall be accompanied by test reports
certifying that the material conforms to the ASTM standards listed herein.
C. Materials shall be shipped, stored, and handled in a manner consistent with
written recommendations of the CIPP system manufacturer to avoid damage.
Damage includes, but is not limited to, gouging, abrasion, flattening, cutting,
puncturing, or ultra-violet (UV) degradation. On site storage locations, shall be
approved by the Owner. All damaged materials shall be promptly removed from
the project site at the Contractor’s expense and disposed of in accordance with all
current applicable agency regulations
2.02 FABRIC TUBE
A. The fabric tube shall consist of one or more layers of absorbent non-woven felt
fabric, felt/fiberglass or fiberglass and meet the requirements of ASTM F 1216,
ASTM F 1743, ASTM D 5813 & ASTM F2019. The fabric tube shall be capable
of absorbing and carrying resins, constructed to withstand installation pressures
and curing temperatures and have sufficient strength to bridge missing pipe
segments, and stretch to fit irregular pipe sections. The contractor shall submit
certified information from the felt manufacturer on the nominal void volume in
the felt fabric that will be filled with resin.
B. The wet-out fabric tube shall have a uniform thickness and excess resin
distribution that when compressed at installation pressures will meet or exceed the
design thickness after cure.
C. The fabric tube shall be manufactured to a size and length that when installed will
tightly fit the internal circumference, meeting applicable ASTM standards or
better, of the original pipe. Allowance shall be made for circumferential stretching
during installation. The tube shall be properly sized to the diameter of the existing
pipe and the length to be rehabilitated and be able to stretch to fit irregular pipe
CURED-IN-PLACE PIPE LINING 02700-9
sections and negotiate bends. The Contractor shall determine the minimum tube
length necessary to effectively span the designated run between manholes. The
Contractor shall verify the lengths in the field prior to ordering and prior to
impregnation of the tube with resin, to ensure that the tube will have sufficient
length to extend the entire length of the run. The Contractor shall also measure the
inside diameter of the existing pipelines in the field prior to ordering liner so that
the liner can be installed in a tight-fitted condition.
D. The outside and/or inside layer of the fabric tube (before inversion/pull-in, as
applicable) shall be coated with an impermeable, flexible membrane that will
contain the resin and facilitate, if applicable, vacuum impregnation and
monitoring of the resin saturation during the resin impregnation (wetout)
procedure.
E. No material shall be included in the fabric tube that may cause de-lamination in
the cured CIPP. No dry or unsaturated layers shall be acceptable upon visual
inspection as evident by color contrast between the felt fabric and the activated
resin containing a colorant.
F. The wall color of the interior pipe surface of CIPP after installation shall be a
light reflective color so that a clear detailed examination with closed circuit
television inspection equipment may be made. The hue of the color shall be dark
enough to distinguish a contrast between the fully resin saturated felt fabric and
dry or resin lean areas.
G. Seams in the fabric tube, if applicable, shall meet the requirements of ASTM
D5813.
H. The outside of the fabric tube shall be marked every 5 feet with the name of the
manufacturer or CIPP system, manufacturing lot and production footage.
I. The minimum length of the fabric tube shall be that deemed necessary by the
installer to effectively span the distance from the starting manhole to the
terminating manhole or access point, plus that amount required to run-in and run-
out for the installation process.
J. The nominal fabric tube wall thickness shall be constructed, as a minimum, to the
nearest 0.5 mm increment, rounded up from the design thickness for that section
of installed CIPP. Wall thickness transitions, in 0.5 mm increments or greater as
appropriate, may be fabricated into the fabric tube between installation entrance
and exit access points. The quantity of resin used in the impregnation shall be
sufficient to fill all of the felt voids or the nominal felt thickness.
CURED-IN-PLACE PIPE LINING 02700-10
2.03 RESIN
A. The resin shall be a corrosion resistant polyester or vinyl ester resin and catalyst
system that when properly cured within the tube composite meets the
requirements of ASTM F1216, ASTM F1743 or F2019, the physical properties
herein, and those, which are to be utilized in the design of the CIPP for this
project. The resin shall produce CIPP which will comply with or exceed the
structural and chemical resistance requirements of this specification.
2.04 STRUCTURAL REQUIREMENTS
A. The physical properties and characteristics of the finished liner will vary
considerably, depending on the types and mixing proportions of the materials
used, and the degree of cure executed. It shall be the responsibility of the
Contractor to control these variables and to provide a CIPP system which meets
or exceeds the minimum properties specified herein:
B. The CIPP shall be designed as per ASTM standards. The CIPP design shall
assume no bonding to the original pipe wall.
C. The Contractor’s design engineer shall set the long term (50 year extrapolated)
Creep Retention Factor at 33% of the initial design flexural modulus as
determined by ASTM D-790 test method. This value shall be used unless the
Contractor submits long term test data (ASTM D2990) to substantiate a higher
retention factor.
D. The cured pipe material (CIPP) shall, at a minimum, meet or exceed the
structural properties, as listed below.
2.05 MINIMUM PHYSICAL PROPERTIES
A. Property Test Method Cured Composite Per ASTM F1216
1. Cured Composite Per Design
2. Flexural Modulus of Elasticity (Short Term) ASTM D-790 250,000 psi
Contractor Value
3. Flexural Strength (Short Term) ASTM D-790 4,500 psi Contractor Value
B. Wall Thickness - The required structural CIPP wall thickness shall be based, as a
minimum, on the physical properties of the cured composite and per the design of
the Professional Engineer and in accordance with the Design Equations contained
in the appendix of the ASTM standards, and the following design parameters:
CURED-IN-PLACE PIPE LINING 02700-11
1. Design Safety Factor 2.0 (1.5 for pipes 36” or larger)
2. Creep Retention Factor 33%
3. Ovality 2% or as measured by field inspection
4. Constrained Soil Modulus Per AASHTO LRFD Section 12 and AWWA
Manual M45
5. Groundwater depth same as depth of soil over pipe
6. Soil Depth (above the crown) As specified or indicated on the Plans
7. Live Load Highway, railroad or airport as applicable
8. Soil Load (assumed) 120 lb/cu. Ft.
9. Minimum service life 50 years
C. The Contractor shall submit, prior to installation of the lining materials,
certification of compliance with these specifications and/or the requirements of
the pre-approved CIPP system. Certified material test results shall be included
that confirm that all materials conform to these specification and/or the pre-
approved system. Materials not complying with these requirements will be
rejected.
