HomeMy WebLinkAbout104-08 RESOLUTIONRESOLUTION NO. 104-08
A RESOLUTION AWARDING BID #08-39 AND APPROVING A
CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE
AMOUNT OF $330,000.00 FOR 2008 SANITARY SEWER MAIN
LINE AND SERVICE LATERAL LINING, CURED IN-PLACE PIPE
METHOD.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby awards Bid #08-39 and approves a contract with Insituform Technologies,
Inc. in the amount of $330,000.00 for 2008 sanitary sewer main line and service
lateral lining, cured in-place pipe method.
PASSED and APPROVED this 20th day of May, 2008.
APPROVED:
By:
DAN COODY, Mayor
ATTEST:
By:
elF.F.'RZN
::.U' •73;
e •
s :FAYETTEVILLE:
,.,,, V rnrz: -%%%%
SONDRA E. SMITH, City Clerk/Treasurer
1
1
1
1
Y
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BID DOCUMENTS AND SPECIFICATIONS
CONTRACT FOR 2008 SANITARY SEWER MAIN"
LINE AND SERVICE LATERAL LINING
aye evtle
City of Fayetteville, Arkansas
March, 2008
CURED IN PLACE PIPE METHOD
Ili/�5� A �'
,' ARKANSAS
REGI*
1�'R
ig�
k4Ps-1
rvQ 111 A3 *•+``1�
NEON W p,t o3/r9�ag
//�
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BID DOCUMENTS AND SPECIFICATIONS
CONTRACT FOR 2008 SANITARY SEWER MAIN
LINE AND SERVICE LATERAL LINING
aye evtle
City of Fayetteville, Arkansas
March, 2008
CURED IN PLACE PIPE METHOD
NE ir-
":14, No.11.53 4/°I+�+
\toN 1N �0�1003%!9(cyir
ADDENDUM 1 TOB1D DOCUMENTS AND SPECIFICATIONS
CONTRACT FOR 2008 SANITARY SEWER MAIN
LINE AND SERVICE LATERAL LINING
CURED IN PLACE PIPE METHOD
City of Fayetteville, AR
Released April 7, 2008
BID NUMBER 08-39
This Addendum Number 1, consisting of three (3) Items, Is hereby made a part of the
Contract Documents to the same extent as though it were originally included therein, and
shall supersede anything contained in the Plans and Specifications with which it might
conflict. This Addendum shall be attached to the Index Sheet of the Contract Document
and submitted with the bid. Bidders shall acknowledge receipt of this Addendum on the
outside of the sealed bid envelope. The Contract Documents for the above titled project
is revised and amended as follows:
1. Replace paragraph 2.3.9 b) and c) with the following:
2.3.9 CONTRACTOR QUALIFICATIONS
b) For a mainline Product to be considered Commercially Proven, a minimum
of 1,000,400 linear feet or 4,000 manhole -to -manhole line sections of
successful wastewater collection system installations in the U.S. must be
documented to the satisfaction of the City to assure commercial viability.
The mainline product intended for use on this contract must be specified
with the submittal documents. All materials furnished shall be
manufactured in the U.S.A.
c) For a Contractor to be considered as Commercially Proven, the Contractor
and the Contractor's personnel must have had at least 5 (five) years active
experience with the Contractor in the commercial installation of the
products bid. The installing CONTRACTOR must be specified with the
submittal documents.
(continued on page 2)
Addendum Number 1 - 2008 CIPP Page 1
•
2. Replace paragraph 3.1.3 pertaining to product approval with:
3.1.3 PRODUCT, MANUFACTURER, CONTRACTOR QUALIFICATION REQUIREMENTS:
For a Product to be considered Commercially Proven, a minimum of
1,000,000 linear feet or 4,000 manhole -to -manhole line sections of
successful wastewater collection system installations in the U.S. must be
documented to the satisfaction of the Owner to assure commercial
viability.
3. Delete paragraph 3.4.2
Sincerely
Shannon W..Jone:, P.E.
Water & Wastewater Engineer
Addendum Number 1 -- 2008 CPP Page 2
1
1
TABLE OF CONTENTS
1.0 ADVERTISEMENT FOR BIDS
2.0 INFORMATION FOR BIDDERS
2.1 INVITATION TO BID
2.2 SCOPE OF WORK
2.3 GENERAL INFORMATION
2.4 SPECIAL CONDITIONS
1
3.0 TECHNICAL SPECIFICATIONS
3.1 CURED -IN-PLACE MAINLINE RECONSTRUCTION
3.1.1 INTENT
3.1.2 REFERENCED DOCUMENTS
1 3.1.3 PRODUCT, MANUFACTURER, INSTALLER QUALIFICATION
REQUIREMENTS
3.1.4 MATERIALS
3.1.5 STRUCTURAL REQUIREMENTS
3.1.6 INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS
3.1.7 REINSTATEMENT OF BRANCH CONNECTIONS
3.1.8 INSPECTION
3.1 .9 CLEAN-UP
1
1
1
1
1
1
1
1
1
3.2 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM MAINLINE
3.2.1 INTENT
3.2.2 REFERENCE SPECIFICATIONS
3.2.3 GENERAL CORROSION REQUIREMENTS
3.2.4 CURED -IN-PLACE PIPE MATERIALS
3.2.5 PHYSICAL STRENGTH
3.2.6 DEVIATIONS
3.2.7 INSTALLATION PREPARATIONS
3.2.8 INSTALLATION OF LATERAL LINING
3.2.9 CLEAN-UP
3.2.10 PAYMENT
3.3 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM CLEANOUT OR ACCESS
PIT
3.3.1 INTENT
3.3.2 REFERENCE SPECIFICATIONS
3.3.3 GENERAL CORROSION REQUIREMENTS
3.3.4 CURED -IN-PLACE MATERIALS
3.3.5 PHYSICAL STRENGTH
3.3.6 DEVIATIONS
1
1
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 '
3.3.7 INSTALLATION PREPARATIONS
3.3.8 INSTALLATION OF CURED -IN-PLACE LATERAL LINING
3.3.9 CLEAN-UP
3.3.10 PAYMENT
3.4 CURED -IN-PLACE PIPE FOR TRENCHLESS PIPELINE POINT REPAIR
3.4.1 INTENT
3.4.2 PREQUALIFICATION
3.4.3 MATERIALS
3.4.4 STRUCTURAL REQUIREMENTS
3.4.5 INSTALLATION
3.4.6 TESTING REQUIREMENTS
3.4.7 INSPECTION
3.4.8 CLEAN-UP
3.4.9 PAYMENT
3.5 CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY
SEWERS
3.5.1 GENERAL
3.5.2 MATERIALS
4.0 BIDDERS PROPOSAL
4.1 ITEMIZED DESCRIPTION OF BID PRICING
4.2 GENERAL INFORMATION
5.0 CONTRACTS AND BONDS
5.1 AGREEMENT
5.2 PERFORMANCE BOND
5.3 PAYMENT BOND
5.4 MAINTENANCE BOND
5.5 CONTRACTOR'S AFFIDAVIT OF BILLS PAID
1.0 INVITATION TO BID
BID NUMBER 08-39
2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN
PLACE PIPE METHOD
RECEIPT OF BIDS
Separate sealed bids for 2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL
REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number 08-39, Fayetteville, Arkansas
are invited and will be received at the office of the Purchasing Officer located at room
306, 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00
p.m. on April 16, 2008 and immediately thereafter or as soon thereafter as is practicable
all bids will be publicly opened in a room to be designated at that time and the bid prices
read aloud. The bid opening will be in room 326 of the City of Fayetteville Administration
building at 113 West Mountain.
The work consists of a term contract for sewer rehabilitation using an approved cured in
place pipe lining method and material, up to an estimated 6,200' of 6" - 18" sanitary sewer
main line pipe, 30 each 4" service laterals, five cured in place point repairs, and 60
internally reinstated connections on the 6"-18" mains.
Sealed envelopes or packages containing bids shall be marked or endorsed "2008
ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN
PLACE PIPE METHOD, Bid Number 08-39." The contractor's state contractor's license
number must be clearly stated on the envelope or package containing the bid.
CONTRACT DOCUMENTS
Copies of the Contract Documents required for review or bidding purposes may be
obtained only from the office of the office of Purchasing Officer located at Room 306, 113
West Mountain, Fayetteville, Arkansas. Bid documents are available for inspection at the
same office.
Copies of the Bidding documents may be obtained at the Purchasing Agents office in
accordance with the Instructions to Bidders at no cost for each set of documents. Partial
sets are not available.
BID SECURITY
Each bid shall be accompanied by a certified check, a cashier's check or bid bond
payable to the order of the City of Fayetteville, Arkansas in an amount not Tess than five
percent of the bid as a guarantee that the bidder will, within ten (10) days after the date
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
of the award of contract, execute an agreement and file bonds and insurance as
required by the Contract Documents if his bid is accepted.
A pre-bid meeting shall be held at City Hall, Room 326, 113 West Mountain, Fayetteville,
Arkansas on Wednesday, April 2, 2008 at 2:00 p.m. Attendance at this pre-bid meeting is
not mandatory.
Said Contract Documents are by this reference incorporated into and made a part of this
Invitation to Bid and should be consulted for full particulars.
The City of Fayetteville reserves the right to reject any and all bids, and to waive minor
defects or informalities deemed to be in the City's best interest.
"Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas,
encourages all qualified small, minority and women business enterprises to bid on and
receive contracts for goods, services, and construction. Also, the City of Fayetteville,
Arkansas, encourages all general contractors to subcontract portions of their contract to
qualified small, minority, and women business enterprises."
All questions or correspondence concerning the plans and specifications shall be directed
to Shannon Jones, P.E., Water and Wastewater Engineer, 125 West Mountain, Fayetteville,
AR, 72701, (479) 575-8206.
City of Fayetteville, AR
Andrea Foren CPPB
Purchasing Agent
Publication: March 24, 2008
March 31, 2008
Bid # 08-39
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.0 INFORMATION FOR BIDDERS
2.1 INSTRUCTIONS FOR BIDDING
2.1.1 SUBMITTING THE BID
• Each Bid must be submitted in a SEALED ENVELOPE addressed to
Peggy Vice
Purchasing Officer, Room 306
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
• Each sealed envelope containing a Bid must be plainly marked on the outside
of the envelope as Bid for 2008 ANNUAL SANITARY SEWER MAINLINE AND
SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number
08-39. The envelope should bear the full name and address of the Bidder on
the outside. The envelope shall also bear the valid Arkansas Contractor's
License Number.
• If forwarded by mail, the above-described envelope containing the Sealed
Bid must be enclosed in another envelope addressed to:
Peggy Vice
Purchasing Officer
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
2.1.2 FILLING OUT THE BID DOCUMENTS
• All Bids must be made on the required bid form as contained within the
Contract Documents.
• All spaces for bid prices must be filled-in in ink or typewritten, and the Bid Form
must be fully completed and properly executed by a bona fide agent of the
Bidder when the Bid is submitted.
• The City of Fayetteville is not exempt from state and local use taxes. Bid
amounts shall include State and local sales or use tax.
• Only one copy of the Bid Form is required to be submitted.
• The Bid Form should be left in the Contract Documents and Specifications and
the entire set should be submitted with the Bid.
• A conditional or qualified bid may be rejected.
2.1.3 BID CONDITIONS AND REQUIREMENTS
• A Bidder may not withdraw his bid within sixty (60) consecutive calendar days
after the date of the opening thereof. Should there be reasons why the
Contract cannot be awarded within the specified 60 -day period, the time
may be extended by mutual agreement between the Owner and the Bidder.
• The Owner may waive any informalities or minor defects in the bidding, or
reiect any or all bids without recourse.
• Any Bid may be withdrawn prior to the scheduled time for the opening of Bids
or authorized postponement thereof.
• Any Bid received after the time and date specified for receipt of bids will not
be considered and will be returned to the Bidder unopened.
• The Contractor's Bid shall be accompanied by a cashier's or certified check
upon a national or state bank in an amount not less than five (5) percent of
the total maximum Bid Price, payable without recourse to the City, or a Bid
Bond in the same amount from a reliable surety company, as a guarantee
that the Bidder will enter into a Contract and execute Performance and
Payment Bonds within ten (10) days after Notice of Award of Contract to him.
The Notice of Award shall be given by the Owner within sixty (60) days
following the opening of Bids.
• The successful bidder must furnish Performance and Payment Bonds upon the
form provided in the amount of 100% of the total contract price from an
approved bank or surety company holding a permit from the State of Arkansas
to act as surety, or other surety or sureties acceptable to the City.
• The CONTRACTOR shall furnish a Maintenance Bond for an amount equal to ten
percent (10%) of the contract price for improvements and shall be for two (21
years from and after the date of the Engineers acceptance of the work.
• The CONTRACTOR agrees that they will comply with the terms of the "Americans
With Disabilities Act".
• Attention of Bidders is particularly called to the requirement as to conditions of
employment to be observed and minimum wages to be paid under the
Contract as incorporated.
• The Bidder shall submit within the same envelope with his Bid Form, complete
"submittal data" to thoroughly define the character of the methods and
materials upon which his Bid is based. Submittal data shall include catalog
data sheets, descriptive material, photographs, etc., so as to thoroughly -
explain to the Owner the character of the proposed rehabilitation. If such
submittal is deficient in the opinion of the Owner, the Owner may request of
the Bidder supplementary information as necessary to satisfy the Owner.
2.1.4 STATEMENT OF QUALIFICATIONS
• It is the intention of the City to award a Contract only to a bidder who
furnishes satisfactory evidence that he has the requisite experience and ability
and that he has sufficient capital, facilities, and plant to enable him to
prosecute the work successfully and promptly. Prospective bidders must
complete and submit the enclosed Qualification Statement with his bid. The
Contractor must also provide documentation with his bid that he has
successful experience with the following: (1) lining no less than 20,000 feet of
6" sewer main; (2) reinstatement of no fewer than 200 each internal 4" services
connected to 6 -inch diameter sewer mains; (3) lining no fewer than 200 each
service laterals in lengths no less than 10 feet and no more than 75 feet.
2.2 SCOPE OF WORK
2.2.1 PROJECT DESCRIPTION
• Term maintenance contract for the rehabilitation of sanitary sewer mainlines
and service laterals throughout the City of Fayetteville, Arkansas.
2.2.2 LOCATION OF PROJECT
• Multiple miscellaneous locations within the Fayetteville, Arkansas sanitary sewer
collection system have been identified for rehabilitation. The City's goal is to
accomplish the rehabilitation in phases. The City may choose to purchase
more, less, or none of the rehabilitation, depending upon its needs_ The City is
under no obligation to purchase a minimum amount of any item awarded.
• This contract is generally for miscellaneous and unidentified rehabilitation of
sanitary sewer mains and service connections using the cured -in-place pipe
method.
2.2.3 PURCHASE ORDERS
• Purchase orders may be issued to the successful bidder for an amount up to
an approximate total of $300,000 with a contract period not to exceed one
(1) year.
• The cost of any change orders will be included in the original contract total,
i.e.; they will count against the approximate total of $300,000. Payment for the
work will be in accordance with the prices set forth in the proposal for the
quantity of work performed. Progress payments will be made monthly based
on the work performed during that period.
2.2.4 CONTRACT RENEWAL
• The contract may be renewed for additional periods up to four (4) additional
contract periods beyond the original bid and will be based solely upon the
option and agreement between both the City and the CONTRACTOR. The
prices and rates bid by the successful bidder shall be firm throughout the initial
one year period of the contract. Prices and rates may only be increased or
decreased for the next or subsequent contract extension period, and only if
the parties agree to extend the contract. If Owner seeks to decrease or
Contractor seeks to increase any price or rate, each party shall give the other
party written notice thereof at least ninety (90) days prior to the end of the
contract year, together with a justification for each proposed rate of price
change. Owner and Contractor shall negotiate in good faith the amount, if
any, in the increase or decrease in the price or rate; provided, however, in no
event may any specific unit cost change more than five percent (5%) of the
preceding year's value. If the parties are unable to agree on the extension of
the contract, then the contract shall terminate at the end of the contract
year, subject to the Owner's right to unilaterally extend the contract of the
same terms and conditions, for a period not to exceed four (4) months to
enable the Owner time to rebid this document.
