• No results found

TRENCHLESS SEWER SERVICE REHABILITATION ANNUAL CONTRACTING SERVICES

N/A
N/A
Protected

Academic year: 2021

Share "TRENCHLESS SEWER SERVICE REHABILITATION ANNUAL CONTRACTING SERVICES"

Copied!
18
0
0
Show more ( Page)

Full text

(1)

City of Brentwood

Page 1 of 18

October 13, 2011

Trenchless Sewer Service RFP

CITY OF BRENTWOOD

REQUEST FOR PROPOSALS (RFP)

TRENCHLESS SEWER SERVICE REHABILITATION ANNUAL

CONTRACTING SERVICES

RFP ISSUANCE DATE -

October 13, 2011

I. NAME OF SOLICITING PUBLIC BODY

City of Brentwood, TN Water Services Department

P.O. Box 788, 1750 General George Patton Drive Brentwood, TN 37024-0788

II. SCOPE and PURPOSE

The City of Brentwood, Tennessee, is seeking proposals from qualified firms to provide sewer service line rehabilitation contracting services as a part of the City’s comprehensive sewer rehabilitation program. The City is approximately 40% complete with a multi-year effort to reduce inflow and infiltration into the City’s sewer collection system, and recent efforts to rehabilitate main lines and manholes have proven to be very successful. Some of the services have been repaired using point repairs, and this practice will continue, but there are many installations where “dig ups” are either impractical or unnecessary, and therefore a mechanism for procuring the services of a trenchless service line rehabilitation firm has been developed. All contracting services shall be performed under the guidance of the Director of the Brentwood Water and Wastewater Department or his designated representative.

The purpose of this RFP is to solicit information and unit pricing from qualified firms for the specified rehabilitation services and to set forth the terms and conditions whereby the City of Brentwood may enter into a contract to provide the services described herein. With the assistance of the qualified firm, the City will undertake rehabilitation projects identified through the program, focusing primarily on specific sub-basins within the collection system. The City reserves the right to negotiate and contract with any firm suited to provide the services described herein or to reject all proposals.

The program will focus on the City’s Little Harpeth River Basin, which is currently the subject of an Agreed Order from the Tennessee Department of Environment and Conservation, Division of Water Pollution Control. Approximately 26 miles of pipe have been lined in this basin since 2008, and most of the services to be rehabilitated will be in this area. Further information on the City’s system and the

(2)

City of Brentwood

Page 2 of 18

October 13, 2011

Trenchless Sewer Service RFP

agreed order are available upon request. The intention is to procure the installation of sealed lateral connections and/or cured-in-place pipe (CIPP) laterals to the property / easement line and to provide for a system that stops inflow, infiltration, exfiltration, restores structural integrity and provides corrosion protection. The majority of the work will be on service laterals connected to 8” public sewers but some 10” to 15” public sewers also have services. It needs to be stressed that most of the installations will be on lines that have been rehabilitated with conventional felt-lined CIPP or UV-cured fiberglass pipe. All activities for the program and contracted work must meet or exceed current standards established by the Water Environment Federation, the Tennessee Department of Environment and Conservation – Division of Water Pollution Control, and the US Environmental Protection Agency – Region IV.

III. INSTRUCTIONS TO FIRMS

A. Three copies of the RFP shall be submitted to: Chris Milton, Director

City of Brentwood Water and Sewer Department 1750 General George Patton Drive (physical location) P.O. Box 788

Brentwood, TN 37024-0788

miltonc@brentwood-tn.org Phone (615) 371-0080

B. Questions related to technical aspects of the RFP should be directed to: George Kurz, PE, DEE

BWSC, Inc

211 Commerce Street, Suite 211 Nashville, TN 37201

gekurz@bwsc.net

Phone 615-252-4441 Fax 615-255-6572

Questions must be in writing and may be faxed or emailed to the contact information above. All responses to inquiries will be in writing and will be provided to all prospective firms who have received an RFP from the City. Questions from firms must be received by noon on Monday, October 31, 2011, in order to ensure that the answers can be sent and received by the prospective firms for their consideration prior to the date RFP’s are due.