D. The design soil modulus may be adjusted based on data determined from project
soil testing results as provided by the Owner in the contract documents.
PART 3 INSTALLATION 3.01 CONSTRUCTION REQUIREMENTS
A. Preparation, cleaning, inspection, sewage by-passing and public notification. The
Contractor shall clean and televise the interior of the existing host pipe prior to installation of the CIPP liner. All debris and obstructions, that will effect the installation and the final CIPP product delivery to the Owner, shall be removed and disposed of.
B. The CIPP liner shall be constructed of materials and methods, that when installed,
shall provide a jointless and continuous structurally sound liner able to withstand all imposed static, and dynamic loads on a long-term basis.
C. The Contractor may, under the direction of the Owner, utilize any of the existing
manholes in the project area as installation access points. If a street must be closed to traffic because of the location of the sewer, the Contractor shall request a Road Closure and furnish a detailed traffic control plan and all labor and
CURED-IN-PLACE PIPE LINING 02700-12
equipment necessary. Approval of the plan is at the discretion of the local agency having jurisdiction over traffic control. The traffic control plan shall be in conformance with the requirements of the local agency having jurisdiction over traffic control.
D. Cleaning of Pipe Lines – The sewer segments to be lined shall be cleaned in
accordance with the Contract Documents. The Contractor shall remove all internal debris from the pipe line that will interfere with the installation and the final product delivery of the CIPP as required in these specifications. Solid debris and deposits shall be removed from the system and disposed of properly by the Contractor. Moving material from manhole section to manhole section shall not be allowed. As applicable the contractor shall either plug or install a flow bypass pumping system to properly clean the pipe lines. Precaution shall be taken, by the Contractor in the use of cleaning equipment to avoid damage to the existing pipe. The repair of any damage, caused by the cleaning equipment, shall be the responsibility of the Contractor. The Contractor is responsible to designate a site for the disposal of all debris removed, from the Owner’s sewer system, as a direct result of the cleaning operation. Unless otherwise specified by the Owner, the Contractor shall dispose off all debris at no charge.
E. By-passing Existing Sewage Flows – Bypass Pumping shall meet the
requirements of the Contract Documents. The Contractor shall provide for the flow of existing mainline and service connection effluent around the section or sections of pipe designated for CIPP installation. Service connection effluent may be plugged only after proper notification to the affected residence and may not remain plugged overnight. Installation of the liner shall not begin until the Contractor has installed a sewage by-pass system and all pumping facilities have been installed and tested under full operating conditions including the bypass of mainline and side sewer flows. Once the lining process has begun, existing sewage flows shall be maintained, until the resin/felt tube composite is fully cured, cooled down, full televised and the CIPP ends finished. The Contractor shall coordinate sewer bypass and flow interruptions with the Owner at least 14 days in advance and with the property owners and businesses at least 5 business days in advance. The pump and bypass lines shall be of adequate capacity and size to handle peak flows. The Contractor shall submit a detail of the bypass plan and design to the Owner before proceeding with any CIPP installation.
F. CCTV Inspection of Sewers to be Lined - Contractor shall perform pre and post
lining video inspections of the pipelines. Only PACP certified personnel trained in locating breaks, obstacles and service connections by closed circuit television shall perform the inspection. The Contractor shall provide the Owner a copy of the pre-cleaning and post-cleaning video and suitable log, and/or in digital format for review prior to installation of the CIPP and for later reference by the Owner.
G. Line Obstructions -It shall be the responsibility of the Contractor to clear the line
of obstructions that will interfere with the installation and long-term performance
CURED-IN-PLACE PIPE LINING 02700-13
of the CIPP. If pre-installation inspection reveals an obstruction, misalignment, broken or collapsed section or sag that was not identified as part of the original scope of work and will prohibit proper installation of the CIPP, the Contractor shall notify the Engineer and Owner of the unforeseen condition.
H. The Contractor shall be responsible for confirming the locations of all branch
service connections prior to installing and curing the CIPP. If required in the contract documents, each connection will be dye tested to determine whether or not the connection is live or abandoned.
I. The Contractor is responsible to obtain and pay for a suitable water supply to
complete the work of this project. 3.02 INSTALLATION OF LINER
A. The CIPP Liner shall be installed and cured in the host pipe per the
manufacturer’s specifications as described and submitted in the PWS. B. CIPP installation shall be in accordance with the applicable ASTM standards with
the following modification: C. The wet-out tube shall be positioned in the pipeline using the method specified by
the manufacturer. Care should be exercised not to damage the tube as a result of installation. 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.
D. Prior to installation and as recommended by the manufacturer remote temperature
gauges or sensors shall be placed inside the host pipe to monitor the temperatures during the cure cycle. Liner and/or host pipe interface temperature shall be monitored and logged during curing of the liner.
E. Curing shall be accomplished by utilizing the appropriate medium in accordance
with the manufacturer’s recommended cure schedule. The curing source or in and output temperatures shall be monitored and logged during the cure cycles. The manufacturer’s recommended cure schedule shall be used for each line segment installed, and the liner wall thickness and the existing ground conditions with regard to temperature, moisture level, and thermal conductivity of soil, per ASTM as applicable, shall be taken into account by the Contractor.
3.03 COOL DOWN
A. The Contractor shall cool the CIPP in accordance with the approved CIPP
manufacturer’s recommendations as described and outlined in the PWS.
