board of county commisioners

50
INVITATION TO BID Grand County is requesting construction bids for culvert rehabilitation at three separate locations crossing County Road 3 south of Parshall, Colorado. Electronic copies of the Bid Documents may be obtained on or after September 4, 2014 from the Rocky Mountain E-Purchasing System at: https://www.rockymountainbidsystem.com/Registration.asp?ID=2334 All proposals must be in accordance with the Bid Documents on file at the Rocky Mountain E-Purchasing System at: https://www.rockymountainbidsystem.com/Registration.asp?ID=2334 BOARD OF COUNTY COMMISIONERS By /s/ Gary Bumgarner Gary Bumgarner, Chairman Grand County PO Box 264 Hot Sulphur Springs, CO 80451

Upload: others

Post on 28-Mar-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

INVITATION TO BID Grand County is requesting construction bids for culvert rehabilitation at three separate locations crossing County Road 3 south of Parshall, Colorado. Electronic copies of the Bid Documents may be obtained on or after September 4, 2014 from the Rocky Mountain E-Purchasing System at: https://www.rockymountainbidsystem.com/Registration.asp?ID=2334 All proposals must be in accordance with the Bid Documents on file at the Rocky Mountain E-Purchasing System at: https://www.rockymountainbidsystem.com/Registration.asp?ID=2334
BOARD OF COUNTY COMMISIONERS By /s/ Gary Bumgarner Gary Bumgarner, Chairman Grand County PO Box 264 Hot Sulphur Springs, CO 80451
BID DOCUMENTS & TECHNICAL SPECIFICATIONS
467 E. Topaz Granby, CO 80446
Prepared by:
135 East Jasper Granby, CO 80478
Tim Gagnon, P.E. Branch Manager
VLC Project # 020049-01-003
INSTRUCTIONS TO BIDDERS 1. GENERAL
Grand County Road and Bridge Department is requesting proposals for culvert rehabilitation projects crossing County Road 3 at three separate locations: Williams Fork, Mule Creek, and Ute Creek. Specifically, concrete invert construction for 80 linear feet of twin 15’ diameter CMPs. 133 linear feet of 60” CMP culvert replacement, and 367 linear feet of culvert replacement using trenchless technology. The construction plans titled “County Road 3 Culverts Rehabilitation,” sheets 1.01 through 1.05 are attached with this instructions to bidders.
1.1. Project Location: The culvert rehabilitation locations are south of Parshall, Colorado as noted:
Culvert #1 Rehabilitation at Williams Fork crossing County Road 3, located approximately 4.7 miles south of US Highway 40 / County Road 3 intersection. (106°10’18”W, 39°59’35”N).
Culvert #2 Rehabilitation at Mule Creek crossing County Road 3, located approximately 12.9 miles south of US Highway 40 / County Road 3 intersection. (106°07’33”W, 39°55’30”N).
Culvert #3 Rehabilitation at Ute Creek crossing County Road 3, located approximately 20.8 miles south of US Highway 40 / County Road 3 intersection. (106°05’58”, 39°50’7”N).
2. BID DELIVERABLES
The following items must be supplied with the Bid Submittal: 2.1. Complete and signed Bid Schedules and identification of any quantity discrepancies. 2.2. A Bid Bond – 5% of total bid estimate. 2.3. List and contact information for bidder and all subcontractors. 2.4. Hydraulic capacity calculations for Culvert #2 and Culvert #3. Hydraulic calculations by a CO
Licensed Engineer including the hydraulic capacity of the existing pipe and capacity of the proposed liner pipe (based on HW/D = 1.5). Inlet end sections may be considered if necessary to improve the hydraulic capacity of the proposed liner pipe.
2.5. Preliminary construction schedule. 2.6. Three example projects completed by Contractor that are similar to Culvert #1 rehabilitation. 2.7. Five example projects completed by Contractor that are similar to Culvert #2 and Culvert #3
rehabilitation.
3. PROJECT TIMELINE 3.1. Bid Documents may be obtained on or after September 4, 2014. 3.2. A mandatory pre-bid meeting will be held on September 22, 2014 onsite at each culvert location.
The meeting will start at 11:00am at Culvert #1 at Williams Fork. 3.3. Questions regarding the Bid Documents must be received by 3PM September 23, 2014, via
email to Tim Gagnon, County Engineer, at [email protected]. 3.4. Questions from all Bidders will be responded to be addendum, which will be posted by 5:00 PM,
September 24, 2014 on the Rocky Mountain E-Purchasing System at: https://www.rockymountainbidsystem.com/Registration.asp?ID=2334
3.5. Proposals must be received by 3:00 PM, September 26, 2014. 3.6. Grand County anticipates selecting the Contractor on September 30, 2014.
COUNTY ROAD 3 CULVERTS REHABILITATION GRAND COUNTY, COLORADO INSTRUCTIONS TO BIDDERS SEPT., 2014 BOWMAN/VLC PROJECT 020049-01-003
3.7. Grand County anticipates issuing a Notice-to-Proceed on October 7, 2014. 3.8. Grand County anticipates construction will be completed and approved by December 1, 2014.
4. GENERAL TERMS AND CONDITIONS
4.1. All proposals must be in accordance with the Bid Documents on file at the Grand County
Website. Bid Documents may be obtained on or after September 4, 2014 from the Rocky Mountain E-Purchasing System at: https://www.rockymountainbidsystem.com/Registration.asp?ID=2334
4.2. A mandatory pre-bid meeting will be held onsite at each culvert location at 11:00AM on September 22, 2014. The meeting will start at Culvert #1 at Williams Fork.
