• No results found

City of Missoula Wastewater Division Public Works Department 435 Ryman Street, Missoula, Montana 59802

N/A
N/A
Protected

Academic year: 2021

Share "City of Missoula Wastewater Division Public Works Department 435 Ryman Street, Missoula, Montana 59802"

Copied!
8
0
0

Loading.... (view fulltext now)

Full text

(1)

City of Missoula Wastewater Division Public Works Department

435 Ryman Street, Missoula, Montana 59802

REQUEST FOR COMPETITIVE SEALED PROPOSALS (CSP)

For Installation of 200 Feet of 12 inch Diameter Cure in Place Sewer Pipe Liner

Copies of the detailed Competitive Sealed Proposals including a description of the services to be provided by respondents, the minimum content of responses, and the factors to be used to evaluate the responses, may be obtained on the city's website:

http://www.ci.missoula.mt.us/bids or at the Wastewater Division during normal business hours at 1100 Clark Fork Ln, Missoula MT, 59808, starting February 21, 2013.

For more information, contact: Pat Brook, Collections Supervisor at (406) 552-6600 or email pbrook@ci.missoula.mt.us.

Sealed proposals must be submitted to Missoula City Clerk’s office by 3:00 p.m. MST, March 5th, 2013, at 435 Ryman Street, Missoula, MT 59802-4297. A contractor will be selected at that time.

PUBLICATION NOTICE DATES: Feb. 21st, 2013

(2)

SECTION 1 PROJECT DESCRIPTION:

PART 1 GENERAL 1.01 SECTION INCLUDES A. Description

B. Certification by Manufacturer C. Materials and Installation 1. Cured-in-Place Resin Pipe D. Piping Operation

1.02 DESCRIPTION

This section covers installation of sewer main pipe lining complete. Methods of pipe lining which may be incorporated in the work include but are not limited to the following.

A. Cured-in-Place Resin Pipe (CIPP) 1.03 CERTIFICATION BY MANUFACTURER

A. The Contractor shall furnish certification by the manufacturer covering all materials to be furnished, certifying that the materials comply with applicable specifications.

B. The Contractor shall submit general product data, technical data and recommended installation procedures for the chosen lining method to the Engineer for review. These recommendations will become the basis for acceptance or rejection of actual methods of installation used in the work.

PART 2 PRODUCTS

2.01 CURED-IN-PLACE RESIN PIPE (CIPP)

A. TUBE. The tube shall be a plastic coated, polyester felt fiber compatible with the resin system used in accordance with Section 5.1 of ASTM F 1216-91.

The tube manufacturer shall provide to the Contractor the minimum pressure required to hold the tube tight against the host pipe, and the maximum allowable pressure so as not to damage the tube.

Unless otherwise specified the tube shall be fabricated to a size that when installed will tightly fit the internal circumference of the original conduit to be lined. The Contractor shall be responsible for insuring that the material is the correct circumference and length, prior to submitting his bid.

B. RESIN. The Contractor shall furnish an epoxy vinyl ester resin and a compatible catalyst system as specified by the resin manufacturer. The resin system shall be colored with a pigment compatible with the system, as specified by the resin manufacturer. The Contractor shall submit documentation from the resin manufacturer specifically describing the chemical characteristics of the resin system, including allowable mixing, impregnations, and handling time, transportation and storage time, and recommended curing cycle including temperatures, pressures and times. The resin manufacturer's documentation must also include maximum allowable time for handling the impregnated tube prior to inversion and the maximum allowable elapsed time from inversion to hardening. If remedial measures are available to extend either of the maximum allowable times indicated above, without affecting the physical properties of the resin, the resin manufacturer should describe these measures and the time limits beyond which even these measures will not prevent alteration of the physical properties of the resin.

As an alternate to vinyl resin the Contractor may furnish a polyester resin and a compatible catalyst system as specified by the resin manufacturer.

Due to the nature of the CIPP process, thermoplastic resins will not be acceptable.