CURED-IN-PLACE PIPE LINING 02700-14
B. Temperatures and curing data shall be monitored and recorded, by the Contractor, throughout the installation process to ensure that each phase of the process is achieved as approved in accordance with the CIPP System manufacturer’s recommendations.
3.04 FINISH
A. The installed CIPP shall be continuous over the entire length of a sewer line
section and be free from visual defects such as foreign inclusions, dry spots, pinholes, major wrinkles and de-lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe.
B. Any defect, which will or could affect the structural integrity or strength of the
linings, shall be repaired at the Contractor’s expense. C. The beginning and end of the CIPP shall be sealed to the existing host pipe. The
sealing material shall be compatible with the pipe end and shall provide a watertight seal.
D. If any of the service connections leak water between the host pipe and the
installed liner, the connection mainline interface shall be sealed to provide a water tight connection.
E. If the wall of the CIPP leaks, it shall be repaired or removed and replaced with a
watertight pipe as recommended by the manufacture of the CIPP system. 3.05 MANHOLE CONNECTIONS AND RECONNECTIONS OF EXISTING SERVICES
A. A seal, consisting of a resin mixture or hydrophilic seal compatible with the
installed CIPP shall be applied at manhole walls in accordance with the CIPP System manufacturer’s recommendations.
B. Existing services shall be internally or externally reconnected unless indicated
otherwise in the contract documents. C. Reconnections of existing services shall be made after the CIPP has been
installed, fully cured, and cooled down. It is the CONTRACTOR’S responsibility to make sure that all active service connections are reconnected.
D. External reconnections are to be made with a tee fitting in accordance with CIPP
System manufacturer’s recommendations. Saddle connections shall be seated and sealed to the new CIPP using grout or resin compatible with the CIPP.
CURED-IN-PLACE PIPE LINING 02700-15
E. A CCTV camera and remote cutting tool shall be used for internal reconnections. The machined opening shall be at least 95 percent of the service connection opening and the bottom of both openings must match. The opening shall not be more than 100 percent of the service connection opening. The edges of the opening shall not have pipe fragments or liner fragments, which may obstruct flow or snag debris and shall be brushed.
F. In the event that service reinstatements result in openings that are greater than 100
percent of the service connection opening, the Contractor shall install a CIPP type repair, sufficiently in size to completely cover the over-cut service connection. The repair type must be approved by the Owner and there will be no additional compensation for the repair of over-cut service connections.
G. Coupons of pipe material resulting from service tap cutting shall be collected at
the next manhole downstream of the pipe rehabilitation operation prior to leaving the site. Coupons may not be allowed to pass through the system.
3.06 TESTING OF INSTALLED CIPP
A. The Owner may elect to conduct his own testing to verify the physical properties
of the installed CIPP. B. If requested, the Contractor shall provide samples for testing to the Owner. C. Chemical resistance -The CIPP system installed shall meet the chemical
resistance requirements of ASTM standards. CIPP samples tested shall be of fabric tube and the specific resin proposed for actual construction. It is required that CIPP samples without plastic coating meet these chemical testing requirements.
E. Hydraulic Capacity -Overall, the hydraulic capacity shall be maintained as large
as possible. The installed CIPP shall at a minimum be equal to the full flow capacity of the original pipe before rehabilitation. In those cases where full capacity cannot be achieved after liner installation, the Contractor shall submit a request to waive this requirement, together with the reasons for the waiver request. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition.
3.07 FINAL ACCEPTANCE A. All CIPP sample testing and repairs to the installed CIPP as applicable, shall be
completed, before final acceptance, meeting the requirements of these specifications and documented in written form.
CURED-IN-PLACE PIPE LINING 02700-16
B. The Contractor shall perform a detailed closed-circuit television inspection in accordance with the Specifications and ASTM standards, in the presence of the Owner after installation of the CIPP liner and reconnection of the side sewers. A radial view (pan and tilt) TV camera shall be used. The camera shall be panned 360 degrees around the circumference of the pipe and along the wall of the finished pipe at 10 foot intervals. The finished liner shall be continuous over the entire length of the installation and shall be free of significant visual defects, damage, deflection, holes, leaks and other defects. Unedited digital documentation of the inspection shall be provided to the Owner within ten (10) working days of the liner installation. The data shall note the inspection date, location of all reconnected side sewers, debris, as well as any other defects in the liner, including, but not limited to, gouges, cracks, bumps, or bulges. If post installation inspection documentation is not submitted within Ten (10) working days of the liner installation, the Owner may at its discretion suspend any further installation of CIPP until the post-installation documentation is submitted. As a result of this suspension, no additional working days will be added to the contract, nor will any adjustment be made for increase in cost. Immediately prior to conducting the closed circuit television inspection, the Contractor shall thoroughly clean the newly installed liner removing all debris and buildup that may have accumulated.
C. Bypass pumping or plugging from the upstream manhole shall be utilized to
minimize sewage from entering the line during the inspection. In the case of bellies in the line, the pipe shall be cleared of any standing water to provide continuous visibility during the inspection.
D. Where leakage is observed through the wall of the pipe, the contractor shall
institute additional testing including but not limited to air testing, localized testing and any other testing that will verify the leak-proof integrity of the installed CIPP to the satisfaction of the Owner.
3.08 SITE SPECIFIC INFORMATION
Pipe Segment Location Street Size Mat. Comment DEPTH
(Ft. AVG)
586-518
173’ from MH 586
Irishtown Rd 8 AC
Hole W/ Soil
Visible, Active I&I 11.0
621-630
157’ from MH 621 School House
La 8 AC
Hole W/ Soil
Visible, Active I&I 10.3
1119-1098 220’ from MH 1119 Superior Ct. 8 AC 10.4
1109-1107
157.5’ from MH
1109 Conowingo 8 AC
Possible Sheer
Break 9.5
END OF SECTION
PRESSURE TESTING OF SEWER PIPE JOINTS & LATERAL CONNECTIONS 02762- 1
SECTION 02762
PRESSURE TESTING OF SEWER PIPE JOINTS & LATERAL CONNECTIONS
PART 1 GENERAL
1.01 DESCRIPTION
A. Pressure testing of sewer pipe joints and lateral connections to identify sewer pipe joints and lateral connections that are defective and that can be successfully sealed by the injection of chemical grout.