4.3. Submittals, in three (3) hardcopies, and one electronic file placed on CD/DVD, in an envelope marked “County Road 3 Culvert Rehabilitation Projects” must be received no later than 3:00 PM, Local Time Prevailing, on September 26, 2014, addressed accordingly:
If by US Mail: If by alternative carrier: Board of County Commissioners Board of County Commissioners Grand County Grand County PO Box 264 308 Byers Avenue Hot Sulphur Springs, CO 80451 Hot Sulphur Springs, CO 80451
Please be advised that overnight delivery is not always guaranteed in this region. Proposals will not be accepted via FAX machine or Internet E-mail.
4.4. Time is of the essence and any proposal or addenda pertaining thereto received after the
announced time and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the Contractor for ensuring that their proposals are stamped by Commissioner’s Office personnel before the deadline indicated above. Proposals and/or any addenda and/or addenda pertaining thereto, received after the announced time and date of receipt, by mail or otherwise, will be returned. However, nothing in this RFP precludes the County from requesting additional information at any time during the procurement process.
4.5. Any bid submitted must include a signature on the Bid Schedule which has been signed by an individual authorized to bind the Contractor and must include the total price of the bid. All bids submitted without such signature may be deemed non-responsive.
4.6. Any material that is to be considered as confidential in nature must be clearly marked as such and will be treated as confidential by the County to the extent permitted by law.
5. CONTRACT DOCUMENT
The contract that will be used will be the Construction Contract attached hereto.
6. BID SCHEDULE 6.1. For each bid schedule the Potential Bidders must provide costs on all bid line items or the Bid
will be considered incomplete. 6.2. Each culvert crossing bid price will be reviewed independently and may be awarded separately
per Grand County’s discretion. 6.3. Potential Bidders are not required to bid on all three culvert rehabilitation projects. 6.4. For Culvert #2 and Culvert #3, Potential Bidders must select which rehabilitation method will be
used (Slip–Lining, or Cured–In–Place–Pipe). 6.5. Bid items are discussed in further detail in the Measurement and Payment section.
COUNTY ROAD 3 CULVERTS REHABILITATION GRAND COUNTY, COLORADO INSTRUCTIONS TO BIDDERS SEPT., 2014 BOWMAN/VLC PROJECT 020049-01-003
3
7. CONTRACTOR SELECTION PROCEDURE 7.1. Grand County reserves the right to reject any or all proposals and to withdraw this Request for
Proposal at any time. Grand County reserves the right to waive minor irregularities in any proposal.
7.2. Successful bidder will be notified as well as non-successful bidders. Bid will be presented to the BOCC for their approval/refusal to enter into a Grand County Construction Contract.
7.3. Grand County will allow a 5% preferential percentage allowance for local contractors. Local contractors are those contractors who are in good standing and have business addresses within Middle Park. The preference is calculated by adding five (5) percent to the lowest proposal/bid and comparing the result to the local contractor proposal/bid. By the way of example, the local contractor proposal/bid will be considered the low proposal/bid if the lowest proposal/bid is $100.00 and a “local contractor” proposal/bid is $104.99 or less.
7.4. Grand County reserves the right to choose the successful Contractor based upon its sole discretion without regard to any specific criteria including but not limited to cost, experience, qualifications and/or competence.
7.5. Information and/or factors gathered during interviews, negotiations and any reference checks, in addition to the evaluation criteria stated in this RFP, and any other information or factors deemed relevant by Grand County, shall be used in the final award.
8. NO CONTACT POLICY
After the date and time established for receipt of proposals by Grand County, any contact initiated by any Contractor with any County or representative, listed herein, concerning this request for proposals is prohibited. Any such unauthorized contact may cause the disqualification of the Contractor from this procurement transaction.