C. All Proposals must be in a sealed envelope and clearly marked in the lower left corner: "Sealed Qualifications of (entity), 2011 City of Brentwood, Trenchless Sewer Service Rehabilitation Annual Contracting Services". Proposals shall clearly indicate the legal name, address and telephone number of the firm and shall be signed above the typed or printed name and title of the individual signing on behalf of the firm. All expenses for making the Proposal to the City of Brentwood shall be borne by the firm. All Proposals shall be received by 4:00 P.M. CDT

Thursday, November 3, 2011. Any Proposal received after this time and date will not be

(3)

City of Brentwood

Page 3 of 18

October 13, 2011

Trenchless Sewer Service RFP

Water Services Department at the above address and by the above stated time and date.

D. The firm must submit comprehensive information that demonstrates and provides evidence that the firm has the capabilities, professional expertise, and experience to perform the trenchless sewer rehabilitation services described in this RFP.

E. Prospective firms are responsible for familiarizing themselves with the conditions and objectives of the sewer rehabilitation program. For information on site visits, contact George Kurz at 615-252-4441.

F. As a guideline, the City anticipates the following timetable for selection:

Date of Activity Event

October 13, 2011 Request For Proposals Issued

October 27, 2011 Prebid Information Meeting at 2:00 pm CDT* October 31, 2011 Deadline for Questions is Noon CDT

November 3, 2011 Proposals Due Prior to 4:00 p.m. CDT Deadline

November 14, 2011 Selection of Most Qualified Firm(s) November 28, 2011 Award of Contract(s) by City Commission December 12, 2011 Notice to Proceed

* The Prebid Information Meeting will occur at 2:00 pm CDT at the City of Brentwood, City Hall, 5211 Maryland Way, Brentwood, TN 37027 (615-371-0060).

G. Selection Process  Review of Proposals:

Using the criteria given in items (1) through (6) described in the Evaluation Criteria in Section V below, the City shall review all Proposals received to determine those firms who are fully qualified, responsible, and suitable to provide the services set forth by this Request for Proposals.  Discussions, Demonstrations and Interviews:

The City reserves the option to hold one or more discussions and interviews with one or more of the firms who have been deemed to be fully qualified, responsible, and suitable to provide the rehabilitation services set forth by this Request for Proposals. Such discussions and interviews shall gather additional information, review qualifications, expertise and experience pertinent to the services described by this Request for Proposals.

 Evaluation and Ranking:

Using all of the information developed during the qualifications review and discussion, the City shall rank the firms according to the evaluation criteria given below in Section V.

(4)

City of Brentwood

Page 4 of 18

October 13, 2011

Trenchless Sewer Service RFP

All interested firms submitting must include a statement of qualifications and provide resumes of those personnel and staff that would actually be performing sewer rehabilitation services for the City of Brentwood. It must be demonstrated that the personnel included as a part of the proposal possess the capabilities, professional expertise, training and experience to assure the City that they are qualified to perform the rehabilitation services. Separate statements of qualifications shall be submitted as a part of the proposal for any sub-contractors, as well as separate statements of qualifications of any associated engineers or other firms which may be expected to contribute services for the engineering work described herein.

The written Proposal, which should be as CONCISE as possible, should address items (1) through (6) of the criteria described in the Qualifications Evaluation Criteria set forth in Section V.

The Proposal shall include, at a minimum, the following information:  A completed Unit Price Bid Form as found in Appendix 1;

 A letter stating that the proposed products, methods and technologies meet or exceed the technical specifications found in Appendix 2;

 Company information, detailing experience and references from at least 3 other systems, especially noting systems in the Middle Tennessee area;

 Product / technology information including equipment staging area requirements, means of sewer access, methods of maintaining flow, and the method to rehabilitate lateral connections;

 Organization Chart including personnel who would be working with the City of Brentwood;  Any exceptions, modifications or alternates to the requirements as stated in this RFP

In addition to demonstrating similar experience with clients, the Proposal shall include demonstrated experience working closely with regulatory agencies such as the Tennessee Department of Environment and Conservation, Division of Water Pollution Control, and the Environmental Protection Agency. Because the City’s system is currently connected to, and conveyed to a treatment facility by, Metro Water Services, any experience with MWS needs to be specifically noted in the Proposal.