B. The work covered by this section consists of providing all labor, equipment,
material and supplies and performing all operations required to pressure test sewer pipe joints in the main pipe using air as the test medium.
B. The work covered by this section consists of providing all labor, equipment,
material and supplies and performing all operations required to pressure test sewer lateral connections to the main pipe using air as the test medium.
C. The intent of this section is the elimination of infiltration into sewers that are
otherwise structurally sound. Testing of joints that are visibly leaking is not required and will not be paid for by the Owner. Testing on cracked broken pipe will not be required and will not be paid for by the Owner.
1.02 QUALIFICATIONS
A. The work described above must be completed by a Company specializing in this
type of work with at least five years of documented experience. The foreman
designated by the Contractor to conduct the pressure testing of sewer pipe joints and
lateral connections must have a minimum of three years documented experience in
the pressure testing of sewer lateral connections and pipe joints.
1.03 SUBMITTALS A. Submit shop drawings under provisions of Section 01340.
B. Submit testing procedures and proposed equipment that will be used to pressure test
sewer pipe joints and sewer lateral connections to the main.
C. Submit qualifications of the Contractor as described in Section 1.2 of this
specification section.
PART 2 PRODUCTS
PRESSURE TESTING OF SEWER PIPE JOINTS & LATERAL CONNECTIONS 02762- 2
2.01 EQUIPMENT
A. Sewer pipe joint testing and lateral connection testing equipment shall consist of a
television camera with pan & tilt head, joint sealing packers for the various size
sewer pipes, and test monitoring equipment. The packer shall be cylindrical and
have a diameter less than the pipe size and have cables attached at each end to pull
it through the line. The same equipment shall be used for both testing and sealing
sewer joints. Equipment used to test lateral connections must include a mainline
packer and lateral bladder device and be capable of negotiating bends in the
lateral pipe and testing the first 10’0” of the lateral. The sewer joint and lateral
connection equipment shall be constructed in such a way as to provide means for
introducing air, under pressure, into the VOID area created by the expanded ends
of the joint-testing device and a means for continuously measuring the actual
static pressure of the air within the VOID areas only.
B. Void pressure data shall be transmitted electronically from the void to the monitoring equipment. All test monitoring shall be aboveground and in a location to allow for simultaneous and continuous observation of the television monitor and test monitoring equipment by the Contractor and Engineer.
PART 3 EXECUTION
3.01 GENERAL
A. The sewer lines shall be jet cleaned immediately prior to pressure testing pipe
joints and lateral connections as described in Section 02650 of the Contract
Documents to remove solids, roots, grease and allow for proper seating of the
sealing packer and operation of the television camera.
B. Protruding lateral connections shall be cut back in accordance with Section 02656
of the Contract Documents prior to the initiation of the work described in this
section.
C. The Contractor shall be responsible for providing the means and equipment to
control the flow of sewage during the work. If necessary, the Contractor shall
provide bypass pumping per Section 02150 of the Contract Documents. The
Contractor shall be responsible for damages to property due to sewer backup
while controlling sewage flow.
D. For the unit price bid for Pressure Testing Sanitary Sewer Joints and Lateral
Connections, the Contractor shall furnish all materials, labor, and equipment to
complete all work as specified. All joints in the lengths of sewer designated on
PRESSURE TESTING OF SEWER PIPE JOINTS & LATERAL CONNECTIONS 02762- 3
the Plans shall be pressure tested with air to determine if sealing is necessary and
re tested to verify sealing of failed sewer pipe joints and lateral connections.
E. If, in the opinion of the Contractor, Owner or Engineer, a joint appears to be
defective to the point where sealing will be ineffective in reducing potential
infiltration, testing of the joint will not be done.
F. Sewer line joint and lateral connection testing is used to identify sewer pipe and lateral joints that are defective and that can be successfully sealed by the internal pipe joints sealing process. Joint testing is also used to test the effectiveness of the seal. Testing of joints that are visibly leaking is not required and will not be paid for by the Owner. Testing on cracked or broken pipe will not be required and will not be paid for by the Owner.
G. The pressure testing of sewer pipe joints and lateral connections may only be used
on sewer pipe sections in sound physical condition. Pressure testing should not
proceed on sewer pipe joints or lateral connections that are in such poor structural
condition that in the judgment of Engineer or Contractor, significant structural
damage of the pipe would occur as a result of the pressure test.
H. When bell cracks or chips are evident from pipe section offset, sealing may be
undertaken where the offset is small enough to allow proper seating of the sealing
packer on both sides of the joint to be sealed.
I. Prior to starting the pipe joint testing phase of the work, a control test shall be
performed as follows:
1. After entering each manhole section with the test equipment, but prior to
the commencement of joint testing, the test equipment shall be positioned
on a section of sound sewer pipe between pipe joints, and a test performed
as specified. The equipment shall hold a 10 psi test pressure for a period of
thirty seconds with a pressure drop of less than 1 psi. In the event of a
failed test, repair any defective equipment and re-test to verify proper
operation of all equipment at no additional compensation.
K. Joint Sealing Verification: Upon completing the sealing of each individual failed
joint, the packer shall be deflated until the void pressure meter reads zero
pressure, then re inflated and the joint retested. Should the void pressure meter
not read zero, the Contractor shall clean his equipment of residual grout material
or make the necessary equipment repairs/adjustments to produce accurate void
pressure readings.