2.2.5 MISCELLANEOUS
• The basis for award of the contract shall be the lowest total of unit prices bid
by an acceptable and qualified CONTRACTOR who meets all or the
experience requirements stated within this contract. Any bidder who does not
meet all of the experience requirements stated within this contract will be
considered a nonqualified bidder and will not be awarded the contract.
• The CONTRACTOR will establish a point of contact for all field and construction
related topics, and a point of contact for all billing and office related topics.
• It is the City's intent to minimize disruption and street or access closure time to
the residents of the City of Fayetteville. Therefore, the CONTRACTOR shall
arrange crews in a way to have continuous work from the time a particular
project has begun until it is complete. It shall be the responsibility of the
CONTRACTOR to inform the City regarding dates and locations of work
activities that may impact the flow of traffic.
2.3 GENERAL INFORMATION
2.3.1 SPECIFICATIONS
• This contract is generally for miscellaneous and unidentified rehabilitation of
sanitary sewer mainlines and service lines using the cured -in-place pipe method.
Bids offering alternative methods or products may be considered for award if
such methods and products are clearly identified in the bid and are
determined by the Owner to be equal in all respects to the materials and
methods referenced in the Specifications. Exceptions taken to the
Specifications, if any, shall be dearly documented within the Bidder's bid
package.
2.3.2 STATE AND LOCAL TAXES
• The City of Fayetteville is not exempt from state and local use faxes.
• Bid amounts shall include State and local sales or use fax.
2.3.3 MONTHLY ESTIMATE
• All invoices for payment presented by the CONTRACTOR shall provide
documentation to support the location and amount of work accomplished
during the payment period.
2.3.4 PAYMENT
• The Contractor's Invoice and all supporting documents shall be submitted to
the City.
• Owner will pay invoice amounts due to the Vendor within 30 calendar days
after receipt of invoicing; or less any allowed discount as offered by the
Vendor.
• Payment for work on a particular project shall be made upon completion and
acceptance of the work by the City. There will be no partial payment made for
any project.
• Invoices shall be sent to the City of Fayetteville. They shall be itemized to
include:
- The specific bid items utilized.
- The quantities of those bid items.
The location of the project.
- The total cost for that project.
The total billing to date under the annual contract, including any change
orders.
- All state and local taxes applicable.
• Completion of a particular project is defined to include the satisfactory
performance of all minor and non -pay work items such as clean up and
restoration/replacement of all damaged private and public property, etc.
• Unless otherwise indicated, there will be no separate pay items for the
following miscellaneous construction items. Cost for these items shall be
considered incidental to other contract bid items.
Pre -TV and Post -TV inspection of pipelines
- Bypass systems to include set up, operation, and removal
Excessive pipeline cleaning and root removal
Final Cleanup.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.3.5 RETAINAGE
• As security for the faithful completion of the work by the CONTRACTOR, the
Owner shall retain 10 percent (10%) of the total dollar amount of work done on
this contract per work order issued.
• Thirty (30) days after successful completion of a work order by the
CONTRACTOR the retainage will be released to the CONTRACTOR.
2.3.6 SAFETY
• The CONTRACTOR will be responsible for all signing and barricading and will
comply with those portions of the "Arkansas Manual on Uniform Traffic Control
Devices for Streets and Highways" which pertain to construction.
• The CONTRACTOR will be responsible for contacting Arkansas One Call in order
to determine the location of all utilities in all work areas relating to any
excavation performed by the contractor. The City shall be responsible for
contacting Arkansas One Call in order to determine the location of all utilities in
all work areas relating to any Excavation performed by CITY crews.
• The CONTRACTOR shall take precautions and use care to avoid damaging,
disturbing, or disrupting existing private facilities on private or public property, i.e.,
fences, sprinkler facilities, shrubs, landscaping, etc. The CONTRACTOR shall
restore, to the City's satisfaction, any property damaged by the CONTRACTOR,
at the CONTRACTOR's expense.
• The CONTRACTOR shall arrange crews in a way to have continuous work from
the time a particular project has begun until it is complete in order to minimize
disruption and street or access closure time to the residents of the City of
Fayetteville.
2.3.7 INDEMNIFICATION
• The CONTRACTOR agrees to indemnify and hold harmless and the City of
Fayetteville, its officers, agents and employees, from and against liability for any
and all claims, liens, suits, demands, and actions for damages, injuries to persons
(including death), property damage (including loss of use), and expenses,
including court costs, attorneys' fees and other reasonable costs arising out of or
resulting from Contractor's work and activities conducted in connection with or
incidental to this contract and from any liability arising out of or resulting from
any acts or negligence, including all such causes of action based upon
common, constitutional, or statutory law, or based in whole or in part upon the
negligent or intentional acts or omissions of CONTRACTOR, including but not
limited to its officers, agents, employees, subcontractors, licensees, invitees, and
other persons.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
• The CONTRACTOR further agrees that it shall at all times exercise reasonable
precautions on behalf of, and be solely responsible for, the safety of its officers,
agents, employees, subcontractors, licensees, invitees and other persons, as well
as their property, while in the vicinity where the work is being done. It is expressly
understood and agreed that the City shall not be liable or responsible for the
negligence of the CONTRACTOR, including but not limited to its officers, agents,
employees, subcontractors, licensees, invitees, and other persons.
• The CONTRACTOR agrees to indemnify and save the City harmless from all
claims growing out of any demands of subcontractors, laborers, workmen,
mechanics, materialmen, and furnishers of machinery and parts thereof,
equipment, power tools, all supplies, including commissary incurred in the
furtherance of the performance of this contract. When the City so desires, the
CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature
hereinabove designated have been paid, discharged or waived.
• It is further agreed, with respect to the above indemnity, that the City and the
CONTRACTOR will provide the other prompt and timely notice of any event
covered which in any way, directly or indirectly, contingently or otherwise,
affects or might affect the CONTRACTOR or the City, and the City shall have the
right to compromise and defend the same to the extent of its own interests.
• Insurance coverage shalt be of the following types and not less than the
following specified amounts:
Commercial General Liability
$500,000 per occurrence
$1,000,000 aggregate
Automobile Liability
$250,000 per occurrence
$1,000,000 aggregate
Property Damage
$100,000 per occurrence
Excess Liability
Other than umbrella from $1,000,000
Employer's Liability
$250,000 per occurrence
$500,000 aggregate
Worker's Compensation
Statutory worker's compensation coverage
Umbrella Liability
Not less than $1,000,000 per occurrence
combined limit for bodily injury and property
damage
2.3.8 PROGRESS SCHEDULE
• The CONTRACTOR, upon the execution and delivery of the contract, shall
prepare and submit for the OWNER'S approval a Critical Path Method (CPM)
progress schedule showing the manner of prosecution of the work in order to
complete the contract within the allocated time. The OWNER will review and
approve the proposed progress schedule not later than the issuance of the
notice to proceed. The progress schedule shall be revised if, in the opinion of
the OWNER, the scheduled progress of the work is not being maintained. This
revised schedule will address the methods by which time lost shall be made up.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.3.9 CONTRACTOR QUALIFICATIONS
• All bidders on this project must be deemed qualified by the City to perform this
work. In order to be considered qualified to bid on this contract, the bidding
CONTRACTOR, product, manufacturer, and installing CONTRACTOR must
provide documentation to satisfy compliance with the following requirements:
a) For the bidding CONTRACTOR to be considered acceptable, the
CONTRACTOR must satisfy all insurance, financial, and bonding
requirements by the City and must have completed a Term Service
Contract, as the General CONTRACTOR, similar in scope to this project
with a minimum duration of (1) one year. The CONTRACTOR must also
provide documentation with his bid that he has successful experience
with the following: (1) lining no less than 20,000 feet of 6" sewer main; (2)
reinstatement of no fewer than 200 each internal 4" services connected
to 6 -inch diameter sewer mains; (3) lining no fewer than 200 each
service laterals in lengths no Tess than 10 feet and no more than 75 feet.
b) For a mainline Product to be considered Commercially Proven, a
minimum of 1,000,000 linear feet or 4,000 manhole -to -manhole line
sections of successful wastewater collection system installations in the
U.S. must be documented to the satisfaction of the City to assure
commercial viability. In addition, at least 50,000 linear feet of the
product shall have been in successful service within the State of
Arkansas within the past five years. The exact mainline product
intended for use on this contract must be specified with the submittal
documents. All materials furnished shall be manufactured in the U.S.A.
c) For an Contractor to be considered as Commercially Proven, the
Contractor and the Contractor's personnel must have had at least 5
(five) years active experience with the Contractor in the commercial
installation of the exact products bid. The installing CONTRACTOR must
be specified with the submittal documents.
d) Sewer rehabilitation products submitted for approval must provide Third
Party Test Results supporting the long-term performance and structural
strength of the product and such data shall be satisfactory to the City.
No product will be approved without independent third party testing
verification.
e) Both the rehabilitation manufacturing and installation processes shall
operate under a quality management system that is third party certified
to ISO 9001 or other internationally recognized organization standards.
Proof of certification shall be required for approval.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.4 SPECIAL CONDITIONS
2.4.1 PERMITS AND RIGHT-OF-WAY
• The intent of this contract is for the City to perform all excavations to include
external lateral reinstatements, required point repairs, and obstruction removal.
The CONTRACTOR shall not be required to do this excavation without a written
work directive change. All references to work relative to excavation only apply
if the contractor performed the excavation.
• The City will provide rights-of-way for the purpose of construction without cost to
the CONTRACTOR by securing permits in areas of public dedication or by
obtaining easements across privately owned property.
• It shall be the responsibility of the CONTRACTOR, 48 hours prior to the initiation of
construction on easements through private property, to inform the property
owner of his intent to begin construction. Before beginning construction in areas
of public dedication, the CONTRACTOR shall inform the agency having
jurisdiction in the area forty-eight (48) hours prior to initiation of the work.
2.4.2 TRADE NAMES AND MATERIALS
• No material, which has been used by the CONTRACTOR for any temporary
purpose whatsoever, is to be incorporated in the permanent structure without
written consent of the City.
• Where materials or equipment are specified by a trade or brand name, it is not
the intention of the City to discriminate against an equal product or another
manufacturer, but rather to set a definite standard or equality or performance,
and to establish an equal basis for the evaluation of bids. Where the words
"equivalent", "proper", or "equal to" are used, they shall be understood to mean
that the thing referred to shall be proper, the equivalent of, or equal to some
other thing, in the opinion of judgment of the Engineer. Unless otherwise
specified, all materials shall be the best of their respective kinds and shall be in all
cases fully equal to approved sample. Notwithstanding that the words "or equal
to" or other such expressions may be used in the specifications in connections
with the materials, manufactured article or process, the material, article or
process specifically designated shall be used, unless a substitute shall be
approved in writing by the City and the City shall have the right to require the
use of such specifically designated material, article or process.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.4.3 PROPERTY AND MONUMENT LINES
• The CONTRACTOR shall protect all property corner markers, and when any such
marker or monuments are in danger of being disturbed, they shall be properly
referenced and if disturbed shall be reset at the expense of the CONTRACTOR.
2.4.4 DURING CONSTRUCTION
• During construction of the work, the CONTRACTOR shall at all times, keep the site
of the work and adjacent premises as free from material, debris, and rubbish, as
is practicable, shall remove same from any portion of the site, if in the opinion of
the City such material debris, or rubbish constitutes a nuisance or is
objectionable.
• The CONTRACTOR shall remove from the site all of his surplus materials and
temporary structures when no further need therefore develops.
2.4.5 PROJECT MAINTENANCE
• The CONTRACTOR shall maintain and keep in good repair the work
contemplated under these plans, specifications, drawings, etc., and shall
perform for a period as set forth in the Maintenance Bond from the date of
acceptance all necessary repair, reconstruction and renewal of any part of said
construction and shall furnish the labor and materials to make good and to
repair any defective condition growing out of or on the account of the
breakage or failure of any substance or the improper function of same. Said
maintenance contemplates the complete restoration to a functional use during
the said period as set forth in the Maintenance Bond.
2.4.6 - PROTECTION OF IMPROVEMENTS
• The CONTRACTOR shall be entirely responsible for the protection of all
improvements that are not designated by the City to be removed for proper
construction of the project. This shall include sidewalks, building walls, existing
inlets and manholes, underground utilities, shrubs, trees, signs, sod and fences.
The CONTRACTOR shall be entirely responsible for the protection of all
pavements adjacent to the project.
2.4.7 ACCIDENTS
• The CONTRACTOR must report in writing to the City all accidents whatsoever
arising out of, or in connections with the performance of the work, whether on,
or adjacent to, the site, which caused death, personal injury, or property
damages, giving full details and statements of witnesses. In addition, if death or
serious injuries or serious damages are caused, the accident shall be reported
immediately by telephone or messenger to the City.
• If any claim is made by anyone against the CONTRACTOR or any subcontractor
on account of any accident, the CONTRACTOR shall promptly report the facts in
writing to the City giving full details of the claim.
2.4.8 ARRANGEMENTS FOR WATER
• Water used for installation purposes, jetting or flooding trenches, sprinkling,
testing and flushing of pipelines or any other purpose incidental to this project,
will be furnished by the CONTRACTOR. The CONTRACTOR shall make the
necessary arrangements for securing the transporting of such water and shall
take such water in a manner and at such time that will not produce a harmful
drain or decrease of pressure in the City's WATER SYSTEM. Water shall not be
used in a wasteful manner.
2.4.9 USE OF FIRE HYDRANTS
• No person shall open, turn off, interfere with, attach any pipe or hose to, or
connect anything with any fire hydrant, stop valve or stop cock, or tap any
water main belonging to the City, unless duly authorized to do so by the City
Water Department.
2.4.10 LIGHTS AND POWER
• The CONTRACTOR shall provide, at his own expense, temporary lighting and
facilities required for the proper prosecution and inspection of the work.
2.4.11 PROTECTION OF TREES
• No trees shall be cut except upon the specific authority by the City. Trees
adjacent to the work shall be protected from all damage by the construction
operations.
2.4.12 REMOVAL OF TREES, FENCES, ETC.
• Fences within the right-of-way of this project shall be kept in good repair and
closed at all times, except when it is necessary to move machinery and
equipment through the fence. Gates shall be closed immediately after use.
When the project is complete, the CONTRACTOR shall repair all fences and
gates that have been moved or damaged by the CONTRACTOR as a result of
construction. Fences shall be left in repair equal to the original condition. No
separate compensation shall be made for this work.
• Where surface drainage channels are disturbed or blocked during construction,
they shall be restored to their original condition of grade and cross section after
the work of construction is completed.
I
n
Ii
II
• The CONTRACTOR shall not be held liable for unavoidable damage to crops
provided such damage occurs within the construction easement provided by
the Owner.
2.4.13 POLES, SIGNS, GUY WIRES, ETC
• All utility poles and guy wires, private sign posts, signs and guy wires, and similar
private obstructions which interfere with the construction of this project will be
removed and replaced, or moved to new permanent locations by the Owners
thereof without cost to the CONTRACTOR.
• The removal and replacement of CITY street sign posts and signs is the
responsibility of the CONTRACTOR. The CONTRACTOR shall be responsible for all
damage to street signposts and signs within the limits of his operations that
remain in place or are removed and replaced. In the event street sign posts
and signs are injured or destroyed by the CONTRACTOR'S operations, they shall
be replaced by the CONTRACTOR. No separate compensation will be paid for
this work, but the costs thereof shall be included in such contract pay items as
are provided.
2.4.14 EXISTING UTILITIES AND SERVICE LINES
I. Prior to the start of any excavation by the CONTRACTOR, the CONTRACTOR shall
communicate with ARKANSAS ONE CALL, the proper representative of all the
• utility systems included but not limited to the water and sewer department, the
gas company, electric company, telephone company and any other private
utility companies and advise said representative of the route of the proposed
construction, in order to obtain the assistance of the utility in the location of and
in the avoidance of conflicting with utility lines.