C. STRUCTURAL REQUIREMENTS. The newly installed pipe shall be designed for a minimum fifty year continuous loading condition. The liner pipe shall be designed as a stand alone pipe capable of sustaining live and dead loads. The design of the pipe shall be based on the following criteria.

(3)

- Pipe Condition: Existing pipe partially deteriorated. - 8 feet external water pressure above pipe invert. - 15 feet bury depth to top of conduit.

- 120 lbs/cf soil density.

- Highway Loading: 16,000 wheel load. - Maximum 5% allowable deflection.

- Soil Type: Lean clay with sand of average compaction. - 50% cured resin creep.

- 10% extra thickness for resin migration. - 2% ovality.

- Safety factor of 2.00.

PART 3 EXECUTION

3.01 CURED-IN-PLACE RESIN PIPE (CIPP).

A. The method of installation shall be comparable with the manufacturers recommended practices. Installation shall be performed by a Contractor fully certified and licensed by the lining process manufacturer. The Contractor shall supply to the City of Missoula a copy of this Certification.

B. Wet Out: The Contractor shall design a location where the felt tube shall be impregnated ("wetted out") with resin using distribution rollers and vacuum, to thoroughly saturate the felt tube prior to its dispatch for installation. The Contractor shall inform the Engineer a minimum of twenty-four hours in advance of each wet out process.

C. Insertion: The pressure required to hold the flexible tube tight against the host pipe, per the manufacturer's recommendations, shall be maintained until the cure has been completed. Should the pressure deviate more than 2.3 ft of water (1 psi) from the required, the installed tube shall be removed from the host conduit, at the Contractor’s expense. The Contractor shall provide the Engineer with a continuous log of pressure during cure.

Segments of liners that have been resin impregnated and placed in the host conduit and then are found to be too short shall be removed without curing and discarded at the Contractor's expense. Removal of the uncured, resin impregnated liner shall be accomplished in such a way as to minimize the amount of resin allowed to escape. The Contractor shall be responsible for cleanup of all escaped resin.

D. Curing: After insertion of the wetted out tube is complete, the Contractor shall use a hot water recirculation system, capable of delivering desired heat uniformly throughout the section for a consistent cure of the resin. The curing temperatures shall comply with the manufacturer's recommendations. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat source. Another such gauge shall be placed between the impregnated tube and the invert of the host pipe at the manholes to determine the temperatures during the resin cure process. Initial cure may be considered complete when the exposed portions of the felt tube appear to be hard, and the remote sensing devise(s) indicates the temperatures to be adequate, as recommended by the resin manufacturer. All curing temperatures and duration shall comply with the manufacturer's recommendations.

E. Cool Down: The Contractor shall cool the hardened pipe to a temperature below 100 degrees Fahrenheit before relieving the water column (pressure). Care shall be taken in the release of the water column so that a vacuum will not be developed that could damage the newly installed CIPP. Coupon samples shall be obtained for testing.

F. Finished Pipe: The finished CIPP shall be continuous over the entire length from manhole to manhole and be free from visible defects such as foreign inclusions, dry spots, lifts, delaminations, wrinkles, pinholes and other deformities.

(4)

be considered failed liner. Correction, removal, or repair of the failed liner shall be the responsibility of the Contractor, at no extra cost to the Owner. Indicators include but are not limited to gaps between the liner and the host conduit, cracks in the liner and wrinkles/folds in the liner.

G. The liner passing through, or terminating in a manhole shall be carefully cut (also for testing samples) in a shape and manner approved by the Engineer. The inverts and benches in the manholes shall be streamlined and improved for smooth flow. The area/annular space between the host pipe and the CIPP shall be sealed. This work shall be considered incidental to the CIPP installation for which no separated payment shall be made.