9. COUNTY CONTACTS
Ken Haynes, Superintendent, or Bill Clark, Assistant Superintendent Grand County Road & Bridge Department PO Box 9 Granby, CO 80446 Phone: (970) 887-2123 [email protected], [email protected] Questions regarding the Request for Proposal must be submitted by e-mail to: Tim Gagnon, PE Vision Land Consultants, Inc. PO Box 679 Granby, CO 80446 Phone: (970) 887-2600 [email protected]
10. BID DOCUMENTS INSTRUCTIONS TO BIDDERS BID SCHEDULE TECHNICAL SPECIFICATIONS SHEETS 1 – 5: COUNTY ROAD 3 CULVERTS REHABILITATION PLANS GRAND COUNTY CONSTRUCTION CONTRACT (TYPICAL)
COUNTY ROAD 3 CULVERTS REHABILITATION GRAND COUNTY, COLORADO INSTRUCTIONS TO BIDDERS SEPT., 2014 BOWMAN/VLC PROJECT 020049-01-003
Pipe Rehabilitation 1 Performance Bond 1 LS $ _________________$ _________________________
2 Invert Preparation 1 LS $ _________________$ _________________________
3 Culvert Invert Lining 160 LF $ _________________$ _________________________
Subtotal $ _________________________
GRAND COUNTY ROAD AND BRIDGE CR 3 CULVERT REHABILITATION #1
SEPTEMBER 2014 Description
CULVERT #1 REHABILITATION AT WILLIAMS FORK - 80 Linear Feet - Twin 15' CMPs
Page 2 of 3
Pipe Rehabilitation 1 Performance Bond 1 LS $ _________________$ _________________________
2 Pipe Cleaning and Repair 1 LS $ _________________$ _________________________
3 Pipe Liner 135 LF $ _________________$ _________________________
4 Inlet End Section (if necessary) 1 LS $ _________________$ _________________________
5 Water Testing/Sampling (if applicable) 1 LS $ _________________$ _________________________
Subtotal $ _________________________
Method A - Slip Lining Method B - CIPP
Hydraulic Capacity Calculated for Pipe Remediation Method (See Section 2 of Instructions to Bidders)
Q = __________cfs
GRAND COUNTY ROAD AND BRIDGE CR 3 CULVERT REHABILITATION #2
SEPTEMBER 2014 Description
CULVERT #2 REHABILITATION AT MULE CREEK - 135 Linear Feet - 60" CMP
CONTRACTOR (PRINTED) SIGNATURE DATE
Page 3 of 3
Pipe Rehabilitation 1 Performance Bond 1 LS $ _________________$ _________________________
2 Pipe Cleaning and Repair 1 LS $ _________________$ _________________________
3 Pipe Liner 370 LF $ _________________$ _________________________
4 Inlet End Section (if necessary) 1 LS $ _________________$ _________________________
5 Water Testing/Sampling (if applicable) 1 LS $ _________________$ _________________________
Subtotal $ _________________________
Method A - Slip Lining Method B - CIPP
Hydraulic Capacity Calculated for Pipe Remediation Method (See Section 2 of Instructions to Bidders)
Q = __________cfs
Description
CULVERT #3 REHABILITATION UTE CREEK - 370 Linear Feet - 48" CMP
CONTRACTOR (PRINTED) SIGNATURE DATE
BOWMAN|VISION LAND 135 JASPER AVENUE, P.O. BOX 679
GRANBY, CO 80446 970.887.2600
Contact: Tim Gagnon, PE
SEPTEMBER 2014 JN: 020049-01-003
TABLE OF CONTENTS PROJECT: COUNTY ROAD 3 CULVERTS REHABILITATION DATE: SEPTEMBER 2014 In general, the technical specifications and general conditions shall govern over the construction drawings. Should a conflict arise a written request for clarification shall be made by the Contractor to the Engineer. The Engineer shall issue a written decision and clarification on any conflict in writing.
Section 01 (General Conditions) ..................................................................................................................... 02 (Mobilization) ............................................................................................................................... 03 (Traffic Control)............................................................................................................................ 04 (Culvert Repair) ............................................................................................................................ 05 (Temporary Erosion Control) ....................................................................................................... 06 (Finish Grading and Restoration).................................................................................................. 07 (Testing Procedures) ..................................................................................................................... 08 (Submittal Requirements) ............................................................................................................. 09 (Measurement and Payment) ........................................................................................................
COUNTY ROAD 3 CULVERTS REHABILITATION TABLE OF CONTENTS GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
1
1. REFERENCES:
1.1. Contractor shall follow all local, state and federal codes and regulations. All work shall be performed in accordance with the Grand County Road and Bridge standards.
1.2. All work shall be done in accordance with the cons t ruc t i on plans “County Road 3 Culverts Rehabilitation” pr epared by Bowman |V i s ion Land, da t ed Augus t 29 , 2014 and t echni ca l specifications prepared by Bowman | Vision Land, dated August 2014.
2. SAFETY REQUIREMENTS
2.1. Job site safety is the sole responsibility of the Contractor. All work including site safety, equipment, materials, and fabricated items provided by the Contractor shall comply with the provisions of the "Occupational Safety and Health Act".
2.2. Contractor shall be solely and completely responsible for condition at and adjacent to the job site, including safety of all persons and property during performance of the work. This requirement shall apply continuously and is not limited to normal working hours.
2.3. The Contractor shall provide all lights, signs, barricades, flag men, or other devices necessary to
provide for the job site safety in accordance with the most current version of the Manual of Uniform Traffic Control Devices.
2.4. The Contractor is required to have and implement their own safety plan. The County or Engineer may request written safety procedures or a manual at the preconstruction meeting along with a schedule of the on-site safety meetings and the Contractor’s safety director contact information. Any specific additional safety requirements for the facility will be reviewed at the preconstruction meeting.
2.5. The Contractor shall have on-site all product MSDS (Material Safety Data Sheets) and comply with the safe handling and use of these materials. MSDS will be made available to emergency personnel as needed.
3. SITE CONDITIONS:
3.1. The Contractor will have examined the site, reviewed the construction plans and bid documents prior to bidding and gained full knowledge of existing conditions and proposed repair/rehabilitation work that is to be executed.
4. VEHICLES & EQUIPMENT:
4.1. The Contractor shall have adequate and appropriate vehicles and equipment for executing the construction work. All vehicles and equipment shall be in safe operating condition and maintained
COUNTY ROAD 3 CULVERTS REHBILITATION SECTION 01-GENERAL CONDITIONS GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
2
in good working order. Malfunctioning or broken down vehicles or equipment is to be properly repaired or replaced with backup equipment immediately to avoid project delays.
5. PRECONSTRUCTION MEETING:
5.1. As part of the requirements of this Project, the Contractor will participate in a preconstruction meeting, prior to the start of work. The Contractor shall have present at this meeting a designated project manager and any other field superintendents and/or foreperson(s) that will be performing the work at this site. Representatives of any subcontracted work shall also be present at this meeting.