V. EVALUATION CRITERIA

Evaluation criteria for each Proposal shall include consideration of the following factors:

1. Overall experience of the firm, specifically the Field Superintendent and Senior Project Manager, in providing sewer lateral rehabilitation services;

2. Understanding of the scope of work, purposes and objectives of the proposed program and completeness of the information provided regarding the rehabilitation technologies and methodologies;

3. Unit prices as completed with Appendix 1;

4. Quality of the content of the proposal, including references, and responsiveness to the Request for Proposals;

(5)

City of Brentwood

Page 5 of 18

October 13, 2011

Trenchless Sewer Service RFP

5. Availability of personnel and equipment to perform the work;

6. The location of the firm’s office and personnel tasked with the responsibility for providing the services and the ability of the firm to respond quickly to requests and requirements of the City; The City of Brentwood reserves the right to negotiate and contract with any firm suited to provide the services described herein.

VI. SCOPE OF SERVICES

The selected firm shall provide the City of Brentwood’s Water Services Department with trenchless sewer rehabilitation contracting services for a period of two (2) years from the date of execution. The contract may be renewable for up to five (5) years with mutual concurrence on unit price adjustments, or, at the City’s discretion, a new agreement may be procured altogether. Provided the selected firm and the City are able to negotiate a specific scope of services and execute a professional services agreement, all services shall be performed under the guidance of the Director of the City’s Water Services Department. A general narrative of the anticipated program flow is as follows:

1. The City will provide a map to the contractor detailing the locations of the services. It is anticipated that individual work releases will be in the range of 30 to 50 services at a time and the total amount of services to be rehabilitated will be 200-300 in the first two years. (The basis for this bid calculation shall be 30 services.)

2. The City will locate the services in the field and mark the service locations.

3. The City will determine whether only the point of connection (the junction and first 5 feet of lateral pipe) needs to be fixed, or whether the rest of the lateral needs to be rehabilitated as well. If so, the lateral would be most likely rehabilitated all the way to the property / easement line. Many private service laterals in the Brentwood system do not have cleanouts. (Some lateral lining products require a cleanout for installation or observation. Therefore, unit pricing for installation of a cleanout is included with this RFP. Each bidder shall clearly state whether the process they propose to use requires an existing or new cleanout for installing liners up to 30 feet in length. If a particular process or product requires a cleanout, then the evaluation of costs for the liner will include that cost for that product offering.)

4. Once a month, the City or its designated representative will review unit priced quantities and the work with the contractor and generate a payment request. Generally the City will review, process and pay requests within 15-20 days. As part of each payment request, video documentation of the completed rehabilitation, including a lateral launch if applicable, shall be submitted.

The basic services to be performed as part of this program shall include:  Mobilization and setup.

 By-passing of existing sewer flows as required on all installations.

 Pre and Post-installation video inspection recordings on media specified by the Owner, as well as written report forms.

(6)

City of Brentwood

Page 6 of 18

October 13, 2011

Trenchless Sewer Service RFP

 Complete conformance to O.S.H.A. and TOSHA confined space entry safety regulations.

 Standard three year warranty after completion of each project as well as a three year performance and payment bond.

 Permits, Licensing & Insurance as required.

 Compliance with manufacturer’s installation and technical specifications.

The firm(s) may be tasked by the City, as part of the contract resulting from this RFP, with providing additional services during and after the actual implementation of the rehabilitation program.

VII. METHOD OF COMPENSATION

Compensation for contracting services shall be in accordance with the unit pricing as submitted with Appendix I.