H. Service Reconnections: Service reconnections shall be restored internally by means of a television camera and remote control cutting device. The exact location and number of service connections shall be determined from television video tapes and/or in the field. It shall be the Contractors responsibility to accurately field locate all existing service connections. The Contractor shall reconnect all active service connections to the liner. Laterals shall be restored to not less than 95% capacity. It is the responsibility of the Contractor to determine if services are active.

The Contractor shall be responsible for restoring/correcting, without delay, all missed or faulty reconnections, as well as for any damage to property owners for not reconnecting services. 3.02 PIPING OPERATION

A. Installation Preparation. The following minimum preparations/steps shall be necessary. 1. Safety: The Contractor shall carry out all operations in strict accordance with all applicable OSHA Standards. Particular attention is drawn to requirements involving work on an elevated platform and entry into a confined space.

2. Pre-insertion Cleaning: The Contractor shall be responsible for cleaning the existing sewer to be lined, removing debris, roots, mineral deposits and loose foreign material. The Contractor shall remove any existing lateral taps which protrude into the existing pipeline.

3. Pre-insertion Closed Circuit Television Inspection: The Contractor shall be responsible for inspection of the existing sewer to be lined. The inspection shall be performed by closed circuit television. The Contractor shall notify the City prior to each inspection, and permit the City to view the inspections. The Contractor shall provide the City with the pre-insertion video tapes and a suitable log. The video and log shall be kept for later reference by all parties. The cleaning and inspection shall be incidental to the installation of the pipe.

4. Line Obstructions: If pre-insertion closed circuit television inspection reveals an obstruction in the existing pipe (such as, but not limited to heavy solids, dropped joints or collapsed pipe) that cannot be removed by conventional sewer cleaning methods and was not present in the pre-insertion video tape provided by the City for pre-bid review, then a point repair or an obstruction removal shall be made by the Contractor, with the prior approval of the City. B. Bypass Pumping and Temporary Sewer Connections. Bypass pumping and temporary sewer connections as needed shall be provided by the Contractor. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Contractor shall provide all traffic control devices and temporary ramps over above-ground bypass lines or cables.

C. Dewatering. The Contractor shall be responsible for protecting the work from ground water inflow to the extent necessary to perform the work. Dewatering shall be considered incidental to the work and no separate payment will be made.

D. Testing. After reconnecting the sewer services, the pipe shall be TV inspected, in accordance with MPWSS 02730, paragraph 3.3.4.G.

E. Residential Sewer Service Interruption: The Contractor shall be responsible for all damages caused by cleaning and relining activities, including, but no limited to, damages to residences caused by sewer backups, unplugging of laterals that become plugged during lining activities, and damages caused to laterals or residences by high pressure jetting.

(5)

If service interruption exceeds 36 hours for any resident, the Contractor shall provide bathing facilities, dining facilities, and meet other reasonable needs of those residents whose sewer service has been interrupted. There will be no additional payment for provision of these services.

F. Notification of Residents, Tenants, and Property Owners: The City of Missoula shall notify residents, tenants, and property owners of upcoming construction at least five (5) days but no more than ten (10) days before construction is expected to begin adjacent to their property or in any location that will directly affect the use of their property including any disruption of sanitary sewer service. This notification shall be made by delivering a written notice to the residents, tenants, or property owners on a form approved by the Engineer. The notice form shall include the project name and address of the Contractor, along with a daytime and emergency contact person and phone number for the Contractor's representative, the Owner’s representative, and the Engineer's representative.

SECTION 2 DELIVERY:

Upon completion of the selection process, the selected contractor will be notified and expected to complete the project as described above within 30 days from the date of notice to proceed.

SECTION 3 TIME FRAME: Completion expected within 30 days of the notice to proceed.

SECTION 4 CONTACT INFORMATION: Questions concerning this CSP should be directed to:

Pat Brook, Collections Supervisor City of Missoula

435 Ryman Street,

Missoula, Montana 59802 406.552.6600

406.239.6429 (cell)

Email to: pbrook@ci.missoula.mt.us

The City of Missoula shall be exempt from any liability for costs incurred by unsuccessful suppliers, vendors, or manufacturers in preparation of the proposals.