• The CONTRACTOR shall be responsible for the protection of all existing utilities or
service lines crossed or exposed by his construction operations. Where existing
utilities or service lines are cut, broken, or damaged, the CONTRACTOR shall
replace or repair the utilities or service lines with the same type of original
material and construction, or better, at his own cost and expense, with the
exception of those items included in the bid schedule.
t2.4.15 EXISTING STRUCTURES
I.
No construction plans have been prepared for this contract. It is the
Contractor's responsibility to verify the locations of existing surface and
subsurface structures_ it is mutually agreed that such shall not be considered
I
sufficient basis for claims for additional compensation for extra work or for
increasing the pay quantities in any manner whatsoever, unless the obstruction
encountered is such as to necessitate changes in the lines or grades, or requires
I
the building of special work, provisions for which are not made in the plans and
1
I
proposal, in which case the provisions in these specifications for extra work shall
apply.
U2.4.16 TESTING, INSPECTION AND CONTROL
I. Testing of CIPP field samples and other materials used in the work shall be done
by an approved commercial laboratory employed and paid directly by the
CONTRACTOR.
7 BO
RINGS
RINGS O
' • Not intended for use on this contract.
I
2.4.18 DRAINAGE
• The CONTRACTOR shall provide at his own cost and expense all methods for
adequately draining the work. No separate measurement or compensation will
be paid for sub -drains or other methods of draining, but the cost thereof shall be
included in such contract pay items as are provided in the Proposal and
Contract
2.4.19 CONSTRUCTION IN CITY STREETS AND PRIVATE DRIVES
1 • It shall be the responsibility of the CONTRACTOR to build and maintain all
weather bypasses and detours, if necessary, and to properly light, barricade,
and mark all bypasses and detours that might be required on and across the
streets involved in the work included in this contract.
' • Street shall remain open to traffic at all times unless special permission for closing
the street is given by the City. After permission is given for closing any portion of
the street, the CONTRACTOR shall be responsible for notifying the Police and Fire
I
Department six (6) hours in advance of such closing.
• The CONTRACTOR shall make every effort to complete construction and allow
I
immediate access to adjacent property at all driveway entrances located
along the streets. Owners or tenants or improvements where access and/or
entrance drives are located shall be notified at least eight (8) hours prior to the
I
time the construction will be started at their driveways or entrances and
informed as to the length of time driveways will be closed.
I. During wet weather the CONTRACTOR shall construct temporary gravel crossings
and wooden walkways to allow ingress and egress across excavated areas at
no expense to the City and as directed by the City.
I• The CONTRACTOR shall at all times, keep a sufficient width of the roadway clear
of dirt and other materials to allow the free flow of traffic. The CONTRACTOR
shall assume any and all responsibility for damage, person or otherwise, that may
be caused by the construction along City streets or private drives.
I
• If it becomes apparent that barricades do not sufficiently protect the general
public and the CONTRACTOR'S workmen from traffic hazards, the CONTRACTOR
may be required to furnish such flagmen and/or watchmen as may be deemed
necessary to properly direct traffic.
1 2.4.20 CONSTRUCTION IN ARKANSAS HIGHWAY DEPARTMENT RIGHT-OF-WAY
Where the work encroaches upon any right-of-way of the Arkansas Highway
I.
Department, the City will secure the necessary permits for the work. Where
highways are crossed, the CONTRACTOR shall observe all the regulations and
instructions of the Arkansas Highway Department as to methods of doing the
work, or precautions for safety of property and the public. All negotiations with
the Arkansas Highway Department except for permits shall be made by the
I
CONTRACTOR. The Arkansas Highway Department shall be notified by the
CONTRACTOR not less than five days previous to the time of his intention to
begin work.
2.4.21 MAINTENANCE OF STORM SEWER AND UTILITIES THAT CROSS EXISTING
I
ROADWAY
• The CONTRACTOR shall maintain at all times during construction storm sewer
and utility crossings of existing roadways at no expense to he City. Storm sewers
I
and utilities crossing existing roadways shall be back -filled in accordance with
the provisions of these specifications to an elevation six inches below the
I
elevation of the existing roadway. A six-inch thick compacted gravel base shall
be constructed to the elevation of the existing pavement within the limits shall
be maintained throughout the construction. Potholes appearing in the existing
I
pavement, which in the opinion of the City is a hazard to the general public,
shall be filled and maintained as directed by the City.
I2.4.22
BARRICADES, LIGHTS AND WATCHMEN
• Where the work is carried on in or adjacent to any street, alley or public place,
the CONTRACTOR shall at his own cost and expense furnish and erect such
barricades, fences, battery type flasher -markers and danger signals, shall
provide such watchmen, and shall provide such other precautionary measures
I
for the protection of persons or property and of the work as are necessary.
UNLESS OTHERWISE INDICATED, ALL SIGNS, BARRICADES, AND TRAFFIC CONTROL
DEVICES SHALL BE PLACED AND MAINTAINED IN ACCORDANCE WITH THE LATEST
EDITION OF THE ARKANSAS MANUAL FOR UNIFORM TRAFFIC CONTROL DEVICES
(MUTCD)
I•
From sunset to sunrise, the CONTRACTOR shall furnish and maintain at least one
battery type flasher -marker at each barricade and sufficient number of
barricades shall be erected to keep vehicles from being driven on or into any
I
work under construction. The CONTRACTOR shall furnish watchmen in sufficient
numbers to protect the work.
• The CONTRACTOR will be held responsible for all damage to the work due to
failure of barricades, signs, lights, and watchmen to protect it, and whenever
evidence is found of such damage, the City may order the damaged portion
immediately removed and replaced by the CONTRACTOR at his cost and
expense. The CONTRACTOR'S responsibility for the maintenance of barricades,
tsigns, and lights, and for providing watchmen shall not cease until the project
shall have been accepted by the City.
I. During the prosecution of the work, the CONTRACTOR shall obstruct public travel
as little as possible and in no case shall there be less than twelve (12) feet in
width of unobstructed roadway for the use of traffic. Materials and equipment
stored in or near the path of traffic shall be protected with red flags during the
day and with lights during the night.
' 2.4.23 PROTECTION OF EXISTING WATER VALVE BOXES
• Protection of existing water valve boxes located within the limits of the work shall
' subsequently be the responsibility of the CONTRACTOR. Failure to show water
valve box locations on the plans does not relieve the CONTRACTOR of the
responsibility to prevent damage to the valve and boxes.
2.4.24 SURPLUS MATERIALS
• Surplus materials shall be disposed of by the CONTRACTOR at his own cost and
expense.
• All excavated earth in excess of that required for back filling shall be removed
from the job site and disposed of in a satisfactory manner except in locations
where, in the judgment of the City, it can be nearly spread over along the sites
I.
to form the finished contours.
I
2.4.25 SALVAGED MATERIALS
• All materials removed during the construction of the project as salvaged
materials shall be removed, cleaned, hauled to and stacked on the City's
grounds. Salvaged materials shall be the property of the City.
2.4.26 FINAL CLEAN-UP
• Upon completion of the work and before acceptance and final payment, the
I
CONTRACTOR shall clean, remove rubbish, unused materials and temporary
structures from the limits of the project and restore in a manner acceptable to
the Engineer, all property, both public and private, that has been damaged
Iby the CONTRACTOR during the prosecution of the work, and shall level and
grade all portions of the work where the surface of the natural ground or street
surface has been disturbed during construction and shall leave the site of the
work in a neat and presentable condition, free from ruts or holes.
• Material cleared from the limits of the project and deposited on adjacent
property will not be considered satisfactory unless prior approval is obtained
from the property owner involved, the work is accomplished to the satisfaction
of the City, and a proper City grading permit is issued, if required.
2.4.27 WAGE RATES
• All employees directly employed on the work shall be paid the prevailing wage
scale for work of a similar character in this locality, as determined by the
Arkansas Department of Labor. One and one-half times the prevailing per diem
wage based on a 40 hour work week shall be paid for all hours worked in excess
of 40 hours in one week, or for all hours worked on Sundays and on holidays. The
days to be considered holidays are as follows:
New Year's Day
Presidents' Day
Memorial Day
July 4
Labor Day
Thanksgiving Day
Christmas Day
2.4.28 LABOR PREFERENCE
I
I
I
I
I
I
I
• The CONTRACTOR should give preference to all labor hired on the project in the
following order:
{a) to bona fide residents of the City of Fayetteville, Arkansas
(b) to bona fide residents of the County of Washington, Arkansas
(c) to bona fide residents of the State of Arkansas
(d) to bona fide residents of the United States
• Provided that these preferences shall apply only where such qualified labor is
available to perform the work to which the employment relates.
2.4.29 LEINS
• Neither the final payment nor any part of the retained percentage shall
become due until the CONTRACTOR, if required, shall deliver to the City a
complete release of all liens arising out of this contract, or receipt in full in lieu
thereof and, if required in either case, an affidavit that so far as he has
knowledge or information the releases and receipts include all the labor and
material for which a lien could be filed; but the CONTRACTOR may, if any
subcontractor refuses to furnish, a release or receipt in full, furnish a bond
satisfactory to the City, to indemnify the City against any lien. If any lien remains
unsatisfied after all payments are made, the CONTRACTOR shall refund to the
City all moneys that the latter may be compelled to pay in discharging such a
I
lien, including all costs and a reasonable attorney's fee.
2.4.30 PRIVATE PROPERTY ACCESS
• The CONTRACTOR shall not enter upon or use private property except as
allowed by easements or if the CONTRACTOR obtains specific written permission
from the property owner.
2.4.31 COMPANY LOGO
tAll
equipment used on the project shall be clearly marked with the Contractor's
name and LOGO. Subcontractor equipment shall also be similarly marked.
1
2.4.32 CONSTRUCTION SEQUENCING
• For construction sequence & traffic control plan other than what is included in
the contract document, the CONTRACTOR will provide his proposed plan
sealed by a licensed engineer in the State of Arkansas, which will be reviewed
1
and accepted by the City prior to construction.
2.4.33 TRENCH SAFETY SYSTEM
I. Where trenching by the Contractor is necessary, the CONTRACTOR shall provide
a trench shoring design. Such design shall be prepared, signed and sealed by a
Registered Professional Engineer. Such engineer shall carry liability insurance
against errors and omission in the amount of $50,000 minimum. A copy of the
policy binder shall be furnished to the City. If an alternative trench safety system
is to be used, then four (4) copies of the final report shall be provided to the City
Iprior to the issuance of the notice to proceed for this project.
• The Trench Support System shall cover trench excavations more than five feet
1 (5') in depth. Such excavations shall be provided with a support system or some
equivalent means of protection, which will provide a safe environment for
workmen. The minimum such support shall be a trench box consisting of a , pre-
fabricated movable trench shield composed of steel plates welded to a heavy
steel frame. Other systems may consist of sheet piling, shoring or bracing and
must be approved by the City. All work, reports, and plans required herein shall
be included in the cost of the project.
1 2.4.34 MOBILIZATION
• It is the intent of this Contract to supply the Contractor with work orders
I
constituting the majority of the plan quantity upon issuance of the Notice to
Proceed. In the work order the City will specify whether the Contractor will
mobilize in accordance to standard conditions or emergency conditions.
Standard Mobilization will require the Contractor to begin work within fifteen ( t 5j
working days from the issuance of the work order or orders. Emergency
Mobilization will require the Contractor to begin work within three (3) working
days from the issuance of the work order or orders. Payment shall be made at
the Contract Unit Price indicated on the Bid Schedule. Quantities stipulated in
the Bid Schedule are approximate. The basis of payment for Mobilization will be
the actual number of Emergency and Regular Mobilizations performed. The
Contractor agrees that he will make no claim for damages, or anticipated
profits, or otherwise on account of any difference between the amounts of work
actually performed and the estimated amounts therefore.
I
I
LI
I
I
I
I
1
TABLE OF CONTENTS
3.0 TECHNICAL SPECIFICATIONS
3.1 CURED -IN -PLACE MAINLINE RECONSTRUCTION
3.1.1 INTENT
3.1.2 REFERENCED DOCUMENTS
3.1.3 PRODUCT, MANUFACTURER, CONTRACTOR QUALIFICATION
REQUIREMENTS
3.1.4 MATERIALS
3.1.5 STRUCTURAL REQUIREMENTS
3.1.6 INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS
3.1.7 REINSTATEMENT OF BRANCH CONNECTIONS
3.1.8 INSPECTION
3.1.9 CLEAN-UP
3.2 CURED -IN -PLACE LATERAL RECONSTRUCTION FROM MAINLINE
3.2.1. INTENT
3.2.2. REFERENCE SPECIFICATIONS
3.2.3. GENERAL CORROSION REQUIREMENTS
3.2.4. CURED -IN -PLACE PIPE MATERIALS
3.2.5. PHYSICAL STRENGTH
3.2.6. DEVIATIONS
3.2.7. INSTALLATION PREPARATIONS
3.2.8. INSTALLATION OF LATERAL LINING
3.2.9. CLEAN-UP
3.2.10. PAYMENT
I
I
I
I
I
I
3.3 CURED -IN -PLACE LATERAL RECONSTRUCTION FROM CLEANOUT OR ACCESS
PIT
3.3.1. INTENT
3.3.2. REFERENCE SPECIFICATIONS
3.3.3. GENERAL CORROSION REQUIREMENTS
3.3.4. CURED -IN -PLACE MATERIALS
3.3.5_ PHYSICAL STRENGTH
3.3.6. DEVIATIONS
3.3.7. INSTALLATION PREPARATIONS
3.3.8. INSTALLATION OF CURED -IN -PLACE LATERAL LINING
3.3.9. CLEAN-UP
3.3.10. PAYMENT
3.4 CURED -IN -PLACE PIPE FOR TRENCHLESS PIPELINE POINT REPAIR
3.4.1. INTENT
r3.4.2.
PREQUALIFICATION
3.4.3. MATERIALS
3.4.4. STRUCTURAL REQUIREMENTS
3.4.5. INSTALLATION
3.4.6. TESTING REQUIREMENTS
3.4.7. INSPECTION
3.4.8. CLEAN-UP
3.4.9. PAYMENT
1
3.5 CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY
SEWERS
1
3.5.1. GENERAL
3.5.2.. MATERIALS
I1
I
I
I
I
I
1
I
I
1
3.0 TECHNICAL SPECIFICATIONS
3.1 CURED -IN -PLACE MAINLINE RECONSTRUCTION
3.1.1 INTENT
• It is the intent of this specification to provide for the reconstruction of pipelines
and conduits by the installation of a resin -impregnated flexible tube, which is
formed to the original conduit by use of a hydrostatic head. The resin is cured
using hot water under hydrostatic pressure within the tube. The Cured -In -Place
Pipe (CIPP) will be continuous and tight fitting. Any pulled -in -place method of
installation will only be allowed for pipe sizes of 6" and 8".
• The CONTRACTOR shall submit engineering calculations for liner thickness using
ASTM F1216 and sealed by a Registered Professional Engineer for approval by
the City prior to the start of work.
3.1.2 REFERENCED DOCUMENTS
• This specification references ASTM F1216 (Rehabilitation of pipelines by the
inversion and curing of a resin -impregnated tube), ASTM F1743 (Rehabilitation
of pipelines by pulled -in -place installation of a cured -in -place thermosetting
resin pipe), and ASTM D790 (Test methods for flexural properties of un-
reinforced plastics), which are made a part hereof by such reference and
shall be the latest edition and revision thereof. In case of conflicting
requirements between this specification and these referenced documents,
this specification will govern.
I 3.1.3
I
I
I
I
I
I
PRODUCT, MANUFACTURER, CONTRACTOR QUALIFICATION
REQUIREMENTS:
• In order to minimize the City's risk, only proven products with substantial
successful long-term track records will be approved. All trenchless
rehabilitation products and Contractors must be approved by the City for the
bid to be acceptable.