PRESSURE TESTING OF SEWER PIPE JOINTS & LATERAL CONNECTIONS 02762- 4
L. Residual Sealing Material: Residual sealing materials that extend into the pipe,
lateral pipe, reduce the pipe diameter, or restrict the flow shall be removed from
the joint and legally disposed of by the Contractor. The sealed joints shall be left
reasonably flush with the existing pipe surface. If excessive residual sealing
materials accumulate in the line (and/or if directed by the Owner/Engineer), the
manhole section shall be cleaned to remove the residual materials at no
additional cost to the Owner. The Contractor shall respond within two hours of
Owner or Engineers notification of potential back ups due to blockages associated
with grout or lateral reinstatement problems.
3.01 SEWER JOINT TESTING PROCEDURE A. Each sewer line joint which is structurally sound not visibly leaking shall be
individually air tested at a test pressure equal to 0.5 psi per vertical foot of pipe depth (not exceeding a pressure of 10 psi, but no less than a pressure of 4 psi) and in accordance with the following procedure:
1. The packer or testing device shall be positioned within the line in such a
manner as to straddle joint to be tested. 2. The packer or testing device and elements (sleeves) shall be expanded so
as to isolate the joint from the remainder of the line and create a void area between the packer or testing device and the pipe joint. The ends of the testing device shall be expanded against the pipe with sufficient inflation pressure to contain the air within the void without leaking past the expanded ends.
3. Air shall then be introduced into the void area until a pressure equal to or
greater than the required test pressure is observed by the void pressure monitoring equipment. If the required test pressure cannot be developed (due to joint leakage), the joint will have failed the test. Sealing of the joint, shall be performed in accordance with Section 02764 – Sanitary Sewer Packer Injection Chemical Grouting.
4. Air pressure will be applied until it is determined that the pressure cannot
be built up in the void or until the specified test pressure is reached as recorded by the void pressure monitor. When either of these conditions is reached, the air supply shall be shut off. If no pressure can be built up, the joint will have failed the test. The joint will also have failed the test if the pressure drops more than one (1) p.s.i. in 15 seconds or two (2) p.s.i. in 30 seconds. Sealing of the joint, shall be performed in accordance with Section 02764 – Sanitary Sewer Packer Injection Chemical Grouting. Any joint failing the test shall be retested utilizing the same method and procedures until it does pass the test.
PRESSURE TESTING OF SEWER PIPE JOINTS & LATERAL CONNECTIONS 02762- 5
3.03 LATERAL CONNECTION TESTING PROCEDURE
A. Test service connections at mainline liner as described herein
1. Equipment testing procedures.
a. Isolate each connection with mainline packer and lateral bladder device manufactured by American Logiball, Inc. or equal.
b. Apply pressure into each test area created by testing device.
2. Specified test pressure: 1 psi for each foot of average depth of sewer
mainline. 3. Continuously monitor test pressure during test with digital pressure gage
reading in 1/10 psi units and CCTV inspection system. 4. If specified test pressure is not achieved release pressure, make
adjustments with equipment, and test again.
a. If specified test pressure is still not achieved connection has failed test and shall be sealed in accordance with Section 02764 of the Contract Documents.
5. Once specified pressure in test area has been displayed on meter above
ground, stop application of pressure and commence 10 second stabilization period.
6. Observe meter for 20 seconds. If the void pressure drop is greater than 1.0
psi during this time period, the lateral shall be considered to have failed
the air test and shall be grouted in accordance with Section 02764 and
retested.
7. After completing the air test for each individual lateral specified herein,
deflate the lateral packer. If the void pressure does not drop to
approximately zero, the equipment shall be adjusted to provide a zero void
pressure reading at the monitor.
END OF SECTION
SANITARY SEWER PACKER INJECTION GROUTING 02764- 1
SECTION 02764
SANITARY SEWER PACKER INJECTION GROUTING
PART 1 GENERAL 1.01 SCOPE
A. The work in this Section consists of providing for the rehabilitation of defective pipe joints, some circumferential pipe cracks and other small pipe defects by the application of chemical grouting materials in Accordance with ASTM Designation F-2304-03. “Standard Practice for Rehabilitation of Sewers Using Chemical Grouting.”
1.02 SAFETY
A. Contractor shall be solely responsible for safety during the performance of all Work. Contractor shall take satisfactory precautions to protect the sewer segments and appurtenances from damage that might be inflicted upon them by the use of grouting equipment. Any damage inflicted upon a sewer segment or other public or private property as a result of the Contractor’s grouting operations, regardless of the grouting method used and regardless of any other circumstance which may contribute to the damage, shall be repaired by Contractor at his sole expense. Contractor shall not enter into any sewer segment where hazardous conditions may exist until such time as the source of those conditions is identified and eliminated by the Contractor. Contractor shall perform all work in accordance with the latest OSHA confined space entry regulations. Contractor shall coordinate his work with local fire, police and emergency rescue units.
1.03 MINIMUM QUALIFICATIONS
A. Contractor shall have a history of at least five years of pressure testing and
grouting sewer pipe joints lateral connections.
B. The chemical sealant shall have documented service of successful performance in
similar usage, with a minimum of 12,000 joints grouted.
C. All work shall be supervised by a foreman having previously performed pressure
testing and chemical grout sealing of a minimum of 250 lateral tap connections
and sewer pipe joints.
1.04 GUARANTEE
A. All sanitary sewer joints and lateral connections rehabilitated by the pressure injection of grout shall be guaranteed by the Contractor against infiltration,
SANITARY SEWER PACKER INJECTION GROUTING 02764- 2
spalling, loss of adhesion or failure for a period of 5 years from the date of Final Completion. During this period, all defects shall be repaired by Contractor in a manner satisfactory to the Engineer at no additional compensation.
1.05 SUBMITTALS
A. Submit shop drawings under provisions of Section 01340. B. Chemical Grout C. Equipment: Pressure grouting equipment and procedures. D. Records: Contractor shall record and submit field records for each sewer section
prior to, during, and after completion of the chemical grouting operation. Records shall include information such as accurate locations, gel times, grout volumes, grout pressures, air temperatures, and joints not sealed due to close proximity to building service connections and manholes.