6. PORTABLE RESTROOM FACILITIES:
6.1. The Contractor is required to provide and maintain adequate, portable, chemical restroom facilities during construction activities, as needed. Existing public restrooms shall not be used by construction personnel. Location shall be determined during the preconstruction meeting.
7. PERMITS:
7.1. The Contractor is required to obtain all permits necessary for working in the drainageways.
8. SCHEDULE AND COORDINATION:
8.1. The Contractor shall perform the work as specified in these documents. Construction work will start upon receipt of the Notice to Proceed and be completed no later than December 1, 2014.
8.2. Construction work may be performed from 7 AM until 6 PM, and during times that comply with all local municipal noise ordinances. Construction will be allowed during the weekends or holidays.
9. CONTRACTOR RESPONSIBILITIES:
9.1. The following are general Contractor responsibilities during construction: 9.1.1. The Contractor is responsible for repairing or replacing any construction infrastructure
damaged by weather.
9.1.2. The Contractor shall notify the County of any items of work necessary to complete the project in which it is believed to be beyond the original scope of work. These items must be identified to the County immediately. No work is to be performed without a signed and approved Change Order.
9.1.3. The Contractor is responsible for coordination of work with all subcontractors involved in
the project.
COUNTY ROAD 3 CULVERTS REHBILITATION SECTION 01-GENERAL CONDITIONS GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
3
10.1. The following are general County responsibilities during construction:
10.1.1. County will contract with a Construction Observation Engineer and a Geotechnical Engineer for material testing.
10.1.2. The Engineers, hired by the County, will review material testing reports and review
contractor invoices for approval.
11.3. All submittals as outlined in Section 08 (Submittal Requirements)
11.4. Construction Bonds as required in Section 1.14 of the Construction Contract.
11.5. Signed Construction Contract
COUNTY ROAD 3 CULVERTS REHBILITATION SECTION 01-GENERAL CONDITIONS GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
SECTION 02
MOBILIZATION
1. GENERAL 1.1. Scope. Work to be performed under this section shall include all labor, equipment, materials, tools,
and incidentals necessary to cover the following:
1.1.1. Organization and mobilization of Contractor’s forces and equipment.
1.1.2. Transportation of construction plant, tools, materials, and equipment to the site and setting up the same.
1.1.3. Furnishing, installation, construction, maintenance, operation, and subsequent removal and disposal of construction facilities and temporary controls
1.1.4. Subsequent removal of construction equipment, materials, and supplies; cleaning of the site; restoration reseeding of offsite construction facilities; and removal, restoration, and revegetation of temporary access.
2. MATERIALS (Not Applicable)
5. MEASUREMENT AND PAYMENT 5.1. Reference Measurement and Payment
END OF SECTION
1
1. GENERAL
1.1. Scope. Work to be performed under this section shall include all labor, materials, equipment, tools and accessories required to furnish and install traffic control devices in accordance with Section 614 of the Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction, 2005, and the Manual on Uniform Traffic Control Devices for Streets and Highways.
2. MATERIALS (NOT APPLICABLE)
3. METHOD AND PROCEDURES:
3.1. All traffic control is to meet the minimum requirements of the Manual on Uniform Traffic Control Devices (MUTCD) and standard Department of Transportation (DOT) specifications, where applicable.
3.2. The Contractor shall, at all times, provide traffic control for both vehicular and pedestrian traffic in the proposed work zone to prevent accidents from occurring and to provide adequate directional routing of vehicles and pedestrians through or around the construction activities.
3.3. The Contractor will provide reasonable access through the construction zone. Access for emergency vehicles will be maintained at all times.
3.4. No areas under construction shall be open to pedestrian and/or vehicular traffic without proper safety measures implemented and approved.
3.5. Inspection, maintenance and repair of traffic control items, including detour signage, will be the responsibility of the Contractor throughout the time of construction on a 24 hour/7 day per week basis.
3.6. Proper and sufficient barricading and traffic control shall be the sole responsibility of the Contractor. The Contractor shall place and maintain traffic control at all areas affected by the construction activities and/or closed to traffic. Maintaining of the barricades over the weekend is the responsibility of the Contractor.
3.7. A Traffic Control Plan and barricading plan shall be submitted to the County at least two (2) working days prior to performing the work affecting public traffic.
4. FIELD QUALITY CONTROL (NOT APPLICABLE)
5. MEASUREMENT AND PAYMENT:
END OF SECTION
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 03-TRAFFIC CONTROL GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
1
1. GENERAL
1.1. Scope: This work consists of lining culvert pipe by Slip line Method (Method A) or the Cured- In-Place-Pipe (Method B) as shown in the plans and/or directed by the Engineer.
2. METHODS AND PROCEDURES
2.1 METHOD A – SLIP LINING
High Density Polyethylene Pipe (HDPE) shall be specifically designed for lining applications and installed within the existing culvert at the location shown on the plan and in conformance these special provisions.