• Products and Contractors seeking approval must meet all of the following
criteria to be deemed Commercially Acceptable:
For a Product to be considered Commercially Proven, a minimum of
1,000,000 linear feet or 4,000 manhole -to -manhole line sections of
successful wastewater collection system installations in the U.S. must be
documented to the satisfaction of the Owner to assure commercial
viability. In addition, at least 50,000 linear feet of the product shall have
been in successful service within the State of Arkansas within the past five
years.
1
- For a Contractor to be considered as Commercially Proven, the Contractor
must satisfy all insurance, financial, and bonding requirements of the
IOwner,
and must have had at least 5 (five) years active experience in the
commercial installation of the product bid. In addition, the Contractor must
have successfully installed at least 50,000 feet of the product bid in
wastewater collection systems. Acceptable documentation of these
minimum installations must be submitted to the Owner.
- Sewer rehabilitation products submitted for approval must provide Third
Party Test Results supporting the long-term performance and structural
strength of the product and such data shall be satisfactory to the Owner.
No product will be approved without independent third party testing
verification.
- Both the rehabilitation manufacturing and installation processes shall
Ioperate
under a quality management system that is third party certified to
ISO 9001 or other internationally recognized organization standards. Proof
of certification shall be required for approval.
3.1.4 MATERIALS
• Tube - The Tube shall consist of one or more layers of absorbent non -woven felt
fabric and meet the requirements of ASTM F 1216 or ASTM F1743, Section 5. The
tube shall be constructed to withstand installation pressures, have sufficient
Istrength
to bridge missing pipe, and stretch to fit irregular pipe sections.
• The wetout Tube shall have a uniform thickness that when compressed at
I
installation pressures will meet or exceed the Design thickness.
• The Tube, when installed, shall tightly fit the internal circumference and length
of the original pipe. Allowance should be made for circumferential stretching
I
during inversion. Overlapped layers of felt in longitudinal seams that cause
lumps in the final product shall not be utilized.
I•
The outside layer of the Tube (before wetout) shall be coated with an
impermeable, flexible membrane that will contain the resin and facilitate
monitoring of resin saturation during the resin impregnation (wetout)
I
procedure.
• The Tube shall be homogeneous across the entire wall thickness containing no
intermediate or encapsulated elastomeric layers. No material shall be
included in the Tube that may cause delamination in the cured CIPP. No dry
t
or unsaturated layers shall be evident.
be
• The wall color of the interior pipe surface of CIPP after installation shall a
light reflective color so that a clear detailed examination with closed circuit
I
television inspection equipment may be made.
• Seams in the Tube shall be stronger than the unseamed felt.
I
The outside of the Tube shall be marked for distance at regular intervals along
its entire length, not to exceed 5 ft. Such markings shall include the
Manufacturers name or identifying symbol. The tubes must be manufactured
in the USA.
Resin - The resin system shall be a corrosion resistant polyester, vinyl ester, or
epoxy and catalyst system that when properly cured within the tube
composite meets the requirements of ASTM F1216 and ASTM F1743, 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
the structural and chemical resistance requirements of this specification.
• The Contractor is solely responsible for field verification of all pipe diameters
and lengths prior to fabrication and installation. The Contractor shall remedy,
at no cost to the Owner, any defects in the installed resin tube resulting from
field measurement errors, concealed changes in diameter, or from errors in
diameters and lengths shown in the Unit Price Schedule. Contractor shall
Udetermine the minimum length necessary to effectively span the distance
between access points.
1 f
3.1.5 STRUCTURAL REQUIREMENTS:
' • The CIPP shall be designed as per ASTM F1216, Appendix Xl. The CIPP design
shall assume no bonding to the original pipe wall.
• The CONTRACTOR must have performed long-term testing for flexural creep of
Ithe C1PP pipe material installed by his Company. Such testing results are to be
used to determine the long-term, time dependent flexural modulus to be
utilized in the product design. This is a performance test of the materials (Tube
Iand Resin) and general workmanship of the installation and curing. A
percentage of the instantaneous flexural modulus value (as measured by
ASTM D-790 testing) will be used in design calculations for external buckling.
The percentage, or the long-term creep retention value utilized, will be verified
by this testing. Values in excess of 50% will not be applied unless substantiated
I
by qualified third party test data. The materials utilized for the contracted
project shall be of a quality equal to or better than the materials used in the
long-term test with respect to the initial flexural modulus used in Design.
• The Enhancement Factor 'K' to be used in 'Partially Deteriorated' Design
conditions shall be assigned a value of 7. Application of Enhancement (K)
Factors in excess of 7 shall be substantiated through independent test data.
I• The layers of the cured ClPP shall be uniformly bonded. It shall not be possible
to separate any two layers with a probe or point of a knife blade so that the
I
layers separate cleanly or the probe or knife blade moves _freely between the
layers. If separation of the layers occurs during testing of field samples, new
samples will be cut from the work. Any reoccurrence may cause rejection of
I
the work.
C
I
I
I
I
• The cured pipe material (CIPP) shall conform to the structural properties, as
listed below.
MINIMUM PHYSICAL PROPERTIES
Cured Composite
ProQey
Test Method
per ASTM F1216 jJ400k
Resin
Modulus of Elasticity
ASTM D-790 (short
term)
250,000 psi
400,000 psi
Flexural Stress
ASTM D-790
4,500 psi
4,500 psi
• The required structural CIPP wall thickness shall be based as a minimum, on the
Iphysical properties above and in accordance with the Design Equations in the
appendix of ASTM F 1216, and the following design parameters:
IDesign Safety Factor = 2.0
Retention Factor for Long -Term Flexural Modulus to be used in = 1%- 60%
1 Design
(as determined by Long -Term tests described in paragraph 5.2)
0vality* = 2%
I
Enhancement Factor, k = See Section 5.3
Groundwater Depth (above invert}* = ft.
Soil Depth (above crown)* = ft.
Soil Modulus** Psi
Soil Density** = 120 pcf
Live Load** = H2O Highway
Design Condition = Fully
Deteriorated
* Denotes information which can be provided here or in inspection video or project
I
construction plans. Multiple line segments may require a table of values. • Any layers of the tube that are not saturated with resin prior to insertion into
I
the existing pipe shall not be included in the structural CIPP wall thickness
computation.
• Chemical Resistance - The CIPP shall meet the chemical resistance
'
requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of
tube and resin system similar to that proposed for actual construction. It is
I
required that CIPP samples with and without plastic coating meet these
chemical testing requirements.
• Hydraulic Capacity - Overall, the hydraulic profile shall be maintained as large
as possible. The CIPP shall have a minimum of the full flow capacity of the
original pipe before rehabilitation. Calculated capacities may be derived
using a commonly accepted roughness coefficient for the existing pipe
material taking into consideration its age and condition.
• CIPP Field Samples - When requested by the Owner, the CONTRACTOR shall
Isubmit test results from field installations in the USA of the same resin system
and tube materials as proposed for the actual installation. These test results
must verify that the CIPP physical properties specified in Section 5.0 have been
achieved in previous field applications.
3.1.6 INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS
• It shall be the responsibility of the City to locate and designate all manhole
access points open and accessible for the work, and provide rights of access
to these points. The City shall provide access to water hydrants for cleaning,
inversion and other work items requiring water. The CONTRACTOR will be
responsible for the cost of the water.
• Cleaning of Sewer Lines - The CONTRACTOR, when required, shall remove all
internal debris out of the sewer line that will interfere with the installation of
CIPP. The City shall provide a dumpsite for all debris removed from the sewers
during the cleaning operation. Unless stated otherwise, it is assumed this site
will be at or near the sewage treatment facility to which the debris would
have arrived in absence of the cleaning operation. Any hazardous waste
material encountered during this project will be considered as a changed
condition.
• Bypassing Sewage - The CONTRACTOR, when required, shall provide for the
flow of sewage around the section or sections of pipe designated for repair.
The bypass shall be made by plugging the line at an existing upstream
manhole and pumping the flow into a downstream manhole or adjacent
system. The pump and bypass lines shall be of adequate capacity and size to
handle the flow. The City may require a detail of the bypass plan to be
submitted.
I
I
I
1
• Inspection of Pipelines - Inspection of pipelines shall be performed by
experienced personnel trained in locating breaks, obstacles and service
connections by close circuit television. The interior of the pipeline shall be
carefully inspected to determine the location of any conditions, which may
prevent proper installation of CIPP into the pipelines, and it shall be noted so
that these conditions can be corrected. A digital video and suitable log shall
be kept for later reference by the City.
• Line Obstructions - It shall be the responsibility of the CONTRACTOR to clear the
line of obstructions such as solids and roots that will prevent the insertion of
CIPP. If pre -installation inspection reveals an obstruction such as a protruding
service connection, dropped joint, or a collapse that will prevent the inversion
process, that was not evident on the pre -bid video and it cannot be removed
by conventional sewer cleaning equipment, then the CONTRACTOR shall
request the City to make a point repair excavation to uncover and remove or
repair the obstruction.
• Public Notification - The CONTRACTOR shall make every effort to maintain
service usage throughout the duration of the project. In the event that a
service will be out of service, the maximum amount of time of no service shall
be 8 hours for any property served by the sewer. A public notification
program shall be implemented, and shall as a minimum, require the
CONTRACTOR to be responsible for contacting each home or business
connected to the sanitary sewer and informing them of the work to be
conducted, and when the sewer will be off-line. The CONTRACTOR shall also
provide the following:
• Written notice to be delivered to each home or business the day prior to the
beginning of work being conducted on the section, and a local telephone
number of the CONTRACTOR they can call to discuss the project or any
problems which could arise.
- Personal contact with any home or business, which cannot be
reconnected within the time, stated in the written notice.
- The CONTRACTOR shall be responsible for confirming the locations of all
branch service connections prior to installing and curing the CIPP.
• Installation - CIPP installation shall be in accordance with ASTM F1216,
Section 7, or ASTM F1743, Section 6, with the following modifications:
I
I
I
Li
I
1
Resin Impregnation - The quantity of resin used for tube impregnation shall
be sufficient to fill the volume of air voids in the tube with additional
allowances for polymerization shrinkage and the loss of resin through cracks
and irregularities in the original pipe wall. A vacuum impregnation process
shall be used. To insure thorough resin saturation throughout the length of
the felt tube, the point of vacuum shall be no further than 25 feet from the
point of initial resin introduction. After vacuum in the tube is established, a
vacuum point shall be no further than 75 feet from the leading edge of the
resin. The leading edge of the resin slug shall be as near to perpendicular
as possible. A roller system shall be used to uniformly distribute the resin
throughout the tube. If the Contractor uses an alternate method of resin
impregnation, the method must produce the same results. Any alternate
resin impregnation method must be proven.
Tube Insertion - The wetout tube shall be positioned in the pipeline using
either inversion or a pull -in method. If pulled into place, a power winch
should be utilized and care should be exercised not to damage the tube
as a result of pull -in friction. The tube should be pulled -in or inverted
through an existing manhole or approved access point and fully extend to
the next designated manhole or termination point.
Temperature gauges shall be placed inside the tube at the invert level of
each end to monitor the temperatures during the cure cycle.
- Curing shall be accomplished by utilizing hot water under hydrostatic
pressure in accordance with the manufacturer's recommended cure
schedule.
3.1.7 REINSTATEMENT OF BRANCH CONNECTIONS:
• The Contractor shall be responsible to reinstate each service without
excavation, utilizing a remote controlled cutting device, monitored by a video
TV camera. The service connection shall be cut at 95% of the opening with the
remaining brushed into the lateral using a wire brush to provide a smooth
transition from the main line to the service lateral. The CONTRACTOR shall
certify he has a minimum of two complete working cutters plus spare key
components on the site before each inversion. The Contractor must provide
with his bid demonstrated successful experience with internal reinstatement of
services located on 6 -inch diameter sewer mains.
• The City reserves the right to reinstate service connections externally with its
own forces. The City will coordinate with the CONTRACTOR after the pre -TV
video has been reviewed to determine which services, if any, will be reinstated
externally. No lining work shall be scheduled until the City and CONTRACTOR
have reviewed all pre -TV video. All work that will require the City to reinstate
service connections externally shall be performed during normal business hours
on Monday through Friday. City crews will not work on Saturday or Sunday,
without prior written approval from the City. The CONTRACTOR'S work
schedule shall take into account the City crew's availability for work.
Additional internal reinstatements by Contractor may be required if external
excavation is deemed inappropriate by the City.
i
3.1.8 INSPECTION:
• CIPP samples shall be prepared and physical properties tested in accordance
1
with ASTM F1216 or ASTM F1743, Section 8, using either method proposed. The
flexural properties must meet or exceed the values listed in Table 1 of the
applicable ASTM.
I. Wall thickness of samples shall be determined as described in paragraph 8.1.6
of ASTM F1743. The minimum wall thickness at any point shall not be less than
871/2% of the design thickness as calculated in paragraph 5 of this document.
I• Visual inspection of the CIPP shall be in accordance with ASTM F1743, Section
8.6.
3.1.9 CLEAN-UP
• Upon acceptance of the installation work and testing, the CONTRACTOR shall
restore the project area affected by the operations to a condition at least
equal to that existing prior to the work.
' 3.1.10 PAYMENT
• Payment for the work included in this section will be in accordance with the
Iprices set forth in the proposal for the quantity of work performed.
II
4
I
I
3.2 CURED -IN -PLACE LATERAL RECONSTRUCTION FROM MAINLINE
3.2.1 INTENT:
• It is the intent of this portion of the specification to provide for the
I
reconstruction of service lateral sanitary sewer lines, normally without
excavation, by the installation of a resin impregnated, flexible, non -woven felt
tube inverted into the existing service lateral utilizing a pressure apparatus
positioned in the mainline pipe. Curing shall be accomplished by circulating
hot water or other approved method to cure the resin into a hard
impermeable cured -in -place pipe liner. When cured, the liner should extend
over the length of the inversion in a continuous tight -fitting, watertight pipe -
I within -a -pipe to effect a junction with the mainline reconstructed pipe.
k
3.2.2 REFERENCE SPECIFICATIONS:
I . This specification references ASTM test methods which are made a part hereof
by such reference and shall be the latest edition and revision thereof.
3.2.3 GENERAL CORROSION REQUIREMENTS:
• The finished cured -in -place pipe shall be fabricated from materials which
Iwhen cured will be chemically resistant to withstand internal. exposure to
domestic sewage.
I
• All constituent materials will be suitable for service in the environment
intended. The final product will not deteriorate, corrode or lose structural
strength that will reduce the projected product life.
# • In industrial areas subject to possible flows other than domestic sewage, the
t
City shall obtain samples of the dry weather sewage flow to be analyzed for
I chemical content. This analysis shall be supplied to the Contractor for his
information.
1 3.2.4 CURED -IN -PLACE PIPE MATERIALS:
• The liner shall be fabricated to a size that when installed will neatly fit the
internal circumference of the conduit specified by the City. Allowance shall
be made for circumferential stretching during insertion.
I. The minimum length shall be that deemed necessary by the Contractor to
effectively span the distance from the lateral connection at the main to the
desired termination location in the service lateral pipe. For the purpose of this
II specification, the termination point shall be a distance within 18 inches of the
intersection of the resident cleanout at the property line. The Contractor shall
verify the lengths in the field before impregnation.
it
1
Ii
1
I
1
{
I
I
I
1 i
1
1
1
4
I
I
1
• Unless otherwise specified, the Contractor shall furnish a specially designed,
unsaturated, polyester resin and catalyst system compatible with the cured -in -
place process that provides cured physical strengths specified herein.
3.2.5 PHYSICAL STRENGTH:
• The structural performance of the finished pipe must be adequate to
accommodate all anticipated loads throughout its design life. No cured -in -
place pipe reconstruction technology will be allowed that requires bonding to
the existing pipe for any part of its structural strength. Only resin vacuum
impregnation will be allowed. If reinforcing materials (fiberglass, etc.) are
used, the reinforcing material must be fully encapsulated within the resin to
assure that the reinforcement is not exposed, either to the inside of the pipe or
at the interface of the CIPP and the existing pipe.