1.05 GUARANTEE
A. All sewer joints or lateral connections rehabilitated by the injection of chemical grout shall be guaranteed by the Contractor against infiltration, shrinkage, loss of adhesion or failure for a period of 5 years from the date of Final Completion. During this period, all defects shall be repaired by Contractor in a manner satisfactory to the Engineer at no additional compensation.
B. The Contractor shall conduct warranty testing on 15% of the mainline lateral
connections 18 to 24 months after completion of the grouting. Engineer will
select the lateral connections to be tested. The actual period for the testing shall
be determined by the Engineer and will ideally be conducted high groundwater
conditions. Contractor will be provided with 60 days notice of the warranty
testing. Conduct all warrant testing in the presence of the Engineer.
C. If more than 10% of the warranty tested lateral connections fail, an additional
15% of the lateral connections will be warranty tested. If more than 10% of the
second group of warranty tested lateral connections fail, 100% of the remaining,
untested, lateral connections will be warranty tested and, if the tests fail, grouted
at no additional compensation.
D. All joints failing warranty testing shall be grouted and retested at no additional
compensation.
PART 2 PRODUCTS
SANITARY SEWER PACKER INJECTION GROUTING 02764- 3
2.01 MATERIALS
A. Delivery, Storage and Handling: 1. Contractor shall deliver materials to job site in undamaged, unopened
containers bearing manufacturer's original labels. 2. Materials used as chemical grout shall be transported, stored, and placed
in manner prescribed by manufacturer of those materials, as detailed in published data provided by manufacturer.
3. Handling, formulation and storage of the grout compound shall be in strict
conformance with the manufacturer’s recommendations. The uncured
grout shall be delivered to the site in unopened containers, with the date of
manufacturer clearly indicated, no uncured grout manufactured more than
six months prior to the date of application shall be utilized. Any uncured
grout compound determined to be more than six month old shall be
immediately removed from the site. Once a container of uncured grout
has been opened it shall be used within 24 hours.
B. Chemical Grout
1. Grout used shall be Avanti AV-100 acrylamide or equal. Contractor shall
provide a chemical sealant solution containing principal chemical sealant constituent, initiator (trigger) and catalyst specifically recommended for the purpose of sealing leaks in sanitary sewer lines and manholes. Chemical sealant constituent, initiator (trigger) and catalyst shall be compatible when mixed.
2. Solution shall have ability to tolerate dilution and react in moving water. After final reaction, it shall be a stiff, impermeable, yet flexible gel.
3. The grout proportions shall be such that dilute aqueous solutions – when properly catalyzed – will form stiff gels.
4. Grout shall make true solution at concentrations as high as three pounds per gallon of water.
5. Solutions shall have ability to accept dilution by groundwater of at least 50% by volume, without significantly changing sealing ability of the gel when at rest or in motion.
6. Solutions shall gel in a predetermined time when exposed to normal groundwater pH ranges, and be capable of formula adjustments to compensate for changing conditions.
7. Final reaction shall produce a continuous, irreversible, impermeable stiff gel at chemical concentrations as low as 0.4 lbs per gallon of water that is able to break away from the joint sealing packer when the packer is deflated.
SANITARY SEWER PACKER INJECTION GROUTING 02764- 4
8. Gel shall not be rigid or brittle. Gel shall have negligible corrosion rate on mild steel plates.
C. Chemical Root Inhibitor 1. Dichlobenil (2-6-dichlorobenzonitrile): Norosac 50W or equal. 2. Contractor shall add root inhibitor to the chemical grout mixture at a safe
level of concentration having the ability to remain active within the grout for a minimum of 12 months.
3 Contractor shall mix root inhibitor with the grout according to the instructions of the grout manufacturer and in the specified quantities as recommended by the grout manufacturer.
D. Water shall be potable.
2.02 EQUIPMENT A. Contractor shall provide equipment consisting of closed-circuit television
systems, necessary chemical sealant containers/tanks, pumps, regulators, valves, hoses, etc. and joint sealing packers for appropriate sizes of pipe designated to receive chemical grouting.
B. The packer shall be cylindrical and have a diameter less than the pipe size. The
packer shall be constructed in a manner to allow restricted amounts of sewage to flow and shall be pneumatically operated. Hydraulically or mechanically expanded devices shall not be permitted.
C. Tap and lateral service sealing shall be accomplished with a lateral packer. The
objective of the lateral service packer is to seal the tap connection to the main
sewer and a portion of the lateral service. The lateral sealing inversion tube shall
be designed to accommodate 4-inch and 6-inch diameter laterals and laterals with
a transition diameter. Lateral service sealing shall grout a minimum of the
connection and the second joint or use a 6 foot long sleeve, whichever is less, for
laterals directly connected to the mainline sewer.
PART 3 EXECUTION 3.01 INSTALLATION
A. Cleaning: Prior to the application of chemical grouting materials, Contractor shall thoroughly clean the sewer designated to receive the chemical grouting in accordance with Section 02650 of the Contract Documents. Cleaning shall constitute removal of all debris, solids, roots and other deposits in the sewer line; particularly at the sewer pipe joints. Acceptance of cleaning work in sewer line
SANITARY SEWER PACKER INJECTION GROUTING 02764- 5
sections shall not be made until testing and sealing of joints and cracks in section of the respective sewer have been completed.
B. Inspection of Pipelines: After cleaning and prior to application of chemical
grouting materials, Contractor shall inspect the sewer designated to receive the chemical grouting. Sewer line inspection requirements are contained in Section 0265, Television Inspection of the Contract Documents. If inspection reveals an obstruction or condition that will not allow for the passage of grouting equipment or does not lend itself to grouting, such as a badly dropped joint or badly misaligned joints, Contractor shall notify Engineer of condition.