(7)

City of Brentwood

Page 7 of 18

October 13, 2011

Trenchless Sewer Service RFP

APPENDIX 1

Unit Pricing

(8)

City of Brentwood

Page 8 of 18

October 13, 2011

Trenchless Sewer Service RFP

Sewer Service Lateral Rehabilitation

Item

# Description

Unit of

Measure

Quantity

Unit

Price Total

1

CIPP Lateral Lining "Service Connection Seal

+ Lateral" 5' in length - 4" Laterals - complete EACH 30

2

CIPP Lateral Lining "Service Connection Seal

+ Lateral" 5' in length - 6" Laterals - complete EACH 30

3

CIPP Lateral Lining "Service Connection Seal

+ Lateral" up to 20' - 4" Laterals - complete EACH 30

4

CIPP Lateral Lining "Service Connection Seal

+ Lateral" up to 20' - 6" Laterals - complete EACH 30

5

CIPP Lateral Lining 4" laterals beyond 20' -

cost for extension beyond 20' only LF 300

6

CIPP Lateral Lining 6" laterals beyond 20' -

cost for extension beyond 20' only LF 300

7 CCTV & Cleaning from Mainline or Cleanout EACH 30

8 Heavy Cleaning - Roots/Grease EACH 30

9 Reinstate Undercut CIPP Lateral Connection EACH 30

10

Cutting or grinding of protruding taps - as

identified by the engineer EACH 30

11

Cleanout installation at property or easement

line EACH 30

12 Chemical Grouting GALLON 300

TOTAL= _______

Assume 30 Installations as a Base per Task Order

Bidder: Identify name or brand of proposed process for sewer service lateral rehabilitation -

_____________________________________________________________ (write name)

Bidder: State if pre-existing or new clean-out appurtenance is required for the proposed process for lateral renewal lengths of 30 feet or less - _______________ (write yes or no)

NOTES:

1. Should the contractor be directed to apply grout to an active leak, under no circumstances shall more than 20 gallons be applied without first receiving approval from the City.

(9)

City of Brentwood

Page 9 of 18

October 13, 2011

Trenchless Sewer Service RFP

APPENDIX 2

(10)

City of Brentwood

Page 10 of 18

October 13, 2011

Trenchless Sewer Service RFP

TECHNICAL SPECIFICATIONS

SECTION 02765 - CURED-IN-PLACE LATERAL REHABILITATION

PART 1 GENERAL

1.1 INTENT

A. It is the intent of this portion of the specification to provide for the re-construction of a service lateral and connection, normally without excavation, by the installation of a resin impregnated, flexible, non-woven felt tube inverted into the existing lateral connection utilizing a pressure apparatus positioned in the mainline pipe. Curing shall be accomplished by use of ambient cure resin, UV cured resin, or other approved method to cure the resin into a hard impermeable cured-in-place pipe liner. When cured, the liner shall have a watertight connection seal at the mainline and extend over the required length of the service lateral in a continuous one piece structural pipe-within-a-pipe.

1.2 QUALIFICATIONS OF CONTRACTOR

A. The contractor or subcontractor performing the work of this section shall be employees of the company manufacturing the CIPP Lateral Lining system components, or shall be licensed by the system manufacturer. The contractor or subcontractor shall have a minimum of two (2) years of service continuous experience installing CIPP Lateral Lining in pipe of similar size, length and configuration as proposed in this project. In addition, the contractor or subcontractor shall have successfully installed 5000 CIPP Laterals in a wastewater collection system application. The onsite Superintendent must have installed over 2000 CIPP Laterals of like condition for this geographic area and have 5 years of CIPP experience.

1.3 QUALITY ASSURANCE

A. 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.

1. ASTM D-790: “Standard Test methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials.”

2. ASTM D-5813

3. ASTM F-1216: “Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a resin-Impregnated Tube.”

4. ASTM F-2019: “Standard Practice for Rehabilitation of existing Pipelines and Conduits by Pulled in Place Installation of Glass Reinforced Plastic (GRP) and Cured-in-Place Thermosetting Resin Pipe (CIPP).”

(11)

City of Brentwood

Page 11 of 18

October 13, 2011

Trenchless Sewer Service RFP

5. ASTM F-2561: “Standard Practice for Rehabilitation of a Sewer Service Lateral and Its Connection to the Main Using a One Piece Main and Lateral Cured-in-Place Liner.”