2.2 METHOD B – CURED–IN-PLACE-PIPE
The work consists of lining an existing culvert with a Cured-In-Place Pipe (CIPP) thermosetting resin- impregnated flexible fabric tube at locations as shown on the plans. The Contractor may use one of the following installation methods to install the CIPP:
2.1.1. Inversion process using a hydrostatic bead, air pressure, or steam in accordance with ASTM Designation F 1216 or
2.1.2. Pulled-in-place installation using a power winch or other approved method, following by inflation by hydrostatic head, air pressure or steam in accordance with ASTM Designation F 1743
3. MATERIALS - SLIP LINING
3.1 The HDPE liner pipe shall be of Class 250 and meet all specifications of ASTM F 894. All HDPE liner pipe shall have a nominal diameter, thickness, and maximum Standard Dimension Ratio (when applicable) as specified. All slip lined pipe shall be hydraulically smooth with a maximum Manning's coefficient of 0.012.
3.2 At the Contractor's option, HDPE pipe may be one of the following lining systems or an equivalent product. All HDPE systems shall be approved by the Project Engineer prior to use. (Weholite, SnapTite, Culvert, Renew, Spirolite)
3.3 Slip lined pipe joining and installation shall conform to ASTM D 3212 and the manufacturer’s recommendation. All joints shall be "sand tight'' and considered watertight after grouting. The joint system shall be approved by the Engineer.
3.4 The grout shall conform to the appropriate requirements of the Standard Specifications or the CDOT Field Materials Manual and may include clay, chemicals, sand, or other admixtures such as fly ash. The grout shall have a minimum compressive strength of 1,000 PSI at 7 days, and 1,750 PSI at 28 days. Compressive strength for each grout lift shall be determined from test specimens sampled, molded, cured, and tested in conformance with AASHTO T 106/AS1MC 109. The Contractor shall determine the mix proportions of the grout. If sand is allowed or required, a minimum of 25% by mass of the total amount of the cementitious material shall be fly ash, and the total amount of mineral admixture shall not exceed 35 percent by mass of the total amount of cementitious material to be used in the mix.
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 04-CULVERT REPAIR GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
2
OR
3.5 The grout (low density foam concrete) shall be composed of water, Portland cement, and fly ash, and/or additives, providing materials are not biodegradable, and a foaming agent is used. The foaming agent shall conform to the requirements in both of ASTM Designations: C 869 and C 796. Portland cement shall conform to the requirements of the Standard Specifications or the CDOT Field Materials Manual. The grout shall have a cast density, at the point of placement, of between 50 PCF and 70 PCF with a minimum penetration resistance of 100 PSI in 24 hours when tested in accordance with ASTM C 403 and a minimum compressive strength of 300 PSI at 28 days. Compressive strength will be determined from test specimens sampled, molded, cured, and tested in conformance with AASHTO T 106/ASTM C 109. The water, cement, and fly ash, and/or additives shall be mixed prior to adding the foaming agent. The foaming agent shall not be added until the material is at the project site.
3.6 For each batch, the Contractor shall perform density and viscosity tests per ASTM C 138 and ASTM C 939 in the presence of the Engineer. Grout that exceeds +/- 3PCF of the design density will be rejected. The time of efflux (outflow) shall not exceed 20 seconds in accordance with ASTM C 939 unless otherwise approved by the Project Engineer.
3.7 The gauged pumping pressure shall not exceed 5 PSI or liner manufacturer’s recommendation for liners with a pipe stiffness of less than 30 PSI and shall not exceed 7 PSI for all other liners. In addition, the pipe liner shall be able to withstand a static head of grout of 8 inches above the highest crown elevation. Maximum grout pressure for static grout head shall not exceed maximum allowable gauged pumping pressure. The grout shall be placed in a continuous manner and injected in lifts not exceeding the height designated in the grouting plan, or less if needed to avoid floating, shifting or deforming the liner. The injection pressure including the last lift at the crown shall be carefully monitored. If the liner cannot withstand the grouting pressures or static head, then the maximum pressure at the point of grout injection must be reduced or staged grouting must be employed, or an alternative liner selected. Deformation of the liner shall not exceed 5%. The Contractor's placement method shall prevent segregation or voids from occurring in the grout mix.
3.8 Grout injection holes of up to 2 inches diameter may be drilled in the liner, plugged with PVC plugs and sealed in place with a bead of sealant/adhesive as approved by the Engineer.
4. MATERIALS - CIPP
4.1 The CIPP liner shall be designed as per Appendix Xl.2.1 of ASTM F 1216. Ovality shall be assumed at 5% and groundwater depth shall be determined. The CIPP design shall assume no bonding to the original pipe wall.
4.2 Complete physical properties of the CIPP and the pipe liner system shall comply with ASTM Designation D 5813 and shall have, as a minimum, the following initial structural properties:
Test Description ASTM Designation Min. Initial Requirement Flexural Strength D 790 31 MPa Flexural Modulus D 790 1724 MPa Tensile Strength D 638 21 MPa Tensile Modulus D 638 1724 MPa
4.3 The approved thermoset resin shall meet the chemical resistance test requirements in accordance
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 04-CULVERT REPAIR GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
3
5. CONSTRUCTION REQUIREMENTS - SLIP LINING
5.1 The Contractor shall provide for the control and diversion of flows in the existing culvert being rehabilitated.
5.2 The existing culvert shall be cleaned thoroughly and the flow line of the damaged pipe shall be stabilized prior to inserting the liner pipe. The culvert shall be video inspected using a closed circuit television (CCTV) camera, and the inspection recorded shall be in DVD format or as directed by the Engineer. During this phase of operation all service openings/side drains shall be precisely located longitudinally and radially, and logged for subsequent reconnection after the insertion of the liner pipe.
5.3 The Contractor shall verify that liner pipe will fit through the host pipe by using a pulling head or other method prior to ordering materials.