C. Sewage Flow Control: Contractor shall provide for maintenance of flow in the
affected portions of the sewer system during grouting of the sewer line. Requirements for sewage flow control and bypass pumping are contained in Section 02150, Bypass Pumping of the Contract Documents. Sewage flow control shall be employed by Contractor when sewer line depth of flow at the upstream manhole of the sewer line section being worked is above the maximum allowable. For joint testing and sealing. Flow control shall be accomplished by bypass pumping of flow from upstream of the sewer segment to be grouted to a point downstream of the sewer segment to be grouted. 1. Depth of flow shall not exceed that shown below for respective pipe sizes
as measured in the upstream and downstream manholes when performing joint testing and sealing.
2. Maximum Depth of Flow for Joint Testing/Sealing, 8 in. – 24 in. diameter
pipe 25% of pipe diameter
D. Pre & Post Sealing Pressure Testing: The Pressure testing of pipe joints and lateral connections shall be completed in accordance with Section 02762 of the Contract Documents.
E. Chemical Grout Application
1. Repairs shall take place at joints, generally small circumferential cracks, small holes, or similar points of infiltration as identified. The repair shall be such that the original cross-sectional area and shape of the interior of sewer pipe shall not be permanently reduced or changed.
2. Sewer Pipe Joints
a. Contractor shall position the sealing packer over the area of infiltration by means of a metering device at the surface and closed circuit television camera in the line.
b. Accurate measurement of the location of the defect to be sealed shall be made, using the portion of sealing packer as "Datum" or measurement point or target.
SANITARY SEWER PACKER INJECTION GROUTING 02764- 6
c. Such measurement to the target shall also be used to obtain necessary measurement for positioning the injection area of sealing packer over area to be sealed.
d. Contractor shall expand the sealing packer sleeves using controlled pressures.
e. Expanded sleeve shall seal against the inside periphery of pipe to form a void area at the point of infiltration, completely isolated from the remainder of the line.
f. Contractor shall pump sealant materials into this isolated area through hose systems at controlled pressures which are in excess of groundwater pressures.
g. Contractor shall pump as much grout as is field-required to seal any leaks and fill the voids.
f. Grout shall break away from the packer and stay in place when the packer is deflated and moved from the point of infiltration.
h. Upon completion of injection, Contractor shall retest the point of repair. If retesting shows the seal was not completely effective, Contractor shall repeat the sealing process until the defect successfully passes the pressure test.
i. After sealing the entire sewer section, Contractor shall remove surplus grouting material from section at the immediate downstream manhole. If surplus grouting materials left in the sewer section by Contractor results in sewer surcharging and subsequent damage to public or private property, Contractor shall be responsible for damage to property and expenses incurred by Owner.
k. For mainline sewer pipe joint sealing and sealing laterals
connected to manholes by packer injection grouting, gel times shall
be 30 seconds + seconds unless otherwise approved by Engineer.
3. Lateral Connections
a. The lateral packer used to accomplish the pre sealing pressure test
shall remain in position during the sealing of the connection, thus
maintaining the isolated void. Grout will be pressure injected
through the lateral packer into the annular space between the
inversion tube and the lateral pipe. Under pressure, the grout shall
be then force out into the soil through leaking joints and pipe
defects.
b. Upon completion of the lateral sealing procedure, the lateral shall
be air tested a second time to confirm the sealing of the
connection. If the lateral fails the air test a second time, the
grouting procedure shall be repeated at no additional cost to the
Owner. This sequence of air testing, grouting and subsequent air
SANITARY SEWER PACKER INJECTION GROUTING 02764- 7
testing shall be repeated until either the lateral is sealed or it is
determined that the grout consumption is too high and may result
in the blockage of the lateral pipe. The Final Determination To
Stop Subsequent Attempts To Seal A Lateral Will Be Made Jointly
Between The ENGINEER And The CONTRACTOR.
c. The CONTRACTOR shall confirm lateral flow after the successful
sealing of each lateral tap. With the lateral packer in position, the
inversion tube shall be retracted and air pressure injected into the
lateral. Should a pressure build in the lateral and not drop to
approximately zero in a few seconds, the packer will be moved off
the connection and the connection shall be viewed with a television
camera. With the camera viewing the connection point, an attempt
will be made to obtain a water flush by the occupant. If no water is
viewed during this procedure, it will be assumed that the building
sewer connection is blocked with grout and the responsibility to
clear the lateral will be the Contractor’s at no additional cost to the
OWNER. Blockages in the lateral that are not the result of
grouting operations shall not be the responsibility of the
CONTRACTOR.
3.02 JOINT SEALING VERIFICATION
A Grouting of joints shall be recorded in conjunction with the testing of joints as
specified in Section 02762, Pressure Testing of Sewer Pipe Joints. The
CONTRACTOR shall record the drop of pressure immediately before sealing,
and immediately after grouting. After the packer is deflated and moved, the
visual inspection of the joint will be recorded.
B. The CONTRACTOR shall conduct grouting verification testing of grouted
laterals for quality control purposes on 25% of the grouted laterals in each sewer
line segment (i.e., manhole to manhole) at the completion of the pipe segment. A
minimum of one lateral shall be tested in each pipe segment. ENGINEER may
select the laterals to be re-tested. Pressure testing shall be conducted according to
Section 02762, Pressure Testing of Sewer Pipe Joints. If any lateral connections
in a pipe segment fail the retest after sealing, all laterals, as applicable, in a pipe
segment will be retested at no additional cost to OWNER. This post repair testing
and any additional testing/sealing required beyond the initial retest area shall be
accomplished at no additional compensation.
3.03 DISPOSAL
SANITARY SEWER PACKER INJECTION GROUTING 02764- 8
A. Furnish a container for collection of cleaning solvents used in the cleaning of the
grouting equipment. An approved solvent recovery process shall dispose of
collected solvents. Disposal of cleaning solvents into the sewer system or into
natural watercourses will be strictly prohibited.
END OF SECTION
SITE RESTORATION 02937-1
SECTION 02937 SITE RESTORATION PART 1 GENERAL 1.01 WORK INCLUDED A. All damaged or disturbed areas shall be restored in accordance with this section and
to the condition prior to construction or better. B. Preparation of subsoil. C. Placing topsoil. D. Fertilizing. E. Seeding. F. Mulching. 1.02 DEFINITIONS A. Noxious Weeds: Includes Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning
Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwork, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.