SECTION 5 COMPLIANCE:

All equipment and fueling sites must comply with Americans with Disabilities Act (ADA).

In accordance with MCA 49-3-207, Nondiscrimination Provision in All Public Contracts and the city of Missoula’s affirmative action plan, the Supplier will ensure that hiring is made on the basis of merit and qualifications and that there will be no discrimination in employment on the basis race, ancestry, color, handicap, religion, national origin, sex, age, marital status, creed, ex -offender status, physical condition, political belief, public assistance status or sexual preference except where these criteria are reasonable, bona fide occupational qualifications.

This solicitation is being offered in accordance with state statutes governing procurement and with MCA Ch. 18.4 Part 3 and relevant ARM. Accordingly, the City of Missoula reserves the right to negotiate an agreement based on fair and reasonable compensation for the scope of

(6)

work and services proposed, as well as the right to reject any and all responses deemed unqualified, unsatisfactory or inappropriate at the sole discretion of the City of Missoula.

The City of Missoula is an EEO/AA, M/F, and V/H Employer. Qualified women, veterans, minority and handicapped individuals are strongly encouraged to submit proposals.

Contractors, subcontractors, sub grantees, and other firms doing business with the City of Missoula must be in compliance with the City of Missoula's Affirmative Action Plan, and Title 49 Montana Codes Annotated, entitled "Human Rights" or forfeit the right to continue such business dealings.

SECTION 6 PROPOSAL SUBMITTAL AND CONTENT:

Sealed proposals must be submitted to Missoula City Clerk's Office by 3:00 p.m. MST, March 5th, 2013, at 435 Ryman Street, Missoula, MT 59802-4297. Vendor selection and a sewer pipe liner project will be awarded contract shortly thereafter. All sealed proposals must be sent to the address below in a sealed envelope with the following information written clearly on the exterior of the envelope.

Proposal for Installation of 200 feet of Sewer Pipe Liner Attn: Pat Brook, Collections Supervisor

City Clerk's Office 435 Ryman St.

Missoula, MT 59802-4297

Interested Suppliers are encouraged to sign up for automatic notifications and updates on this and other City projects by visiting www.ci.missoula.mt.us/bids. Click on the "Bid Notification" button in the upper right hand corner of the page to sign up.

SECTION 7 PROPOSAL FORMAT: Proposals shall be submitted in the following format:

 Contractors name, phone number, e-mail address, and address.

A description or estimate to install the sewer pipe liner as described above in this document. This estimate should include a description of the materials and price of the completed job. It should also include the estimated date of completion for installing the sewer pipe liner.

No proposal may be withdrawn within a period of sixty (60) days after the CSP opening date.

The Supplier must submit one (1) hard copy of the proposal to the address listed above. All Proposals must comply with the specifications and guidelines provided in this document.

SECTION 8 BID BOND REQUIREMENTS:

Each and every bid must be accompanied by cash, a certified check, bid bond, cashier’s check, bank money order or bank draft payable to the City Treasurer, Missoula, Montana, and drawn and issued by a national banking association located in the State of Montana or by any banking

(7)

corporation incorporated under the laws of the State of Montana for an amount which shall not be less than ten percent (10%) of the bid, as a good faith deposit. The bid security shall identify the same firm as is noted on the bid proposal forms.

SECTION 9 EVALUATION AND SELECTION PROCESS:

Proposals will be evaluated by the selection committee based on the following criteria:

Criteria Consideration

1. City business license. Yes/No

2. The quality of the materials and price of the pipe installation. Primary Consideration 3. The estimated date of completion. Primary Consideration Following the review and evaluation of all CSP submittals, the Collections Supervisor will select the proposal that is in his opinion in the best interests of the City of Missoula. That proposal will be submitted for approval by the Missoula City Council.