• Design methods are to be derived from traditionally accepted pipe formulae
for various loading parameters and modes of failure. All equations will be
modified to include ovality as a design parameter. The design method shall
be submitted to the Engineer for approval prior to installation.
• The cured -in -place pipe shall conform to the minimum structural standards as
listed below:
PROPERTY
Flexural Stress
Flexural Modulus of Elasticity
ASTM Standard RESULTS
ASTM D 790 4,500 psi
ASTM D 790 250,000 psi
NOTE TO DESIGNER:
Values shown are for commonly used polyester resins in the United States at the
time of this writing. Values for non -typical polyesters, vinyl esters, and epoxies
should be substituted when applicable. Unless otherwise specified, these values
shall be supported using lab test samples.
3.2.6 DEVIATIONS:
• The CONTRACTOR shall submit his price proposal for the appropriate length,
diameter and thickness designated in the proposal section. The deterioration
of service laterals is an ongoing process. Should pre -construction inspections
reveal the service laterals to be in substantially different conditions than those
in the design considerations, the CONTRACTOR shall request such changes in
liner thickness, supporting such request with design data. The deviation, if
approved, shall be reflected by the appropriate addition or reduction in the
unit cost for that size as shown in the optional portion of the proposal section.
1IF
r
3.2.7 INSTALLATION PREPARATIONS:
I.
The following
installation procedures shall be adhered
to unless otherwise
approved by
the City's representative.
- The
City shall ensure that a clean out or access point exists at or
'Access
beyond the
termination point of the length of service
lateral to be
rehabilitated,
to allow for the passage of the required
cleaning and video
equipment.
The point of access shall be constructed
of materials which
provide a four inch (4") minimum diameter circular opening.
• Safety - The CONTRACTOR shall carry out his operations in strict accordance
I
with all applicable OSHA standards. Particular attention is drawn to those
safety requirements involving entering confined spaces.
• Cleaning of Sewer Line - It shall be the responsibility of the CONTRACTOR to
verify, prior to installation, that all internal debris has been removed from the
1
sewer line. Internal debris consists of broken pipe sections, roots, loose gravel,
etc.
• Inspection of Pipelines - Inspection of pipelines shall be performed by
I
experienced personnel trained in locating breaks and obstacles by closed
circuit television. The interior of the pipeline shall be carefully inspected to
Iinstallation
determine the location of any conditions which may prevent proper
of the lateral liner into the pipelines, and it shall be noted so that
these conditions can be corrected. A videotape and suitable log shall be
kept for later reference by the City.
• Bypassing Sewage - The CONTRACTOR, when required, shall provide for the
flow of sewage around the section or sections of mainline pipe where the
1
service lateral designated for lining is located. The bypass shall be made by
plugging the line at an existing upstream manhole and pumping the flow into
a downstream manhole or adjacent system. The pump and bypass lines shall
be of adequate capacity and size to handle the flow.
• It is required that the service lateral be inactive during the time of installation.
This is normally accomplished by turning off the homeowner's services or
requesting that the homeowner relinquish using his services during the period
ILine
of installation.
the the CONTRACTOR to clear
Obstructions - It shall be responsibility of
the line of obstructions such as solids, dropped joints, roots or collapsed pipe
II
that will prevent the insertion of the cured -in -place liner. If inspection reveals
an obstruction that cannot be removed by conventional sewer cleaning
equipment, then the City shall make a point repair excavation to uncover and
I
I'
#
remove or repair the obstruction.
'I
• The mainline pipe opening shall be prepared to accept the lateral CIPP and
the mainline reconstructed pipe shall be maximized to obtain the best possible
connection.
3.2.8 INSTALLATION OF LATERAL LINING
• The CONTRACTOR shall designate a location where the liner will be vacuum
impregnated prior to installation. The CONTRACTOR shall allow the City's
representative to inspect the materials and "wet -out" procedure. A catalyst
system compatible with the resin and liner shall be used.
• The wet -out liner shall be loaded inside a pressure apparatus above ground.
The pressure apparatus, with an end attached to a robotic device, shall be
winched through the mainline pipe to the service connection. The robotic
device, together with a television camera, will be used to position the pressure
apparatus' inversion elbow at the service connection opening. Air pressure,
supplied to the pressure apparatus through an inversion hose, shall be used to
invert the wet -out liner through the lateral pipe. The inversion head will be
adjusted to be of sufficient pressure to cause the impregnated liner to invert
completely in the lateral pipe and hold the tube tight to the pipe wall. Care
shall be taken during the curing process so as not to overstress the Insitutube.
• Curing - In most circumstances, an accelerated ambient -temperature curing
resin system will be utilized. However, if a heat cure is required, the
CONTRACTOR shall supply a suitable heat source and water recirculation
equipment. The equipment shall be capable of delivering hot water or other
approved heating medium throughout the section by means of a pre -strung
hose to uniformly raise the water temperature above the temperature
required to effect a cure of the resin. This temperature shall be determined by
the resin/catalyst system employed.
• If a heat cure is required, the heat source shall be fitted with suitable monitors
to gauge the temperature of the incoming and outgoing water supply. Water
temperature in the line during the cure period shall be recommended by the
resin manufacturer.
• Initial cure shall be deemed to be completed when inspection of the exposed
portions of the cured in place pipe appear to be hard and sound and the
temperature gauge indicates that the temperature is of a magnitude to
realize an exotherm. The cure period shall be of a duration recommended by
the resin manufacturer, as modified for the installation process.
• Cool -down - The CONTRACTOR shall cool the hardened cured in place pipe
to a temperature below 100°F before relieving the pressure in the pressure
apparatus. Cool -down may be accomplished by the introduction of cool air
into the pressure apparatus to replace water being forced out of the pressure
apparatus. Care shall be taken to maintain proper pressure throughout the
cure and cool -down period.
• Finish - The finished CIPP shall be continuous over the entire length of an
inversion run and be free of dry spots, lifts, and delamination. The lateral CIPP
shall not inhibit the closed circuit television post video inspection of the
mainline or service lateral pipes.
• During the warranty period, any defects which will affect the integrity or
strength of the cured -in -place liner shall be repaired at the CONTRACTOR's
expense in a manner mutually agreed upon by the Owner and the
CONTRACTOR.
• After the work is completed, the CONTRACTOR will provide the Owner with a
videotape showing the completed work including the restored conditions.
3.2.9 CLEAN-UP:
• Upon acceptance of the installation work, the CONTRACTOR shall reinstate
the project area affected by his operations.
3.2.10 PAYMENT:
I
• Payment for the work included in this section will be in accordance with the
prices set forth in the proposal for the quantity of work performed.
CURED -IN -PLACE LATERAL RECONSTRUCTION FROM CLEANOUT OR ACCESS
PIT
3.3.1 INTENT:
• It is the intent of this portion of the specification to provide for the
reconstruction of service lateral sanitary sewer lines, normally without
excavation, by the installation of a resin impregnated, flexible, non -woven felt
tube. The resin -impregnated tube shall be installed in the existing service
lateral utilizing a pull rope or a push rod. The curing method shall be suitable
for the selected resin, such that the resin produces a hard, impermeable
cured -in -place pipe liner. When cured, the liner should extend throughout the
initially defined and agreed upon length in a jointless, continuous, tight -fitting,
watertight pipe -within -a -pipe to effect a junction with the mainline
reconstructed pipe.
3.3.2 REFERENCE SPECIFICATIONS:
• This specification references ASTM test methods which are made a part hereof
by such reference and shall be the latest edition and revision thereof.
3.3.3 GENERAL CORROSION REQUIREMENTS:
• The finished cured -in -place pipe shall be fabricated from materials which
} when cured will be chemically resistant to withstand internal exposure to
domestic sewage.
• All constituent materials will be suitable for service in the environment
intended. The final product will not deteriorate, corrode or lose structural
strength that will reduce the projected product life.
• In industrial areas subject to possible flows other than domestic sewage, the
City shall obtain samples of the dry weather sewage flow to be analyzed for
chemical content. This analysis shall be supplied to the CONTRACTOR for his
information.
3.3.4 CURED -IN -PLACE MATERIALS:
• The liner shall be fabricated to a size that when installed will neatly fit the
internal circumference of the conduit specified by the City. Allowance shall
be made for circumferential stretching during insertion.
• The minimum length span the distance from the cleanout or access pit to the
lateral connection at the main. The CONTRACTOR shall verify the lengths in
the field before impregnation.
• Unless otherwise specified, the CONTRACTOR. shall furnish a specially designed,
unsaturated, polyester resin and catalyst system compatible with the cured -in -
place process that provides cured physical strengths specified herein.
3.3.5 PHYSICAL STRENGTH:
I
I
I
• The structural performance of the finished pipe must be adequate to
accommodate all anticipated loads throughout its design life. No cured -in -
place pipe reconstruction technology will be allowed that requires bonding to
the existing pipe for any part of its structural strength. Only resin vacuum
impregnation will be allowed. If reinforcing materials (fiberglass, etc.) are
used, the reinforcing material must be fully encapsulated within the resin to
assure that the reinforcement is not exposed, either to the inside of the pipe or
at the interface of the CIPP and the existing pipe.
• Design methods are to be derived from traditionally accepted pipe formulae
for various loading parameters and modes of failure. All equations will be
modified to include ovality as a design parameter. The design method shall
be submitted to the Engineer for approval prior to the pre -bid conference.
• The cured -in -place pipe shall conform to the minimum structural standards as
► listed below:
PROPERTY ASTM Standard RESULTS
Flexural Stress ASTM D .790 4,500 psi
Flexural Modulus of Elasticity ASTM D 790 250,000 psi
NOTE TO DESIGNER:
Values shown above are for commonly used polyester resins in the United
States at the time of this writing. Values for non -typical polyesters, vinyl esters,
and epoxies should be substituted when applicable. Unless otherwise
specified, these values shall be supported using lab test samples.
3.3.6 DEVIATIONS:
• The CONTRACTOR shall submit his price proposal for the appropriate length,
diameter and thickness designated in the proposal section. The deterioration
of service laterals is an ongoing process. Should pre -construction inspections
reveal the service laterals to be in substantially different conditions than those
in the design considerations, the CONTRACTOR shall request such changes in
liner thickness, supporting such request with design data. The deviation, if
approved, shall be reflected by the appropriate addition or reduction in the
's unit cost for that size as shown in the optional portion of the proposal section.
I
Li
I
I
Lii
3.3.7 INSTALLATION PREPARATIONS:
• The following installation procedures shall be adhered to unless otherwise
approved by the City's representative.
• Access -- The City shall ensure that a clean out or access point exists at or
beyond the termination point of the length of service lateral to be
rehabilitated, to allow for the passage of the required cleaning and video
equipment and the pull -in of the impregnated tube. The point of access shall
be constructed of materials which provide a four inch {4") minimum diameter
circular opening.
• Safety - The CONTRACTOR shall carry out his operations in strict accordance
with all applicable OSHA standards. Particular attention is .drawn to those
safety requirements involving entering confined spaces.
• Cleaning of Sewer Line - It shall be the responsibility of the CONTRACTOR to
verify, prior to installation, that all internal debris has been removed from the
sewer line. Internal debris consists of broken pipe sections, roots, loose gravel,
etc.
• Inspection of Pipelines - Inspection of pipelines shall be performed by
experienced personnel trained in locating breaks and obstacles by closed
I
I
I
circuit television. The interior of the pipeline shall be carefully inspected to
determine the location of any conditions which may prevent proper
installation of the lateral liner into the pipelines, and it shall be noted so that
these conditions can be corrected. A videotape and suitable log shall be
kept for later reference by the City.
• Bypassing Sewage - The CONTRACTOR, when required, shall provide for the
flow of sewage around the section or sections of mainline pipe where the
service lateral designated for lining is located. The bypass shall be made by
plugging the line at an existing upstream manhole and pumping the flow into
a downstream manhole or adjacent system. The pump and bypass lines shall
be of adequate capacity and size to handle the flow.
• It is required that the service lateral be inactive during the time of installation.
This is normally accomplished by turning off the homeowner's services or
requesting that the homeowner relinquish using his services during the period
of installation.
• Line Obstructions - It shall be the responsibility of the CONTRACTOR to clear
the service lateral line of obstructions such as solids, dropped joints, roots or
collapsed pipe that will prevent the insertion of the cured -in -place pipe. If
inspection reveals an obstruction that cannot be removed by conventional
sewer cleaning equipment, then the City shall make a point repair excavation
to uncover and remove or repair the obstruction.
3.3.8 INSTALLATION OF CURED -IN -PLACE LATERAL LINING
I
I
I
I
I
• The CONTRACTOR shall designate a location where the liner will be vacuum
impregnated prior to installation. The CONTRACTOR shall allow the City's
representative to inspect the materials and "wet -out" procedure. A catalyst
system compatible with the resin and liner shall be used.
• The wet -out liner shall be attached to a pull cable strung from the lateral
through the main line and to the downstream manhole. The liner is then
pulled through the lateral until the liner end reaches the required location. The
liner is then inflated with water, air or other appropriate medium to fully
expand the liner and press it firmly against the walls of the existing lateral pipe.
• Curing - In most circumstances, an accelerated ambient -temperature curing
resin system will be utilized, however if a heat cure is required, the
CONTRACTOR shall supply a suitable heat source and water recirculation
equipment. The equipment shall be capable of delivering hot water or other
approved heating medium throughout the section by means of a pre -strung
hose to uniformly raise the water temperature above the temperature
required to effect a cure of the resin. This temperature shall be determined by
the resin/catalyst system employed.
• If a heat cure is required, the heat source shall be fitted with suitable monitors
to gauge the temperature of the incoming and outgoing water supply. Water
temperature in the line during the cure period shall be recommended by the
resin manufacturer.
• Initial cure shall be deemed to be completed when inspection of the exposed
portions of the Insitupipe appear to be hard and sound and the temperature
gauge indicates that the temperature is of a magnitude to realize an
exotherm. The cure period shall be of a duration recommended by the resin
manufacturer, as modified for the installation process.
I
3.4
I
4
• Cool -down - The CONTRACTOR shall cool the hardened Insitupipe to a
temperature below 100°F before relieving the pressure in the pressure
apparatus. Cool -down may be accomplished by the introduction of cool air
into the pressure apparatus to replace water being forced out of the pressure
apparatus. Care shall be taken to maintain proper pressure throughout the
cure and cool -down period.
• Finish - The finished CIPP shall be continuous over the entire length of an
inversion run and be free of dry spots, lifts, and delamination. The lateral CIPP
shall not inhibit the closed circuit television post video inspection of the
mainline or service lateral pipes.
• During the warranty period, any defects which will affect the integrity or
strength of the cured -in -place liner shall be repaired at the CONTRACTOR's
expense in a manner mutually agreed upon by the City and the
CONTRACTOR.
• After the work is completed, the CONTRACTOR will provide the City with a
videotape showing the completed work including the restored conditions.
3.3.9 CLEAN-UP:
• Upon acceptance of the installation work, the CONTRACTOR shall reinstate
the project area affected by his operations.
3.3.10 PAYMENT:
• Payment for the work included in this section will be in accordance with the
prices set forth in the proposal for the quantity of work performed.
CURED -IN -PLACE PIPE FOR TRENCH LESS PIPELINE POINT REPAIR
3.4.1 INTENT
• It is the intent of this Specification to provide for the reconstruction of short
lengths of pipelines and conduits by the installation of a resin -impregnated
flexible Tube which is inflated in a short length of the pipeline to form a hard,
impermeable, corrosion -resistant pipe within a pipe. When cured, the cured -
in -place -pipe (CIPP) will be formed to the original conduit. This reconstruction
process can be used in a variety of gravity applications such as sanitary
sewers and storm sewers.
k
• This is a standard Specification and may require modification for specific job
conditions.
3.4.2 PREQUALIFICATION
i
r
■
1
•
•
1
•
Only bids from pre -qualified products and contractors will be read. Bids submitted on
products or from contractors that have not been pre -qualified will be returned
unopened. The contractor and the proposed method of reconstruction shall be
clearly and legibly identified on the bid envelope.