PART 2 PRODUCTS

2.1 CIPP LATERAL MATERIALS

A. The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the conduit specified by the Owner. Allowance shall be made for circumferential stretching during insertion. The liner shall be a one piece joint-less polyester felt tube or fiberglass reinforced tube that will create a watertight seal at the mainline interface. The minimum length shall be 18 inches to effectively span the distance from the lateral connection at the main or to the desired termination location in the service lateral pipe. For the purpose of this specification, the termination point shall be a distance within 18 inches of the intersection of a cleanout or property line. Installations of 30 feet plus will be installed from the mainline in a one shot one piece process. For lengths over 30 feet an overlap method is performed with a pull-in-process installation from a cleanout or access point back to the main. This would typically be achieved through an existing cleanout or access point. The Installer shall verify the lengths in the field before impregnation of the resin. Unless otherwise specified, the Installer shall furnish a specially designed, unsaturated, Polyester or Vinyl ester resin catalyst system compatible with the cured-in-place process that provides cured physical strengths specified herein.

2.2 PHYSICAL STRENGTH

A. 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.

B. The design method shall be submitted to the Engineer for approval prior to the pre-bid conference.

C. 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 or Elasticity ASTM D-790 250,000 psi Tube Design ASTM 1216

(12)

City of Brentwood

Page 12 of 18

October 13, 2011

Trenchless Sewer Service RFP

2.3 GENERAL CORROSION REQUIREMENTS

A. 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 Owner shall provide samples of the dry weather sewage flow to be analyzed for chemical content. This analysis shall be conducted by the Installer for his information.

2.4 INSTALLATION PREPARATIONS

The following installation procedures shall be adhered to unless otherwise approved by the Owner’s representative.

A. Access – The installer shall ensure that a cleanout or access point exists or will be installed as part of this contract if cleaning cannot be performed through the mainline to the termination point of the length of scheduled service lateral line to be rehabilitated. This will allow for the passage of the required cleaning and video equipment to prepare the lateral line for rehabilitation. The point of access shall be constructed of materials which provide a four inch (4”) minimum diameter circular opening, if service lateral is six inch (6”) then a six inch minimum diameter opening is required.

B. Safety – The installer shall carry out his operations in strict accordance with all applicable OSHA and TOSHA standards. Particular attention is drawn to those safety requirements involving entering confined spaces.

C. Cleaning of Sewer Line – It shall be the responsibility of the Installer 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. The Installer shall be responsible for cleaning the line as provided in this contract.

D. Inspection of Pipelines – Inspection of pipelines shall be performed by experienced personnel trained in locating breaks and obstacles by closed 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 digital media file and suitable TV inspection log shall be kept for later reference by the Owner.

E. Bypassing Sewage – The Installer, 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

(13)

City of Brentwood

Page 13 of 18

October 13, 2011

Trenchless Sewer Service RFP

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. The period of disruption of sewage service to the building shall not exceed four (4) hours, except in unusual circumstances when the Engineer may require that the time be shortened or grant a time extension when practical.

F. Line Obstructions – If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment, as in solids, dropped joints or collapsed pipe then the Installer shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner’s representative prior to the commencement of the work and shall be considered as a separate pay item.

G. 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. If the opening from the liner in the public sewer was undercut, then the contractor shall finish cutting or grinding the opening to match the size of the lateral connection. If the service lateral tap is protruding into the public sewer, then the contractor shall cut or grind the protrusion as directed by the engineer.

PART 3 EXECUTION

3.1 INSTALLATION OF LATERAL LINING

A. The Installer shall designate a location where the liner will be vacuum impregnated prior to installation. The Installer shall allow the Owner 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 and utilizing a hydrophilic caulking on the backside of the connection to create a secondary watertight seal. 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 to the cleanout/access point or “Right of Way” point. 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 tube.

B. Curing – In most circumstances, an accelerated ambient-temperature curing resin system will be utilized, however if a heat cure is required, the Installer 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 affect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed.