The award will be made to qualified vendor, manufacturers, supplier, whose proposal is deemed most advantageous to the City, all factors considered. Unsuccessful Suppliers will be notified as soon as possible. This CSP will be made available to vendors and manufacturers via the City website, www.ci.missoula.mt.us/bids starting Thursday, February 21st, 2013.

Any objections to published specifications must be filed in written form with the City Clerk prior to the CSP due date of 3:00 p.m. MST, March 5th, 2013.

The City reserves the right to select or reject any and all CSP’s and if all CSP’s are rejected, to re-advertise under the same or new specifications, or to make such an award that in the judgment of its officials best meets the City's needs and requirements. The City reserves the right to waive any minor technicality in the bidding, which is not of a substantial nature.

(8)

ATTACHMENT A

NON-DISCRIMINATION. All hiring shall be on the basis of merit and qualification and there shall be no discrimination in employment on the basis race, ancestry, color, physical or mental disability, religion, national origin, sex, age, marital or familial status, creed, ex-offender status, physical condition, political belief, public assistance status or sexual orientation, gender identity or expression, except where these criteria are reasonable bona fide occupational qualifications.

AFFIRMATIVE ACTION POLICY. Contractors, subcontractors, sub grantees, and other firms doing business with the City of Missoula must be in compliance with the City of Missoula's Affirmative Action Plan, and Title 49 Montana Codes Annotated, entitled "Human Rights" or forfeit the right to continue such business dealings.

The City's Affirmative Action Policy Statement is:

The Mayor of the City of Missoula or the Mayor's designee may adopt an affirmative action plan to provide all persons equal opportunity for employment without regard to race, ancestry, color, handicap, religion, creed, national origin, sex, age, marital status. In keeping with this commitment, we are assigning to all department heads and their staff the responsibility to actively facilitate equal employment opportunity for all present employees, applicants, and trainees. This responsibility shall include assurance that employment decisions are based on furthering the principle of equal employment opportunity by imposing only valid requirements for employment and assuring that all human resource actions are administered on the basis of job necessity.

Specific responsibility for developing, implementing, monitoring and reporting are assigned to the City Personnel staff under the supervision and direction of the Chief Administrative Officer and the Mayor.

It is the policy of the City of Missoula to eliminate any practice or procedure that discriminates illegally or has an adverse impact on an "affected" class. Equal opportunity shall be provided for all City employees during their terms of employment. All applicants for City employment shall be employed on the basis of their qualifications and abilities.

The City of Missoula, where practical, shall utilize minority owned enterprises and shall ensure that subcontractors and vendors comply with this policy. Failure of subcontractors and vendors to comply with this policy statement shall jeopardize initial, continued, or renewed funds.

Our commitment is intended to promote equal opportunity in all employment practices and provide a positive program of affirmative action for the City of Missoula, its employees, program participants, trainees and applicants.

References

Related documents

Additional support for this and earlier phases of the project have come from Missoula County Parks and Trails staff, Missoula County Public Works, Missoula County Department of

To reimburse the Bank for the Approved Reimbursable Costs, the City agrees to issue to the Bank its Front Street Urban Renewal District Subordinate Lien Tax Increment

Similar programs to the College’s CAS programs in Billing and Coding do exist, and in fact, the program at The University of Montana-Missoula College of Technology (UM-Missoula COT)

Louis St Louis, Missouri Public University of Montana-Missoula, The Missoula, Montana Public University of Nevada-Las Vegas Las Vegas, Nevada Public University of Nevada-Reno

Since the County employee group health insurance benefit premiums are eligible benefit premiums pursuant to sections 2-9-212, 2-18-703 and 15-10- 420 MCA., the additional tax

to date of missoula warrant or faulty warrants list, montana child support warrants and then the police of records..

(8.3) Obstruction Removal: It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, dropped joints, intruding service connections,

All sewer service connections shall be located prior to pipe bursting the main by PACP Pre-CCTV Inspection.. If the PACP Pre-CCTV inspection reveals obstructions or pipe materials