3.4.3 MATERIALS
• Tube - The Tube should consist of one or more layers of flexible needled felt, sewn to
the prescribed circumference and length. It shall be capable of carrying resin,
withstanding installation pressures and curing temperatures. The Tube should be
compatible with the resin system used The Tube shall be sewn to a size that, when
installed, will form to the internal circumference of the original pipe. Allowance
should be made for circumferential stretching during installation.
• Resin - A corrosion resistant, unsaturated, styrene -based, thermoset resin and catalyst
system or an epoxy resin and hardener that is compatible with the installation process
should be used. The CIPP can be expected to have as a minimum structural
properties given in Table 1.
TABLE 1. Structural Properties
Property
Test Method
Minimum Value*
Flexural Strength
D790
4,500 psi
Flexural Modulus
D790
250,000 psi
* Note - The values are considered minimum for field inspection. I he purchaser
should consult the Contractor for the particular resin system to be used for the
long-term design properties.
3.4.4 STRUCTURAL REQUIREMENTS
• The CIPP shall be designed as per ASTM F1216, appendix X.1, taking into
consideration the condition of the existing pipe.
3.4.5 INSTALLATION
• The Tube shall be thoroughly wetout with the catalyzed resin using a vacuum
impregnation process. If the repair section is over 25 ft. in length, an immediate
vacuum point shall be established and closed when the resin approaches that point.
• The Tube shall be properly oriented and loaded into the Carrier Train for proper
installation over the repair area.
It
Ii
• The Carrier Train shall be winched to the damaged area and positioned by
Closed Circuit TV camera guiding the installation. The installation shall follow
the manufacturer's recommended procedures for inflation and curing of the repair.
3.4.6 TESTING REQUIREMENTS
• Hydraulic Capacity - Calculations must support that the finished CIPP point repair will
allow for at least 100% of the full flow capacity of the original host pipe before
rehabilitation. Calculated capacities may be derived using a commonly accepted
roughness coefficient for the original pipe material. A typical roughness coefficient
for the CIPP product is 0.010.
3.4.7 INSPECTION
r• The installation may be inspected visually if appropriate, or by closed-circuit
television. Variations from true line and grade may be inherent because of
Ii the conditions of the original piping.
• The finished CIPP should be continuous over the length of the repair area plus
IL no less than six inches on either side extending into structurally sound pipe.
3.4.8 CLEAN-UP
I
• Upon acceptance of the installation work and testing, the Contractor shall reinstate
the project area affected by the operations.
3.4.9 PAYMENT
• Payment for the work included in this section will be in accordance with the prices set
forth in the proposal for the quantity of work performed. Progress payments will, be
made monthly based on the work performed during that period.
if
3.5 CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY
SEWERS
}
3.5.1 GENERAL
• This section includes provision of cleaning operations, inspection, and closed
circuit television monitoring operations, and all associated work for the sizes
and lengths of sewers encountered. Cleaning, debris/solids/root removal, and
internal television before and after the installation of CIPP is considered
I subsidiary to the cost for installing the CIPP liner. No additional payment will be
made for this item.
All sewers to be inspected shall be cleaned as hereinafter specified except
when cleaning is not directed by the CITY.
It
I1
It
- It is not required that television inspection be provided by the
CONTRACTOR during the cleaning operation. However, he may do so at
his own expense.
- CONTRACTOR's cleaning operations and line inspections are generally
It
limited to 7:00 a.m. to 5:00 p.m. on Monday through Friday except holidays
unless previously approved by CITY.
- CONTRACTOR shall provide traffic control personnel during operations to
maintain safety of all personnel and public traffic maintenance.
I.
- Contractor shall plug each sewer segment and allow to drain prior to
performing internal inspection if flow levels exceed 25 percent of pipe
diameter
- If the specified low flow levels are not achievable using flow through plugs
or by scheduling inspection during low flow hours, the CITY may authorize
!
the inspection above these flow levels.
'
- The CONTRACTOR shall be responsible for any backups in the sanitary
sewer system caused by the cleaning and/or TV operation. Any damage
{
to property, both public and private, including but not limited to backup
s
into homes, businesses, etc., shall be repaired, cleaned or replaced to the
satisfaction of the owner of such property at no cost to the CITY.
I
1
3.5.2 MATERIALS
Equipment
II
- General
E
- The CONTRACTOR shall allow CITY to become familiar with CONTRACTOR's
II
equipment before commencement of work.
- Cleaning Equipment
(1) The CONTRACTOR shall provide all equipment necessary for proper
flushing and cleaning of the sewers in the sizes indicated prior to
television inspection. Hydraulic high pressure sewer cleaners used for
sanitary sewer cleaning shall be specifically designed and
constructed for such cleaning. The sewer cleaner shall have a
minimum usable water capacity of 600 gallons and a pump capable
of delivering at least 30 gallons per minute (gpm) at 1,000 psi.
Pressure to the nozzle shall be regulated by a relief valve adjustable
from 0 to 1,500 psi minimum. The equipment will be subject to
I.
r
approval by the CITY.
(2) Satisfactory precautions shall be taken to protect the sewer lines from
damage that might be inflicted by the improper use of cleaning
equipment. Sewers damaged as a result of the CONTRACTOR's
1
operations shall be promptly repaired by the CONTRACTOR at no
cost to the CITY.
°
(3) All equipment, devices, and tools required for this contract shall be
owned (or leased) and operated by the CONTRACTOR.
1
r '
' 1 - Television Equipment
(1) The television cameras used for the inspection shall be specifically
designed and constructed for such inspection and shall provide a
color picture. Lighting for the camera shall be suitable to allow a
clear picture for the entire periphery of the pipe, acceptable to the
CITY. The camera shall be operative in 100 percent humidity
conditions, have 360° rotate and 290° pan capability, a minimum of 3
lux light capability, and shall have a minimum of 600 line resolutions.
The camera equipment must have the capability of being mounted
Ion skids and winched through the sewer lines if required by the
condition of the lines.
The CONTRACTOR shall also provide a color mini -camera based
closed circuit television inspection system. This system will be used to
remotely inspect service laterals from the cleanout. Picture quality
Ishould be of a degree of quality to allow a thorough evaluation of
service lateral condition.
I
(2) Digital recording equipment will be required for all video. The video
that will be provided to CITY shall be DVD format.
(3) The CONTRACTOR shall provide equipment for viewing of the
I
inspection as it takes place.
w • Cleaning Operation
- Cleaning Sewers
(1) Existing flows shall not be interrupted for periods longer than one
hour. Sewage diverted during cleaning operations shall be returned
Ito the sanitary system and not discharged into the streams or storm
drain system. Cleaning of these sewers may be by means of
I
hydraulic high pressure jetting or other equipment as needed.
(2) Jet machines may be refilled from fire hydrants in a manner
acceptable to the CITY. The CONTRACTOR is responsible for any
adverse impact on the water distribution system resulting from his
filling operations. Water will be available at no cost to the
CONTRACTOR from fire hydrants acceptable to the CITY. A backflow
prevention valve is required on CONTRACTOR's equipment during
filling operations.
k (3) Cleaning shall generally be performed prior to closed circuit
Itelevision inspection. The cleaning operations shall be conducted no
more than 48 hours in advance of television inspection of the sewer
I
line.
(4) Unless other methods are authorized by the CITY , light hydraulic
cleaning shall be performed for all main sewers to be inspected.
Three attempts shall be made, if necessary, by the CONTRACTOR
unless directed otherwise by the CITY. If the line is still not suitable for
TV inspection, then heavy cleaning shall be recommended to CITY.
(5) Remove all sludge, dirt, sand, grease, roots, rocks, gravel, and other
Imaterials
from the pipe and collect and remove resulting debris from
the downstream manhole of the sewer section being cleaned.
Passing material from sewer section to sewer section will not be
Ii
permitted. An approved dam or weir shall be constructed in the
downstream manhole in such a manner that debris and solids will be
I
trapped and retained.
(6) Roots shall be removed in the sections designated by the CITY where
'
root intrusion is a problem. Special precautions should be exercised
I
to assure removal of visible roots form the joint area which could
hinder normal flow or interfere with any rehabilitation or repair
techniques that may be performed. The use of mechanical devices
If
such as kites, balls, rodding machines, root cutters, porcupines, and
hydraulic procedures such as high-pressure jet cleaners shall be used,
as required. This work will be documented with video, before and
'
after removal of the roots, as directed by the CITY.
- Disposal of Debris
(1) Under no circumstances shall sewage or solids be dumped onto the
ground surface, street or into ditches, catch basins or storm drains.
(2) All solids or semi -solids resulting from the operations shall be removed
from the site by the CONTRACTOR unless authorized or directed
otherwise by the CITY_ Trucks hauling solids or semi -solids from the site
shall be watertight so that no leakage or spillage will occur.
(3) Disposal will be the responsibility of the CONTRACTOR.
{
•
Re
- -cleaning
If a pipeline is found not to be properly cleaned (by visual inspection, tape
review, or field analysis) in the opinion of the CITY, the television equipment
shall be removed and the sewer re -cleaned at no expense to the CITY.
(
• Inspection Operations
'
f
- Camera Work
Ithe
(1) When the CITY directs that no cleaning shall be performed prior to
inspection and stringing the line is required, the CONTRACTOR
shall string the line by approved means so as not to disturb the
existing sewer line conditions.
I,,
(2) The inspections shall be done one sewer section at a time. The
section being inspected shall be isolated from the remainder of the
I
sewer in a manner approved by the CITY. Such method will include
plugging all upstream flow if necessary. Plugs shall be secure to
remain in place and operations conducted to prevent backflow into
I
buildings.
(3) The camera shall be inserted in the upstream manhole of the line
segment and moved through the line at a uniformly slow rate
I(maximum
30 feet/minute), stopping at defective joints, all defects
1I,
1
_____
I
I
I
I
I
I
and each service connection to allow adequate evaluation by CITY.
In addition, the pan/tilt feature of the .camera shall be utilized at
each service connection and lateral to provide a clear picture for
determination of condition by the CITY , and whether the line is
plugged or active. If the line segment to be televised has a cleanout
on the upstream end, then the inspection will begin at the
downstream manhole.
(4) If progress of the television camera is impeded or stopped by roots in
the sewer reach being inspected, the camera shall be withdrawn, at
the direction of the CITY. The camera shall then be reinserted at the
other manhole of the sewer reach and the television inspection
resumes. If the camera is stopped by roots or debris that, in the
opinion of the CITY, should have been removed by the cleaning
operation, the camera shall be removed and the line re -cleaned at
no additional cost to the CITY. Once the re -cleaning is complete,
the CONTRACTOR shall televise the line segment.. The cost to re -
televise is considered subsidiary to the work and paid for one time at
the unit cost per foot of pipe actually televised.
(5) Other obstruction may be encountered during the course of the
internal inspection that prevent the travel of the camera. Should an
obstruction not be passable, the CONTRACTOR shall withdraw the
equipment and begin internal inspection from the opposite end of
the sewer reach. Should additional obstructions be encountered
after the re-employment and no means are available for passing the
obstruction without damage to the equipment, then the remaining
sections of the sewer not inspected shall be excluded from the work
requirements of the contract. Cost related to difficulties
encountered during internal inspections will not be measured for
payment nor constitute additional cost to the Contract Price, but will
be considered as incidental to the contract.
(6) The CITY will provide for removal of equipment that may become
lodged in the sanitary sewer line unless CITY is requested not to
inspect a specific sanitary sewer segment. The CITY is not responsible
for damage of the television (TV) camera and its associated
equipment during the retrieval process.
- Viewing
Telephones, portable radio, CB, walkie talkies, or other electronic means of
communications must be set up where voice or manual communications is
not feasible. The CONTRACTOR shall provide facilities for the purpose of
viewing the monitor while the inspection is in progress.
1
I}
- Record Logs
1
(1) Measurement for location of defects in sewer mains shall be at the
ground level by means of a meter device. Marking on cable or the
like which requires interpolation for depth of manhole will not be
allowed. Measurement meters shall be accurate to 0.2 feet. A
measuring target in front of the television camera shall be used as an
exact measurement reference point, and the meter reading shall
show this exact location of the measurement reference point. The
first feature out of the manhole or cleanout will be measured and
used as the initial reference point. If a buried manhole is
encountered during the internal TV inspection, the footage will be
reset to zero and that segment shall be treated as a new line
segment. The CITY's field representative shall instruct the
CONTRACTOR on the numbering procedure for this new manhole.
(2) The CONTRACTOR shall furnish all video equipment and DVD media
'
for digital recording. No reel to reel video recording equipment or
VHS tapes will be permitted. In the course of inspection, all sewer
sections will be videoed in their entirety.
(3) Defects shall be described and quantified verbally on the video by
the CONTRACTOR. Where appropriate, existing landmarks shall be
Ir
identified.
(4) The video will be reviewed by the CITY for focus, lighting, clarity of
view, and technical quality. The CONTRACTOR shall maintain sharp
'
focus, proper lighting, and clear, distortion free viewing during the
camera operations. The CONTRACTOR shall maintain plugging and
steam in the line for the duration of the inspection. Failure
'eliminate
to maintain these conditions will result in rejection of the video by the
CITY. Any sewer line whose video is not acceptable to the CITY will
be re -televised at no expense to the CITY.
(5) Each individual video shall be properly labeled by the CONTRACTOR
prior to submittal to the CITY. The label shall list the CITYs sewer line
"
segment number, data, CITY/OWNER, name of CONTRACTOR, and
video number.
(6} Each setup shall be described visually (by superimposing a
descriptive caption on the video which identities critical information)
and described audibly on the video recording, both at the initiation
at the conclusion of the setup. The line segment shall be
'and
described by the CITY's segment number which includes both basin
and manhole numbers. The video counter number shall be voiced
on the video recording and written on the record logs both at the
initiation and conclusion of each setup. In addition, the video
counter number and a brief description of all service laterals,
1
cleanouts, and defects shall be audibly indicated on the video
recording.
(7) The CONTRACTOR shall be responsible for verifying that each service
connection is active at the time of initial TV inspection. The
II
CONTRACTOR shall be responsible for dye testing service
connections that cannot be verified by visual inspection alone. No
work shall be performed on any sewer lines until ALL services have
I
been verified. Reinstatement of "dead" service connections will not
be permitted.
(8) A printed report shall be furnished for each line segment televised.
!
The report will contain the location of service laterals, the status of
the laterals, location of cleanouts, the status of the cleanouts and
{
the location and description of any defects.
1
1 ll
1
I
1
1
II
II
1
1
4.0 BIDDER'S PROPOSAL
�4.1 ITEMIZED DESCRIPTION OF BID PRICING
ITO: City of Fayetteville
Fayetteville, Arkansas
I GENTLEMEN:
iI
l he undersigned bidder, having examined the specifications and contract documents, and
being fully advised as to the extent and character of the work, propose to furnish all
?quipment and to perform all labor and work necessary for the completion of the work
escribed by and in accordance with the specifications and contracts for the following
Iprices to wit.
Item Approx. Unit Price
No. Item Descriplion Q. Unit In Figures Total
6" x 4.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
1 mainline, complete in place
TY S1 deHw*A 3500 LF $ 3,.50 $ 5e'. oa
I
8" x 6.0mm trenchless rehabilitation
by C1PP of existing sewer pipe
2 mainline, complete in place
I
TcTY 1\uo dollarst 1500 LF $ 3Z.co $
zee Cxur�
10" x 6.0mm trenchless rehabilitation
by CIPP of existing sewer pipe
3 mainline, complete in place
Tt1tiI1Y �ou dollars i 500 LF $ 3' . $ 11, COO. Op
12" x 6.0mm trenchless rehabilitation
by CIPP of existing sewer pipe
4 mainline, complete in place
aRTY -fWO dollars l 500 LF
1 zee T .
$ L Z. 0 0 • $ Zlr o00 . oa
I.