5.4 During the installation of the liner pipe, the Contractor shall provide all necessary protection to prevent damage to the liner pipe and the existing culvert.
5.5 The entire annular space between the liner pipe and the existing culvert shall be filled. The Contractor shall submit a proposal to be approved by the Engineer for grout material and methods to be used to fill this void. The Contactor shall notify the Engineer if the entire annular space between the liner pipe and the existing culvert cannot be filled prior to starting the slip line work.
5.6 The annular space shall be at a minimum two inches (between inside perforations).
5.7 Prior to grouting, the existing culvert and annular space shall be free from water, groundwater, and debris. Grouting shall not begin until the existing stream flow has been temporarily diverted and approved bulkheads installed. Grout injection tubes and breather tubes shall be placed around the liner and through the bulkheads.
5.8 A video inspection of the finished liner shall be made using a closed circuit television camera, and the inspection recorded shall be in DVD format or as directed by the engineer. A copy of the video shall be given to the Engineer prior to final acceptance.
5.9 The Contractor will post the Spill Plan information in the Construction Office and direct all personnel to know the location of this plan.
5.10 It shall be the Contractor’s responsibility to report, and take immediate and appropriate corrective actions to contain and remediate any accidental grout into the environment in accordance with applicable local, state or federal regulations.
6. CONSTRUCTION REQUIRMENTS – CIPP
6.1 Prior to beginning any CIPP liner work, the Contractor shall submit documentation to the Engineer certifying that individuals overseeing or performing the installation have successfully performed CIPP liner work for storm water or highway culverts on at least three prior independent installations for others, or have been approved by the CIPP liner manufacturer for performing such work.
6.2 It shall be the Contractor's responsibility to report, and take immediate and appropriate corrective actions to contain and remediate any accidental release of styrene-resin based cured-in-place
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 04-CULVERT REPAIR GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
4
process material effluent or condensate into the environment in accordance with applicable local, state or federal regulations. The cost for such remediation shall be at the Contractor's expense.
6.3 The Contractor shall employ the services of a qualified independent environmental services laboratory or environmental consultant to collect the following samples: Pre-rehabilitation soil and water samples within 3 feet of the pipe ends (or otherwise as close as possible) upstream and downstream of the pipe locations. The following information shall be supplied in the water or soil sampling reports:
6.3.1 Location of pipe: Stream and County Road Number
6.3.2 Description of pipe: length, diameter, type i.e. concrete, corrugated steel
6.3.3 Conveyance conditions i.e. wet weather only, perennial, current condition
6.3.4 General flow description i.e. high, medium, low
6.3.5 Site description i.e. stream bed, earthen ditch, subsurface storm water drainage
6.4 Samples shall be collected in accordance with applicable ASTM standard procedures and analyzed at an EPA certified facility for styrene or other regulated by-products from installed product using EPA 8260B for solids and EPA 524.2 for water samples.
6.4.1 The Contractor shall have results for the test before the work begins.
6.4.2 The Contractor shall provide all results to the Engineer before the work begins.
6.5 All culverts shall be inspected using a closed circuit television (CCTV) camera, and the inspection recorded on DVD as specified in these special provisions, and as directed by the Engineer. During this phase of operation all service openings shall be precisely located longitudinally and radially, and logged for subsequent reconnection after the insertion of the liner pipe.
6.6 DIVERSION
6.6.1 The culverts to be lined shall be dry.
6.6.2 The Contractor shall provide for the control and diversion of flows in existing culverts being rehabilitated. The diversion system shall be of adequate capacity and size to handle the flow. The diversion of the flow shall not cause additional erosion upstream of the culvert.
6.6.3 The diversion shall stay in place until levels of contaminates are below acceptable local, state, or federal pollutant levels.
6.7 INSTALLATION
6.7.1 The entire fabric tube shall be inspected for defects i.e. tears in felt fabric. Thixotropic agents that do not interfere with visual inspection may be added for viscosity control. Also, the opacity of the plastic coating shall not interfere with visual inspection. Resins may contain pigments, dyes, or colors that do not interfere with visual inspection of the resin- impregnated pipe liner or its required properties.
6.7.2 CIPP liner shall be cured by circulating sufficient hot water, steam or other catalyst method as recommended by the manufacturer within the tube to cure the resin into a hard, impermeable lining When cured, the CIPP liner shall extend over the length of the installation as a continuous and tight fitting pipe-within-a-pipe. The CIPP liner shall
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 04-CULVERT REPAIR GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
5
prevent both infiltration into the rehabilitated culverts and exfiltration of flows from the rehabilitated culverts.
6.7.3 The Contractor shall use a suitable heat source to cure the CIPP liner if not using UV curing. Pressure gauges shall be installed at the insertion and termination points to monitor internal conditions during the CIPP liner curing process. The Contractor shall monitor temperature via a minimum of three thermocouples on the outer surface of the liner (one each on the upstream and downstream ends and one approximately mid-length of the host pipe) and automatically log cure time-temperature data with a print-out from the data logger and provide such information to the Engineer.
6.7.4 Additional gauges and monitors shall be installed as required or as directed by the Engineer. The temperatures, durations, and cycles for curing the resin shall be in accordance with the cure plan based on the manufacturer’s recommendations and site specific adjustments. The project cure log shall be used to document the installation.