(14)

City of Brentwood

Page 14 of 18

October 13, 2011

Trenchless Sewer Service RFP

C. 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. UV cured lining systems shall follow the manufacturer’s specifications for speed of the light train and curing times. Initial cure shall be deemed to be completed when inspection of the exposed portions of the CIPP appears 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.

D. Cool-down – The Installer shall cool the hardened CIPP 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.

E. Finish – The finished CIPP shall be a watertight connection seal at the mainline and extend continuous over the entire length of the service lateral and be free of dry spots, lifts, and delamination. This continuous one piece structural pipe-within-a-pipe shall not inhibit the closed circuit television post video inspection of the mainline or service lateral pipes.

F. During the warranty period, any defects which will affect the integrity or strength of the cured-in-place liner shall be repaired at the Installer’s expense in a manner mutually agreed upon by the Owner and the Installer.

3.2 VIDEO INSPECTION

A. Each relined service shall be televised within 2 hours of lining with a mini-camera through the inspection tee to verify full opening, and no liner collapse. Additionally, the service connection at the main line (public sewer) shall be TV inspected with a 360º integral lighthead camera as soon as practical to verify proper installation of the service liner at the junction with the public sewer. The rate of travel of the CCTV shall not exceed 30 feet per minute. At each service, the camera shall come to a complete stop and the service shall be panned. The footage meter count shall be clearly visible. Submit a color, continuous digital video recording of the internal TV inspection and a log for each segment. Logs shall include date, line size, length, manhole numbers, project number, direction of camera travel, direction of flow, and any observed defects or comments. For each service, include the location, street address or parcel, distance from mainline to cleanout, and distance from the main to the cleanout on the log and in audio on the digital recording. All observations shall use PACP codes as published by NASSCO.

B. Video Recording: Continuous digital video recordings of the inspection view as it appears on the television monitor shall be taken. It is intended that digital video recording will be made of the complete television inspection of all the sewer lines constructed as part of this project. The recording shall also be used as a permanent record of defects. A copy of the video recording shall

(15)

City of Brentwood

Page 15 of 18

October 13, 2011

Trenchless Sewer Service RFP

be provided to the Owner on a CD in a format for playback and viewing by the Owner and the Engineer. A copy of the printed video logs shall also be provided.

3.3 PRESSURE TESTING

A. After installation, perform a test on the renewed services to the inspection tee.

1. Furnish all necessary equipment to conduct the test. An acceptable method is a low-pressure air test, conducted as follows:

2. The pressure gage used shall be supplied by the Contractor and have minimum divisions of 0.10 psi and be oil filled.

3. CIPP lined services on liners installed under other contracts or unlined segments may be individually air tested for acceptance on main sewers 8-inch to 18-inch in diameter. CIP lined services on liners installed under other contracts or unlined segments on main sewers greater than 18-inch in diameter may be visually inspected only from the main and through the service, if groundwater is present over the main sewer. Individually tested services must encompass the full “seating” area of any CIPP service in the main. The pressure shall be 3.5 PSI for one minute after a thirty-second stabilization period at 3.5 PSI. Payment for individual service testing shall be merged into the unit price for trenchless service installation.

3.4 LEAKS FOLLOWING LINING - GROUT

A. If leaks are observed after testing or video inspection or detected following pressure testing, the contractor shall repair the leaks. No separate payment will be made for such defect repair. If grout is used for that purpose, no separate payment shall be made.

B. Should the contractor be directed to apply grout to an active leak by the engineer, then this is a pay item covered by the schedule of unit costs. Under no circumstances shall more than 20 gallons of grout be applied without first receiving approval from the Engineer.

3.5 ACCEPTANCE

A. It is the intent of these specifications that the completed liner with all appurtenances shall be essentially equivalent in final quality and appearance to new sewer installation.

B. The finished liner shall be continuous over the entire segment from cleanout to the public sewer connection (for lengths less than 30 feet) and homogenous throughout.