1.03 REGULATORY REQUIREMENTS A. Conform to requirements of the latest edition of the Maryland Department of
Transportation, State Highway Administration Standard Specifications for Construction and Materials and applicable permit requirements.
B. Comply with regulatory agencies for fertilizer and herbicide composition.
C. Comply with requirements of Cecil County Conservation District. 1.04 QUALITY ASSURANCE A. Provide seed mixture in containers showing percentage of seed mix, percent
germination, year of production, net weight, date of packaging, and location of packaging.
SITE RESTORATION 02937-2
1.05 SCHEDULING AND COORDINATION A. Coordinate Work of this Section with Work of other Sections. B. Schedule site restoration operations to minimize the time disturbed areas will be left
exposed to erosion. 1.06 SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Provide data on all seed mixes with certified statement of weight,
composition, mixture, percentage of purity, and germination as verification that the proper materials and volumes have been used. Also provide data on all soil amendment materials, herbicides, or other chemicals to be used for Work of this Section.
1.07 DELIVERY, STORAGE AND HANDLING A. Deliver, store and protect Products to site under provisions of Section 01600. B. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not
acceptable. C. Deliver fertilizer in original, unopened waterproof bags showing weight, chemical
analysis, name of the manufacturer. PART 2 PRODUCTS 2.01 SEED MIXTURE A. Permanent grass seed mixture shall be Region 3. B. The date of the last germination of the seed shall be within a period of six months
prior to commencement of planting operations. Seed shall be from same of previous year’s crop; each variety of seed shall have a purity of not less than 85%, a percentage of germination not less than 90%, shall have a weed content of not more than 1% and contain no noxious weeds.
2.02 TOPSOIL A. Excavated material from site and free of roots, rocks larger than one inch, subsoil,
debris, and weeds. 2.03 MULCHING AND BINDER
SITE RESTORATION 02937-3
A. Dry oat or wheat straw, free from weeds and foreign matter detrimental to plant life. Hay is not acceptable.
B. Synthetic binder for mulch shall be non-asphaltic emulsion, Mulch Mate Super
Tack or approved equal. 2.04 SOIL SUPPLEMENTS A. Add limestone and fertilizer in accordance with MD DOT Section 705 and E&S
Drawings. 2.05 WATER A. Clean, fresh and free of substances or matter which could inhibit vigorous growth of
grass. PART 3 EXECUTION 3.01 INSPECTION A. Verify that subgrade is ready to receive the work of this Section. 3.02 PREPARATION OF SUBSOIL A. Prepare subsoil to eliminate uneven areas and low spots. Maintain lines, levels,
profiles and contours. Make changes in grade gradual. Blend slopes into level areas.
B. Remove foreign materials, weeds, and undesirable plants and their roots. Remove
contaminated subsoil. C. Prepare subgrade to obtain satisfactory bond between subsoil and topsoil by
scarifying subsoil to a depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subsoil. This operation shall not be performed when subgrade is frozen, excessively wet or dry. Scarify immediately prior to topsoil placement.
3.03 PLACING TOPSOIL A. Spread topsoil to a minimum depth of 4 inches over area to be seeded. Rake until
smooth. B. Place topsoil during dry weather and on dry, unfrozen subgrade. C. Remove vegetable matter and foreign non-organic material while spreading. D. Grade to eliminate rough, low, or soft areas, and to ensure positive drainage.
SITE RESTORATION 02937-4
3.04 SOIL SUPPLEMENTS A. Apply limestone and fertilizer according to manufacturer's instructions, MD DOT
Section 705, and E&S Drawings. B. Apply after smooth raking of topsoil and prior to roller compaction. C. Do not apply lime or fertilizer at same time or with same machine as will be used to
apply seed. D. Mix thoroughly into upper 2 inches of topsoil. E. Lightly water to aid the dissipation of fertilizer. F. Any irregularities or depressions caused by liming or fertilizing operations shall be
corrected prior to seeding. 3.05 SEEDING A. Apply seed at a rate of 3 lbs per 1000 square feet either by hydro-seeding or
mechanical spreading. B. If using mechanical spreading apply evenly in two intersecting directions. Rake in
lightly. C. Do not seed area in excess of that which can be mulched on same day. D. Do not sow immediately following rain, when ground is too dry, or during windy
periods. E. Roll seeded area with roller not exceeding 112 lbs. 3.06 MULCHING A. Immediately following seeding and compacting, apply mulch at 135 lb/1000 square
foot for an approximate thickness of 2 inches. B. Apply mulch binder at a rate recommended by manufacturer immediately after
placement of mulch. C. Apply water with a fine spray immediately after each area has been mulched.
Saturate to 4 inches of soil. 3.07 MAINTENANCE
SITE RESTORATION 02937-5
A. Areas shall be mowed not less than once each 10 days to help prevent weeds from establishing.
B. General restored areas shall be cut to a height no less than 2 1/2”. C. Neatly trim edges and hand clip where necessary. D. Control growth of weeds. If necessary, apply herbicides in accordance with
manufacturer’s instructions. Remedy damage resulting from improper use of herbicides.
E. Reseed any areas which do not show even stand. F. Contractor shall water restored areas until Final Completion. 3.08 GUARANTEE PERIOD A. All restored areas shall be guaranteed by the Contractor for not less than one full
year from the date of Final Completion. B. During first planting season after Final Completion, any restored areas not
demonstrating satisfactory stands, as determined by the Engineer, shall be renovated, reseeded, and maintained by Contractor until satisfactory stands are attained at all restored areas.
C. A satisfactory stand shall be defined as an even stand of grass, after cutting, at least
2 1/2” tall with at least 85% germination. 3.09 PROTECTION
A. Protect restored area from damage until area is stabilized. Repair damaged areas at no additional cost to the Owner.
END OF SECTION