6.7.5 At the completion of the curing process, the Contractor shall cool the CIPP liner by circulating measured amounts of cool air or water per the manufacturer' s recommendations and the Cure Plan.
6.7.6 Condensate from steam installation shall be captured. Wastewater resulting from the curing work shall not be allowed to enter the waterway or groundwater. All cure water shall be collected and disposed of offsite in facility that is approved to dispose of the material.
6.7.7 After cooling the ends of the CIPP liner shall be trimmed. Any spoils generated from the trimming operation shall be removed at the end of each day's work and shall be disposed of as approved by the Engineer and in accordance with state and federal environmental and solid waste/hazardous waste regulations.
6.7.8 Both ends of the finished CIPP liner shall be sealed at the interface with the host pipe to prevent water movement between the host pipe and the finished CIPP liner. The end sealing material shall be an approved epoxy or sealing material that is compatible with the finished CIPP liner and all provide a durable watertight seal.
6.8 POST INSTALLATION CLEANING
6.8.1 The Contractor shall thoroughly jet rinse/wash the cured pipe with clean water and capture and properly dispose of rinse water. All rinse water shall be collected and disposed of offsite in a facility that is approved to dispose of the material.
6.8.2 The Contractor shall employ the services of a qualified independent environmental services laboratory or environmental consultant to collect the following samples: soil and water samples within 3 feet of the pipe ends (or otherwise as close as possible) upstream and downstream of the pipe location after the pipe-liner has cured. The following information shall be supplied in the water or soil sampling reports:
6.8.2.1 Location of pipe: Stream and County Road
6.8.2.2 Description of pipe: length, diameter, type (i.e. concrete, corrugated steel)
6.8.2.3 Conveyance conditions i.e. wet weather only, perennial, current conditions
6.8.3 Samples shall be collected in accordance with applicable ASTM standard procedures and analyzed at an EPA certified facility for styrene or other by-products from installed product
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 04-CULVERT REPAIR GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
6
using EPA 8260B for solids and EPA 524.2 for Water samples. The Contractor shall report the results of all sampling to the Engineer.
6.8.4 All CIPP liners (dry or wet) shall be tested on a weekly basis until all contaminants on MSDS sheets can be demonstrated to meet acceptable levels in accordance with CDPHE regulation and EPA standards.
6.8.5 Discharging water through the pipes shall not be allowed until levels of contaminants are demonstrated to be below acceptable levels.
6.9 POST INSTALLATION INSPECTION
6.9.1 The interior of the finished CIPP liner and lateral connections shall be inspected by the Contractor by CCTV cameras. The completed inspections shall certify that the installation has been performed in accordance with these specifications. A copy of the certification report, including any videotape, shall be submitted to the Engineer prior to project acceptance of the CIPP liner. Format of the videotape shall be DVD.
6.9.2 The finished CIPP liner shall be continuous over the entire length of the culvert and shall be as free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, pin holes, cracking and other deformities, as is commercially practicable. The tube shall be fabricated to a size that when installed will neatly fit the internal circumference of the existing culvert specified.
6.9.3 The bond between CIPP layers shall be strong and uniform. All layers, after cure, must form one homogenous structural pipe wall with no indications that any part of the tube bas less than 100% resin saturation. The Engineer shall order a delamination test performed in accordance with ASTM F-1216 Section 8.4 if necessary to confirm. The Engineer shall order a bending test performed in accordance with ASTM F-1216 Section 8.1.3.1 if necessary to confirm. The Engineer shall order a tensile test performed in accordance with ASTM F-1216 Section 8.1.3.2 if necessary to confirm. These locations will be selected at the mid third of the pipe above the spring line at the discretion of the Engineer.
6.9.4 The Contractor shall provide field-cured samples as directed by the Engineer within 10 days upon written request. The physical properties of the finished CIPP liner shall be verified through a field sampling procedure in accordance with, as appropriate, ASTM Designation F 1216 or ASTM Designation F 1743, and in accordance with ASTM Designation D 5813.
6.10 POST INSTALLATION REPAIRS
6.10.1 A repair plan shall be submitted to the Engineer if necessary for approval.
6.10.2 Any holes, tears, delaminating areas, or if concentrated ridges are present or defects that would affect the performance of the CIPP liner as determined by the Engineer shall be repaired at the Contractors expense. Defects that are not repairable will be cause for rejection of the installation. At the discretion of the Engineer, in lieu of CIPP liner replacement, concentrated ridges may be ground to conform to the dimensions of the CIPP liner, provided that the Contractor can demonstrate that the proposed repair does not compromise the structural integrity of the CIPP liner. The remaining surface of the concentrated ridge area shall be coated with a compatible resin approved by the manufacturer. Any residue generated from the grinding operation shall be removed at the
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 04-CULVERT REPAIR GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
7
end of each day's work and shall be disposed of as approved by the Engineer and in accordance with state and federal environmental and solid waste/hazardous waste regulations.
6.10.3 Internal repairs may be made to the CIPP liner in accordance with the manufacturer’s recommendations and approval by the Engineer. Internal repair may be made using approved fabric and epoxy or epoxy-vinyl ester resins to restore strength and integrity.
END OF SECTION
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 04-CULVERT REPAIR GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
SECTION 05
1. GENERAL
1.1. Scope. Work to be performed under this section shall include all labor, materials, equipment, tools and accessories required to construct, install, maintain, and remove when required, erosion control measures during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of waterways.