(16)

City of Brentwood

Page 16 of 18

October 13, 2011

Trenchless Sewer Service RFP

C. The finished liner shall be fully rounded and as free as commercially practicable from visible defects, including but not limited to damage, deflection, holes, delamination, ridges, cracks, uncured resin, foreign inclusions or other objectionable defects.

D. There shall be no visible infiltration through the liner, around the liner at the cleanout connection, at the mainline connection, in services, or in cleanouts. Contractor shall repair any visible leaks, regardless of the results of leakage testing.

E. Where a defect in the liner requires removal of a section of the liner, in the Engineer’s opinion, the Contractor shall make all repairs as required by the Engineer and shall install a segmental liner, compatible with the liner, to accomplish a continuous finished liner. No separate payment will be made for such defect repair or for the post-repair segmental liner.

.

3.6 CLEAN-UP AND RESTORATION

A. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction period.

B. On or before completion, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures, stumps and portions of trees, and debris of any kind. He shall leave the site of work in a neat and orderly condition, similar or equal to that prior to construction.

C. Upon completion of cleanup and backfill operations and before final acceptance by the Owner, the Contractor shall replace and/or restore any trees, shrubbery, fences, driveways, sidewalks, culverts, bridges, houses or buildings and all water, sewer, gas, telephone and electrical lines thereto, and all other private and public property along or adjacent to the work that may have been disturbed by construction operations.

D. All private and public property along or adjacent to the work disturbed by construction operations shall be restored to a condition similar or equal to that existing prior to construction.

E. Before final acceptance by the Owner, the Contractor shall replace and/or restore any water, sewer, drain, and gas lines and appurtenances; electrical, telephone, telegraph conduits and wires, both underground and aboveground, and appurtenances; traffic signals, fire and police alarm systems and appurtenances; sidewalks, curbs, gutter, drainage ditches and pavements and all other public utility facilities and appurtenances along or adjacent to the work that may have been disturbed by construction operations.

F. Any repairs required because of unsatisfactory backfill operations shall be at the expense of the Contractor.

(17)

City of Brentwood

Page 17 of 18

October 13, 2011

Trenchless Sewer Service RFP

G. Conditions permitting, property cleanup and restoration shall being and be prosecuted to completion on a timely basis as set forth herein.

3.7 PATENTS

A. The Contractor shall warrant and save harmless the Owner and Engineer against all claims for patent infringement and any loss resulting there from.

3.8 PRIVATE SERVICE LINE SHUTDOWN

A. When it is necessary to shutdown a private sewer service line while work is in progress and before the service lines are reconnected, the residents are to be notified by the Contractor at least one week prior to the shutdown. No sewer or water service is to remain shut down for more than a period of four (4) hours unless the Contractor provides substitute services for the residents. Commercial sewer services shall be maintained at all times that the business is open. No sewage from the services or main line shall be allowed to be discharged on the ground or in waterways. Holding pits or tanks are not allowed unless permitted by TDEC.

PART 4 MEASUREMENT AND PAYMENT

4.1 PAYMENT

A. 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.

4.2 WARRANTY

A. Contractor warrants to Owner that all products and work provided by Contractor to Owner under this Agreement will be free from material defects in workmanship and materials for a period of three years from the earlier of the date on which Contractor’s work is accepted by Owner or the date on which the Contractor completes performance and leaves the worksite. In the event that a material defect in workmanship or materials supplied by Contractor is found during the three year period following acceptance of the work, then such defect shall be repaired, replaced or adjusted by Contractor at no additional cost to Owner. Owner’s exclusive remedy in the event of any warranty claim hereunder is limited to correction of such defect, adjustment, repair or replacement as the Contractor shall at its sole option elect. The foregoing warranty is the exclusive warranty provided by contractor and is given in lieu of all other warranties, whether express, implied or statutory, including but not limited to, any implied warranties of merchantability or fitness or suitability for a particular purpose or use; and all other warranties are hereby expressly disclaimed.