Item Approx. Unit Price
No. Item Description QLy.. Unit In Figures Total
15" x 7.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
5 mainline, complete in place
F1FTf 5zVCM dollars 100 LF $ J T.OQ $ ,j, 7:5n. GO
ZrFo ET5
18" x 9mm trenchless rehabilitation
by CIPP of existing sewer pipe
6 mainline, complete in place
)J -(Y '(}�E dollars 9 100 LF $ $ : 300 . 48
ZERO Ct*,Nx3
Internal reinstatement of Service
7 Laterals
6 w e C EPT 4lellars 60 EA $ .O ( $ • G d
Trenchless rehabilitation by CIPP of
8 existing 4" Service Lateral
Tw 77 dollars 30 EA $ Zcaoy.CC, $ 1x0(000.O0
ZP� Ceur'
Standard Mobilization (within 15
9 working days)
Two MUb2J3D dollars j 2 EA $ Z00o. ao $ £ C&O. 0d
zego corns
Emergency Mobilization (within 3
10 working days)
ZEE l u5413D dollars 1 EA $ 5000.OO $ O00. OO
5
CIPP Point Repair, 6" - 12"
11 Diameter, 10 LF
CANE dollars f 5 EA $ )t000.OD S coo . o Ca
4-P-6 C t"j
TOTAL BID AMOUNT $ Z58, DSO. &o
t4utipReD t rY_E/fzffr_Hod50.jJp_ l�aJ HuuPR,Cp FfPrf ,r c . 5D 5\xrr„
(In Writing)
The undersigned understands that this bid is for a term maintenance contract for the rehabilitation of sanitary
sewer mainlines throughout Fayetteville, Arkansas and that the City here may choose to purchase more,
less, or none of the rehabilitation, depending upon its needs. The City.is under no obligation to purchase
a minimum amount of any item awarded. This contract is generally for miscellaneous and unidentified
rehabilitation of sanitary sewer mains and service connections using the cured -in -place pipe method.
The bidder understands that the City reserves the right to reject any or all bids, and to waive informalities in
the bidding.
The undersigned further agrees that the proposal guaranty may be retained by the City of Fayetteville,
Arkansas, provided the undersigned is one of the lowest and most advantageous bidders, and that said
proposal guaranty shall remain with the City until the contract has been signed, and the bond required for
the faithful performance of the contract has been made by one of the lowest responsible bidders; otherwise,
proposal guaranty may be obtained from the City after forty-eight hours from the time of opening of the
bids.
The undersigned hereby declares that he has had sufficient time to make all test and investigations to arrive
at an intelligent estimate of the cost of doing the work, and has carefully examined the specifications and
documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no
representation made by the City are in any sense a warranty, but are mere estimates for guidance of the
CONTRACTOR.
Upon receipt of notice of the acceptance of the bid, we will execute the formal contract attached in
quintuplicate, within ten days, and will deliver a Surety Bond for the faithful performance of the contract, and
such other bonds as may have been required in the specifications. The bid security attached in the sum of
5%of the greatest amount of the total bid is ($5%) is to become the property of the City if a cashier's check,
and if a bond, the principal amount shall be paid to the City of Fayetteville, in the event the contract and
bond are not executed within the time set forth, and to be considered as liquidated damages because the
delay and additional work caused thereby are incapable of accurate ascertainment.
I
I
I
1
RESPECTFULLY SUBMITTED : insituform Technologies,
Bidder
SIGNATURE AND 1151E
Business Address
Telephone Number
FAX Number
H. Douglas Thomas
V.P.-Global Procurement/0ps.
SIGNATURE AND TITLE
17988 Edison Avenue
Chesterfield, MO 63005
636-530-8000
636-530-0751
Arkansas Contractors License Number
0072030409
Inc.
I
NOTE: DO NOT DETACH BID FROM OTHER PAPERS BOUND IN THIS DOCUMENT. Fill Bid Form in with Ink and
submit complete with all other papers bound in this document
I
4.2 GENERAL INFORMATION
• Representatives from the CITY will contact the CONTRACTOR with their specific work
• items. The estimate will reflect and be based on the listed bid items. Upon notification
• and approval by the CITY, the CONTRACTOR shall start work on the project within
fifteen (15) working days. In the event of an Emergency Response project, the
ICONTRACTOR shall start work on the project within three (3) working days of
notification by the CITY, and the CONTRACTOR and Owner shall agree to a final cost
for the project no later than 24 hours after the completion of the project.
• Payment for work on a particular project shall be made upon completion and
acceptance of the work by the CITY. There will be no partial payment made for any
project.
• Invoices shall be sent to the CITY. They shall be itemized to include:
- The specific bid items utilized.
- The quantities of those bid items.
- The total cost for that project.
- The total billing to date under the annual contract, including any change
orders.
I • The CONTRACTOR will be responsible for all signing and barricading and will comply
with those portions of the "Arkansas Manual on Uniform Traffic Control Devices for
Streets and Highways" which pertain to construction. -.
• The CONTRACTOR shall take precautions and use care to avoid damaging, disturbing,
or disrupting existing private facilities on private or public property, i.e., fences, sprinkler
I
facilities, shrubs, landscaping, etc. The CONTRACTOR shall restore, -to the CITY's
satisfaction, any damaged property at the Contractor's expense.
I. Completion of a particular project is defined to include the satisfactory performance
• of all minor and non -pay work items such as clean-up and restoration/replacement of
all damaged private and public property, etc.
POST LINING VIDEOING
I
• After lining, the CONTRACTOR shall provide the City television results of the lining
showing all taps made upon the new line. Upon completion of the video, a DVD shall
be supplied to the CITY.
UTILITIES COORDINATION
• During the construction of this project, the CONTRACTOR shall be responsible for
contacting Arkansas One Call for locating any utilities that may be involved in any
excavations.
1
I
I NOTICE
THE FOLLOWING BLANK SPACES IN THE CONTRACT
AND BONDS ARE NOT TO BE FILLED IN BY THE BIDDER AT
THE TIME OF SUBMITTING HIS PROPOSAL. THE
CONTRACT AND BOND FORMS ARE SUBMITTED AT THIS
TIME TO FAMILIARIZE THE BIDDER WITH THE FORM OF
I
CONTRACT AND BONDS, WHICH THE SUCCESSFUL
BIDDER WILL BE, REQUIRED TO EXECUTE.
1
r
' 5.0 CONTRACT AND BOND DOCUMENTS
5.1 AGREEMENT
2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL
REHABILITATION, CURED IN PLACE PIPE METHOD
L
II
THIS AGREEMENT, made this a ___ day of , 2008, by and between the City of
Fayetteville, Arkansas, and
Insituform Technologies Inc.
doing business as a Corporation, hereinafter called "Contractor",
I
WITNFSSEIH: That for and in consideration of the payments and agreements hereinafter mentioned:
1. The Contractor will commence and complete the projects selected for rehabilitation under this Term
I
Maintenance Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in
accordance with the conditions and at the prices stated in the Bid Proposal which are a part of
these Contract Documents attached hereto and made a part hereof.
2. The Contractor will furnish all materials, supplies, tools, equipment, labor, and other services necessary
for the construction and completion of the projects selected for rehabilitation.
I
3. The Contractor will commence the work required under this term maintenance contract for the
rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas in a timely manner as
projects are selected. The Contractor shall furnish City of Fayetteville a timeline for each project as
i
preparation for the work begins.
4. The timeline for this contract shall end December 31, 2008. Upon approval of the City of Fayetteville,
the contract may be extended on a yearly basis for up to four years, through December 31, 2012.
I5. The Contractor shall be entitled to receive up to Three Hundred Thousand Dollars ($330,000). City
of Fayetteville is under no obligation to purchase a minimum amount of any item awarded and
I
City of Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending
upon its needs. This contract is generally for miscellaneous and unidentified rehabilitation of
sanitary sewer mains and service connections using the cured -in -place pipe method. The City of
I
Fayetteville will pay the Contractor in the manner and at such times as set forth in the General
Conditions such amounts, as required by the Contract Documents.
6. The Contractor agrees to perform the work described in the Contract Documents and comply
with the terms therein for the amounts shown in the Bid Proposal.
7. The term "Contract Documents" means and includes the Advertisement for Bids, Information for
' Bidders, Technical Specifications, Bid Proposal, Agreement, General Conditions, Performance
• Bond, Payment Bond, Notice of Award, Notice to Proceed, Change Orders and Addenda
prepared or issued by the City of Fayetteville.
I8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns.
I
.1
I
I
F
II
I
I
I
I
I
I
I
I
9. It is mutually agreed that should it appear to the City of Fayetteville or to the Authorized Agent in
charge, at any time during the existence of this Contract, that the sureties on the Contractor's
bond have become insolvent, bankrupt, or otherwise financially unable to protect the City of
Fayetteville under the terms of the Contract, the City of Fayetteville may demand the Contractor
furnish additional security in some approved surely company satisfactory to the City of
Fayetteville. The acts of the City of Fayetteville or the Agent with reference to demanding new or
additional security shall never be construed to relieve the original sureties of their obligations
under the contract, or to relieve the Contractor. The City of Fayetteville may stop performance
under the Contract until additional security has been furnished by the Contractor, and the City of
Fayetteville shall in no case be liable to the Contractor on account thereof. In the event of the
refusal or failure of the Contractor to comply with the demands of the City of Fayetteville with
reference to furnishing additional security, the City of Fayetteville may exercise its right as
provided herein to stop all payments under the Contract and to arrange for completion of the
Contract requirements obligating the Contractor for any and all additional expenses incurred.
10. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed
without a prior formal contract amendment approved by the Mayor and the City council in
advance of the change in scope, cost or fees.
11. City contracts and documents prepared while performing city contractual work are subject to the
Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et.
seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly
authorized officials, this Agreement in four (4) counterparts, each of which shall be deemed an original
on the date first above written.
THE CITY OF FAYETTEV
By: / i
Title: Mayor
113 West Mountain Street
Fayetteville, AR 72701
CONTRACTOR:
By: `"
Douglas omas
Title: V . P .—Global Procurement /0 s . Support
ort
Company Insituform Technologies, Inc.
' `,����teitlr►►►h
Attest: • •�
Title: :FAYETTEVILLE:
•x
',NGToN�FG°.��.
'Attest:
Joan Smith
Title: ractin & Attesting Officer
{Corporate Seal)
. .
Address 17488 Edison Avenue.
Chesterfield, MO 63005 -
'If a corporation, the Secretary of the Corporation should'Atlest.L..»,'
' 5.2 PERFORMANCE AND PAYMENT BOND
2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED
IN PLACE PIPE METHOD
We
hereinafter called "PRINCIPAL", and , as Surety,
hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Arkansas as obligee, in
the amount of $ Dollars
($ ), for payment where of the PRINCIPAL and Surety bind themselves, their heirs, personal
representatives, successors and assigns, jointly and severally, firmly by these presents.
The PRINCIPAL has by written Agreement dated , 2008, entered into a contract with
the City of Fayetteville to make rehabilitation improvements to sanitary sewer mainlines to be selected by
the City of Fayetteville, which Contract is by reference made a pert hereof and is hereinafter referred to
as the Contract.
WHEREAS, this bond is given pursuant to the Arkansas Government Code;
I
I
I
I
I
I
I
I
I
I
NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties, all of the undertakings,
covenants, terms, conditions and agreements of the Contract; shall satisfy all claims and demands
incurred under the Contract; shall fully indemnify and hold the City of Fayetteville harmless; shall
reimburse and repay City of Fayetteville for any outlay or expense which City of Fayetteville may incur in
making good any default, and shall promptly make payment to all persons, firms, subcontractors and
Cities who may furnish materials or labor under the Contract, then this obligation shall be void; otherwise
to remain in full force and effect. The obligations of CONTRACTOR and SURETY under this bond apply
both to the original Contract and to any extension or modification of the Contract and SURETY agrees
that no change, extension of time, addition, expansion or other modification of the Contract, the work to
be done under the Contract, or the plans and specifications which are a part of the Contract shall in any
manner affect the obligations of SURETY under this bond, and SURETY waives notice of any such change,
extension of time, addition, expansion or other modification. The obligations of CONTRACTOR and
SURETY under this bond are performable and payable in Washington County, Arkansas such that
exclusive venue for any legal action pertaining to this bond shall lie in Washington County, Arkansas. By
their signatures below, the persons signing this bond warrant and represent that they are, respectively,
duly authorized to sign on behalf of CONTRACTOR and SURETY.
PROVIDED , FURTHER, that no final settlement between the City of Fayetteville and the Contractor shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in five (5) counterparts, each of which shall be deemed
and original.
I
EXECUTED this the day of , 2008
CONTRACTOR: SURETY:
PRINCIPAL SURETY
I ___________________________ ___________________________
By By:
Name/Title Name/Attorney-in-Fact:
Address Address
Note: This Bond Form is mandatory; no other form will be acceptable. The date of the Bond must not be prior to the date of the
Contract. If Contractor is a Partnership, all Partners must execute this Bond. This Bond must be issued in quiniuplicate with the issuing
agent's Power of Attorney attached to each copy. SURETY companies executing Bonds must appear on the U.S. Treasury
Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Arkansas
1
I
1
I
I
I
I
I
I
I'
I
5.3 MAINTENANCE BOND
2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED
IN PLACE PIPE METHOD
We
hereinafter called "PRINCIPAL", and , as SURETY,
hereinafter called "SURETY", are held and firmly bound unto the City of Fayetteville, Arkansas as obligee,
hereinafter called "City of Fayetteville", in the amount of
$ Dollars ($ ), for
payment where of the PRINCIPAL and SURETY bind themselves, their heirs, personal representatives,
successors and assigns, jointly and severally, firmly by these presents.
The PRINCIPAL has by written Agreement dated , 2008, entered into a contract with
the City of Fayetteville to make rehabilitation improvements to sanitary sewer mainlines to be selected by
the City of Fayetteville, which Contract is by reference made a part hereof and is hereinafter referred to
as the Contract.
WHEREAS, this bond is given pursuant to the Arkansas Government Code;
I
I
I
I
I
I
I
I
Li
WHEREAS, under the Contract it is provided that the PRINCIPAL will maintain and keep in good repair all
work to be performed and done under the Contract for a period of two (2) years from the date of
acceptance of the completed work by CITY OF FAYETTEVILLE, and to do and perform all necessary work
and repair any defective condition, it being understood that the purpose of this maintenance bond is to
insure all warranties, express or implied, made or given by the PRINCIPAL to CITY OF FAYETTEVILLE and to
cover all defective, inadequate or non -conforming conditions arising by reason of any materials or labor
installed, provided, constructed or performed by the PRINCIPAL and in case the PRINCIPAL shall fail to
correct any such conditions ills agreed that CITY OF FAYETTEVILLE may make such corrections and
charge the cost of making those corrections against the PRINCIPAL and the SURETY on this obligation,
and the PRINCIPAL and SURETY shall be subject to the liquidated damages provided in the contract, the
plans and the specifications for each day's failure on its part to comply with the terms and provisions of
the Contract;
NOW, THEREFORE, if the PRINCIPAL shall keep and perform its obligation to maintain the work and keep
the work in repair for the full maintenance period of two (2) years as herein provided, then these presents
shall be null and void and have no further effect, but if default shall be made by PRINCIPAL in the
performance of its obligations, then these presents shall have full force and effect, and CITY OF
FAYETTEVILLE shall have and recover from the PRINCIPAL and its SURETYdamages in the premises as
provided and it is further understood and agreed that this obligation shall be a continuing one against
the PRINCIPAL and the SURETY and that successive recoveries may be had hereon for successive
breaches until the full amount of this bond shall have been exhausted; and it is further understood that
the obligation under this bond to maintain the work shall continue throughout the maintenance period
and shall not be changed, diminished, or in any other manner affected during the term of this bond. The
obligations of PRINCIPAL and SURETY under this bond apply both to the original Contract and to any
extension or modification of the Contract and SURETY agrees that no change, extension of time, addition,
expansion or other modification of the Contract, the work to be done under the Contract, or the plans
and specifications which are a part of the Contract shall in any manner affect the obligations of SURETY
under this bond, and SURETY waives notice of any such change, extension of time, addition, expansion or
other modification. The obligations of PRINCIPAL and SURETY under this bond are performable and
payable in Washington County, Arkansas such that exclusive venue for any legal action pertaining to this
bond shall lie in Washington County, Arkansas. By their signatures below, the persons signing this bond
warrant and represent that they are, respectively, duly authorized to sign on behalf of PRINCIPAL and
SURETY.