(18)

City of Brentwood

Page 18 of 18

October 13, 2011

Trenchless Sewer Service RFP

B. In no event shall Contractor’s liability for warranties hereunder exceed the purchase price paid by the Owner for Contractor’s work and materials. The warranty set out above shall be void and of no effect in the event that (I) Contractor is not notified of claim of defect within the three year period provided above; (ii) Contractor is not provided timely and unrestricted access to the site at which the claimed defect is located in order to investigate and/or repair, adjust or replace the work or materials claimed to be defective or Contractor is not provided suitable working conditions to perform such investigation, repair, adjustment or replacement; (iii) any materials or work is exposed to chemicals or substances other than those listed in the Specifications to this Agreement as accepted by Contractor; (iv) site conditions or pipeline, conduit or access way conditions are other than those disclosed to and accepted by Contractor; (v) Owner’s site, pipeline, conduit or access ways are cleaned or modified in a manner not disclosed in writing to and accepted in writing by Contractor in advance of commencement of Contractor’s work or tampered with prior to, during or after completion of Contractor’s work; or (vi) the work, the site at which the work is performed or the materials provided by Contractor are otherwise abused or misused.

References

Related documents

Additionally, the materials included in the e-mailing promotion will be: news, articles, billboards, boxes, contextual advertising in the branch newsletters of targeted

Abandoned Sewer Main and Manholes: Abandoned sewer mains, sewer services and manholes in the common trench area of the replacement sewer main or sewer service shall be removed

The 30-inch CIPP liner did not show any significant problems during installation, however, post- CCTV revealed a “rib” approximately 24 feet in length in the middle of a 90-foot

Video Inspection:    A video (television) internal inspection of the cleaned existing piping shall be performed to  assure  that  the  piping  is  clean 

Mandrel Testing, Power Flushing, Vacuum and Disposal Service, as well as wide range of Repair and Maintenance Services on water and sewer systems.. Thuro’s use of

The storm flow must be bypassed around the work area to prevent washout of the cement grout in the annular space and reduce complications with water flowing through the pipe when

You will write a character description, draw initial sketches, and create a turnaround model sheet—a page of drawings showing your character from different angles.. Then you

David (1999) was amazed at the change in roles she experienced when she switched from her role as a reading specialist to that of a literacy coach. For the past 15 years, I have

The temperature at which the NDI2OD-DTYM2 films were annealed influenced the timescale of the slow potential decay, but remarkably it influenced both processes in the same way

For example in the equilibrium strategies given in part (1) of Theorem 1 the defender randomly chooses one node from each minimal cut set to defend and the mixed strategy specifies

In this study we analyzed the presence of RASSF1A protein within the primary tumor of clear cell RCCs and benign surrounding peritumoral tissues using immunohisto- chemistry (IHC)

historical trauma and the FGC’s trauma-informed research and planning model, this case study explores the collaborative partnerships between government agencies and the

(b) It shall be unlawful for any person to install plumbing fixtures in a structure previously connected to the public water distribution system or to the

The sewer rehabilitation program should clearly indicate how projects are prioritized and how rehabilitation methods are selected (i.e. open cut vs. trenchless construction).

Protein expression levels of p53 and its main transcription targets MDM2, p21, PUMA, and BAX after monotherapy with CDDP or 5 μM Nutlin-3 or sequential combination therapy in each

6-5 Interface 5-4 Interface 4-3 Interface 3-2 Interface 2-1 Interface 7-6 Interface Application Presentation Session Transport Network Data Link Physical. Allow access to network

The hypothesis is that tooth cleaning behaviour is affected by the level of routines and flexibility of daily activities, as well as the level of flexibility

Kalesang Desa Program is prepared with the aim of (1) encouraging community participation in the field of government, development and public services,

Greystone.Net focuses on content strategies to help you achieve organizational goals and provides content that enhances your hospital brand, improves the online experience and

The DID included in the torrent file contains the core metadata from the P2P-Next Rich Metadata specification [4] and references to other, optional, metadata and

c. the listed securities of group companies of the sponsor which is in excess of 25% of the net assets. 13) The scheme shall not make any investment in any fund of funds scheme.

The GHVA Survey consisted of eight parts, each designed to measure graduates’ attitudes and opinions towards the Higher Education Contribution Scheme (HECS), the Australian