PROVIDED, FURTHER, that no final settlement between the City of Fayetteville and the Contractor shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in five (5) counterparts, each of which shall be deemed
and original.
EXECUTED this the day of , 2008
CONTRACTOR: SURETY:
PRINCIPAL SURETY
By: By:
Name/Title
Address
Name/Attorney-in-Fact:
Address
Note: This Bond Form is mandatory; no other form will be acceptable. The date of the Bond must not be prior to the date of the
Contract. If Contractor is a Partnership, all Partners must execute this Bond. This Bond must be issued in quintuplicate with the issuing
agent's Power of Attorney attached to each copy. SURETY companies executing Bonds must appear on the U.S. Treasury
Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Arkansas
5.5 CONTRACTOR'S AFFIDAVIT OF BILLS PAID
2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED
IN PLACE PIPE METHOD
(To be executed prior to acceptance of project)
STATE OF ARKANSAS
COUNTY OF WASHINGTON
Personally, before me the undersigned authority, on this day appeared
who, being duly sworn, on oath, says that he is a legal representative of
(Full name of CONTRACTOR as in Contract)
and that the contract for the construction of the project, designated as TERM MAINTENANCE CONTRACT
FOR 2008 SANITARY SEWER MAIN LINE AND SERVICE LATERAL REHABILITATION has been satisfactorily
completed and that all bills for materials, apparatus, fixture, machinery and labor used in connection with
the construction of this project have, to the best of my knowledge and belief, been fully paid.
Signature
1
1
1
1
1
1
1
1
1
Title
Sworn to and subscribed before me this
(Seal)
day of ,2008.
Notary Public in and for
My Commission Expires
County, Arkansas
NOTE:It the CONTRACTOR is an individual, he shall sign the affidavit. If the CONTRACTOR is a partnership, any partner may sign the
affidavit. If the CONTRACTOR is a City, a person authorized by the by-laws or by the Board of Directors shall sign the affidavit. if the
CONTRACTOR is a joint venture of individuals, any of the individuals may sign the affidavit. If the CONTRACTOR is a joint venture of
partnerships, or of individuals and partnerships, the individual or any partner of any partnership may sign the affidavit. If the
CONTRACTOR is a joint venture in which a City is a party, separate affidavits must be executed in the name of the joint -venture; one by
each City and one by each individual or partnership. Signatures for Citys should be by a duly authorized officer. It signature is by
another, a showing of authority to sign must accompany the affidavit.
Shannon Jones
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
20 -May -08
City Council Meeting Date
Engineering
Division
Action Required:
Water and Wastewater
Department
Approval of Bid #08-39 for a construction contract with Insituform Technologies, Inc. for 2008 sanitary sewer main
line and service lateral lining, cured in place pipe method, and approving an authorization totalling $330,000.00, for
sanitary sewer lining services
$ 330,000.00
Cost of this request
5400.5700.5815.00
Account Number
02017.0008
Project Number
Budgeted Item XX
$ 5,738,641 .00
Category/Project Budget
$ 1,934,531.10
Funds Used to Date
$ 3,804,109.90
Remaining Balance
Budget Adjustment Attached 0
I JiM 8
Date
City Attorney Date
Chief Administrative Officer Date
Mayor
Date
Sanitary Sewer Rehabilitation
Program Category 1 Project Name
Water and Wastewater
Program / Project Category Name
Water and Sewer
Fund Name
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in Mayor's Office
Received in City Clerk's Office f�:
•
Faye.TvlIe
An KANSAS City Council Meeting of May 20, 2008
CITY COUNCIL AGENDA
To: Fayetteville City Council
Thru: Mayor Dan Coody
David Jurgens, Water & Wastewater Director
Fayetteville Sewer Committee
From: Shannon Jones, Water & Wastewater Enginee
Date: May 1, 2008
Subject: Approval of Bid #08-39 for a construction contract with Insituform Technologies, Inc. for sanitary sewer
main and service lateral cured in place lining, in the amount of $330,000.00
RECOMMENDATION
Staff recommends approval of Bid #08-39 for a construction contract with Insituform Technologies, Inc. for
sanitary sewer main and service lateral cured in place lining, in the amount of $330,000.00.
BACKGROUND
The bid schedule includes specific unit prices for various items of work; with the sanitary sewer rehabiliation
program then using the pricing to complete the annual rehabilitaiton program. The exact needs of each
rehabiliatation activity cannot be explicitly defined until the fmal design is completed, hence the unit price bid
schedule to correlate costs to project scopes. The work order releases for the previous term maintenance contract
averaged $330,000.00 per year.
The contract is set up to have as many as five annual terms from 2008 through2012, with restrictions on the unit
price increases per year. While there is no obligation to execute future terms of the contract, this technique allows
us to get the best possible prices, increases our flexibility, and greatly reduces the administrative demands involved.
Each annual term would go through the City Council for approval.
DISCUSSION
The City received two responsive bids on April 8, 2007.
Contractor Total
Insituform S 298,750.60 (low bid)
Suncoast $ 322,160.00
Staff's Estimate $ 344,600.00
The direct contracting with Irsituform Technologies allows the City of Fayetteville to execute its sanitary sewer
rehabilitation program effectively and efficiently. It is effective as the administrative delays and costs are
minimized due to the annual contract and pre -established pricing. Pipes being lined under this contract are either
identified by City forces through normal maintenance operations or by consultants executing Sanitary Sewer
Evaluation Studies. Either way, engineering and administrative costs are held to a bare minimum as formal plans
and specifications are not required. This work is an integral part of the City's ongoing program to maintain its
sewer system in the most long-term yet cost effective fashion, with cured -in -place linings being by far the lowest
cost strategy for applications where it is appropriate.
Insituform has completed many sewer rehabilitation projects in Fayetteville, including the 2002 - 2006
maintenance term contract. They are excellent contractors who have completed all jobs to the City's satisfaction.
BUDGET IMPACT
Funds are available within the Fiscal Year 2008 Sanitary Sewer Rehabilitation Project.
2008 CIPP CC Memo 20May08.doc
RESOLUTION NO.
A RESOLUTION AWARDING BID #08-39 AND APPROVING A
CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE
AMOUNT OF $330,000.00 FOR 2008 SANITARY SEWER MAIN
LINE AND SERVICE LATERAL LINING, CURED IN -PLACE PIPE
METHOD.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby awards Bid #08-39 and approves a contract with Insituform Technologies,
Inc. in the amount of $330,000.00 for 2008 sanitary sewer main line and service
lateral lining, cured in -place pipe method.
PASSED and APPROVED this 20th day of May, 2008.
APPROVED:
By:
.r
DAN COODY, Mayor
ATTEST:
By:
SONDRA E. SMITH, City Clerk/Treasurer
I
2008 CIPP Bid Tabulation
April 16, 2008 at 2:00 p.m.
Insituform Technologies
Suncoast Infrastructure
I tem
Approx.
Unit Price In
Unit Price In
Qty.
Fi ures
No. Item Description
Unit
Figures Total
Total
6" x 4.5mm trenchless rehabilitation by CIPP
of existing sewer pipe mainline, complete in
lace
3500
LF
$
36.50
$
127,750.00
$
30.60
S
107,100.00
8" x 6.0mm trenchless rehabilitation by CIPP
2
of existing sewer pipe mainline, complete in
]ace
1500
LF
$
32.00
S
48,000.00
$
30.30
$
45,450.00
10" x 6.0mm trenchless rehabilitation by CIPP
3
of existing sewer pipe mainline, complete in
lace
500
LF
$
34.00
$
17,000.00
$
31.00
$
15,500.00
12" x 6.0mm trenchless rehabilitation by CIPP
4
of existing sewer pipe mainline, complete in
place
500
LF
$
42.00
$
21,000.00
$
32.80
S
16,400.00
15" x 7.5mm trenchless rehabilitation by CIPP
5
of existing sewer pipe mainline, complete in
place
100
LF
S
57.00
$
5,700.00
S
50.00
$
5,000.00
18" x 9mm trenchless rehabilitation by CIPP
6
of existing sewer pipe mainline, complete in
lace
100
LF
$
73.00
$
7,300.00
$
60.50
S
6,050.00
7
Internal reinstatement of Service Laterals
60
EA
$
0.01
$
0.60
S
150.00
$
9,000.00
8
Trenchless rehabilitation by CIPP of existing
4" Service Lateral
30
EA
$
2,000.00
$
60,000.00
$
2,900.00
$
87,000.00
9
Standard Mobilization (within 15 working
days)
2
EA
$
2,000.00
$
4,000.00
$
2,500.00
$
5,000.00
10
Emergency Mobilization (within 3 working
days)
I
EA
$
3,000.00
$
3,000.00
$
9,060.00
S
9,060.00
11
CIPP Point R air, 6" - 12" Diameter, 10 LF
5
EA
$
1,000.00
$
5,000.00
$
3,320.00
$
16,600.00
Total Bid
S
298 750.60
S
322,160.00
5.23.08} Clarice Pearman - Res. 104-08 Page 1
From:
Clarice Pearman
To:
Jones, Shannon
Date:
5.23.08 12:08 PM
Subject:
Res. 104-08
Attachments:
104-08 Insituform Technoligies Inc.pdf
CC: Audit
Shannon:
Attached is a copy of the resolution regarding Insituform Technologies. I will forward to you via interoffice mail three of
the four signed original agreements. Please let me know if there is anything else needed for this item. Have a good
weekend!
Thanks.
Clarice
A(J UKU-I
CERTIFICATE OF LIABILITY INSURANCE 7/1/2011
DATE (MMIDDfYYYY)
6/28/2010
PRODUCER Lockton Companies,LLC-1 St. Louis
Three City Place Drive, Suite 900
St. Louis MO 63141-7081
(314) 432-0500
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSURED Insituform Technologies, Inc.
1041904 17988 Edison Avenue
Chesterfield MO 63005
INSURER A: Liberty Mutual Fire Insurance Company (64)
23035
INSURER B: American Guarantee and Liab. Ins, Co.
26247
INSURER C: Liberty Insurance Corporation (64)
42404
INSURER D:
INSURER E :
COVERAGES INSTE02 22356 THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING
INSURERISL AUTHORZED REPRESENTATIVE OR CROESIICER AND THE CFRTiFIr:ATF Hr]I IIFR
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
ADD'L
INSRD
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDDIYY)
POLICY EXPIRATION
DATE (MMIDDIYY)
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 2,000,000
A
X COMMERCIAL GENERAL LIABILITY
I I CLAIMS MADE OCCUR
TB2-641-004218-030
7/1/2010
7/1/2011
DAMAGE TO RENTED
PREMISES lEa occurence
$ 350,000
MED EXP (Any one person)
$ 10.000
PERSONAL & ADV INJURY
$ 2 000 000
A
X Independt Contractor
BROAD FORM PD/CONTRACT
X
XCU
GENERAL AGGREGATE
$ 4,000,000
A
PER PROJECT AGG. CAP $20M
GE 'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 4,000,000
PRO -
POLICY 15fl JECT LOC
A
AUTOMOBILE LIABILITY
X ANY AUTO
AS2-641-004218-020
7/1/2010
7/1/2011
COMBINED SINGLE LIMIT
(Ea accident)
$ 2,000,000
BODILY INJURY
(Per person)
$ �X
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$ XX�xxX
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$ XXoX
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$ XXXXXXX
ANY AUTO
R
NOT APPLICABLE
OTHER THAN EA ACC
$ XXXXXXX
-
-
AUTO ONLY: AGG
$ XXXXXXX
B
EXCESS/UMBRELLA LIABILITY
X OCCUR CLAIMS MADE
AUC3818508-09
7/1/2010
7/1/2011
EACH OCCURRENCE
$ 10'0-Q0 000
AGGREGATE
$ 10 000 000
$ XXXXXXX
❑ UMBRELLA
$ XXXX.XXX
DEDUCTIBLE X FORM
$ XXXXXXX
X RETENTION $ 0
C
C
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY Y! N
ANYPROPRIETORIPARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
It yes. describe under
SPECIAL PROVISIONS below
WA7-64D-009004-440
WC7-641-004218-010 (WI & OR)
7/1/2010
7/1/2010
7/1/2011
7/1/2011
X WC sTATU- 0TH -
TORY LIMITS I I ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
RE: 2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHAB, CIPP METHOD.
CITY OF FAYETTEVILLE
125 W. MOUNTAIN STREET
FAYETTEVILLE AR 72701
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3._iL DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
AUTHORIZED
ACORD 25 (2009101)
0
I ne AC:UKu name ana iogo are reglsterea marKs or At. UKU
For ouestlons reoardino this ceniricate. contact the number IisTed in the'Producer' section above and scecily the client coda 'INSTEO2'.
. All
ACORDI
�- CERTIFICATE OF LIABILITY INSURANCE 7/1/2011 I
DATE (MM/DDIYYYY)
6/28/2010
PRODUCER Lockton Companies,LLC-1 St. Louis
Three City Place Drive, Suite 900
St.Louis- 0 63141-7081
(314) 432-0500
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ALTER THE COVERAGE AFFORDED NOT
THE POLICIES BELOOR
W.
INSURERS AFFORDING COVERAGE
NAIC #
INSURED Insituform Technologies, Inc.
1041904 17988 Edison Avenue
Chesterfield MO 63005
INSURER A Liberty Mutual Fire Insurance Company (64)
23035
INSURER B: American Guarantee and Liab. Ins. Co.
26247
INSURER C : Liberty Insurance Corporation (64)
42404
INSURER D
INSURER E :
COVERAGES INSTE02 22356 THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING
IN RE AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER.
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
ADDL
INSRD
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDD/YY)
POLICY EXPIRATION
DATE (MM/DDIYY)
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 2,000,000
A
X COMMERCIAL GENERAL LIABILITY
EFCLAIMS MADE [] OCCUR
TB2-641-004218-030
7/1/2010
7/1/2011
DAMAGE TO RENTED
PREMISES Ea occurence)
$ 350,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 2,000,000
A
A
lndependt Contractor
BROAD FORM PD/CONTRACTI
L
X
XCU
GENERAL AGGREGATE
s 4,000,000
A
PER PROJECT AGG. CAP $20M
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
s 4,000,000
PRO -
POLICY X JECT LOC
A
AUTOMOBILE LIABILITY
X ANY AUTO
AS2-641-004218-020
7/1/2010
7/1/2011
COMBINED SINGLE LIMIT
(Ea accident)
$ 2,000,000
BODILY INJURY
(Per person)
$ XXXYX
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$}X
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$}X
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$ XXXXXXX
ANY AUTO
NOT APPLICABLE
OTHER THAN EA ACC
$ XXXXXXX
AUTO ONLY: AGG
$ XXXXXXX
EXCESSIUMBRELLA LIABILITY
EACH OCCURRENCE
$ 10,000,000
B
X OCCUR CLAIMS MADE
AUC3818508-09
7/1/2010
7/1/2011
AGGREGATE
$ 10,000,000
XX
$ 0X
[] UMBRELLA
$ XYC
DEDUCTIBLE FORM
I
$ ) �X
X RETENTION $ 0
C
C
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
SPECIAL PROVISIONS below
WA7-64D-009004-440
WC7-641-004218-010 (WI & OR)
7/1/2010
7/1/2010
7/1/2011
7/1/2011
WC STATU- 0TH -
X TORY LIMITS ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
RE: 2009 CIP MAINTENANCE CONTRACT.
't UOO D'I ) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY OF FAYETTEVILLE DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
125 W. MOUNTAIN STREET NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
FAYETTEVILLE, AR 72701 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESE
ACORD 25 (2009101) ® I ACORD RP TION. All righ
The ACORD name and Togo are registered marks of ACORD
For nuestiods reathis ardina certificate, contact the number Ii d in the 'Producer section above and specify the client rode'INSTE02'.