2. MATERIALS 2.1. Erosion Bales: Material for erosion bales shall consist of Certified Weed Free hay or straw. The hay
or straw shall be certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free erosion bale shall identified by one of the following: (1) one of the ties binding the bale shall consist of blue and orange twine or (2) one of the ties binding the bale shall consist of specially produced galvanized shiny wire or (3) the bale shall have a regional Forage Certification Program tag indicating the Regional Forage Certification Program Number.
2.1.1. Erosion bales shall be inspected for and Regionally Certified as weed free based on the Regionally Designated Noxious Weed and Undesirable Plant List for Colorado, Wyoming, Montana, Nebraska, Utah, Idaho, Kansas, and South Dakota.
2.1.2. The Contractor shall not remove the identifying twine, wire, or tags until the Engineer has inspected and accepted the erosion bales.
2.1.3. The Contractor shall provide a certificate of compliance showing the transit certificate number or a copy of the transit certificate as supplied from the forage producer.
2.1.4. Bales shall be approximately 5 cubic feet of material and weigh not less than 35 pounds.
2.2. Temporary Berms: Temporary berms shall be constructed of compacted soil.
2.3. Straw Wattles: Straw wattles shall consist of 100% weed free agricultural straw inside a flexible and durable tubular polyester netting with metal clips of knotted ends. Stakes shall be embedded at least 12”.
2.4. Concrete washout. Concrete washouts shall be excavated earthen pits approximately 5’ x5’ by 3’ deep. Washouts shall be surrounded by orange construction fence and clearly marked with a sign stating “concrete washout”.
2.5. Tracking Control. Tracking control shall consist of 1” to 3” washed rock 6” thick a minimum of 50 feet in length
3. METHODS AND PROCEDURES 3.1. General.
3.1.1. Provide permanent and temporary erosion control measures to eliminate pollutant discharge to streams and to minimize erosion and sedimentation during and after construction. Contractor is responsible for any additional erosion and sediment control measures that may be required by permits. Contract permits amend the requirements of this Section.
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 05-TEMPORARY EROSION CONTROL GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
3.1.2. When erosion control measures are not functioning as intended, immediately take corrective
action.
3.1.3. Controls and Limitations on Work. Before grubbing, clearing, and grading, construct all erosion controls around the perimeter of the project including filter barriers, diversion, and settling structures. Construct erosion control and sediment control measures as follows:
3.1.3.1. Construct temporary erosion control in incremental stages as construction proceeds.
3.1.3.2. Construct temporary slope drains, diversion channels, and earth berms to protect disturbed areas and slopes.
3.1.3.3. Construct outlet protection as soon as culverts or other structures are complete.
3.1.4. Diversions. Construct temporary channels, temporary culverts, earth berms, or sandbags to divert water around disturbed areas and slopes. Use temporary channels, temporary culverts, pumps, sandbags, or other methods to divert the flow of live streams for permanent culvert installations and other work.
3.1.5. Maintenance and Cleanup. Maintain temporary erosion control measures in working condition until the project is complete or the measures are no longer needed. Clean erosion control measures when half full of sediment. Use the sediment in the work or dispose of it accordingly. Replace erosion control measures that cannot be maintained and those that are damaged by construction operations. Remove and dispose of temporary erosion control measures when the turf is satisfactorily established and drainage ditches and channels are lined and stabilized. Remove and dispose of erosion control measures accordingly.
4. QUALITY CONTROL - FIELD
4.1. Material Testing Section
5.1. Reference Measurement and Payment
END OF SECTION
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 05-TEMPORARY EROSION CONTROL GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
1
1. GENERAL
1.1. Scope. Work under this section shall include furnishing all materials, labor, equipment, tools, and incidentals necessary to perform finish grading, restoration of disturbed areas and general clean up. This shall be a continuous process from project start-up to final acceptance of the Work by the Engineer.
2. MATERIALS (not applicable)
3. METHODS AND PROCEDURES
3.1. General Clean-Up shall include the regrading, resurfacing, rebuilding and replacing of all surfaces, on which construction took place, and rebuilding or replacing any areas disturbed by the construction. This includes but is not limited to, restoration and removal for temporary access roads, erosion control, construction fence, temporary diversion, etc. The streets or roads where disturbed shall be resurfaced by the Contractor, including both gravel and oil roads, and shall be replaced in as good or better condition than that at the start of construction. The Engineer shall be the sole judge as to whether streets, roads or property have been restored to a condition as good or better than at the start of construction.
3.1.1. The Contractor shall, at all times, keep property on which Work is in progress free from accumulation of waste material or rubbish caused by employees or caused by the Work.
3.1.2. The Contractor shall carry on a constant program to maintain Work area, structure sites, right-of-ways and the surface of streets and roads in a condition satisfactory to the appropriate authority, grantor of the right-of-way, and the Engineer.
3.1.3. Upon completion of the Work, the Contractor shall remove all remaining rubbish, tools, equipment, scaffolds and surplus materials from the job and leave the Work area clean and free of debris.
3.2. General. All driveways, concrete flatwork, asphalt, drainage ditches, trees, shrubs, and other miscellaneous items shall be returned to as good as or better than original conditions if they are damaged by work performed by the Contractor and/or his subcontractors.
3.3. Private property Contractor shall restore all damaged private property to the property owner’s requirements. Contractor shall notify the Engineer within one hour of any private property they have damaged. Cost for restoration shall be paid for by the Contractor.
4. FIELD QUALITY CONTROL (not applicable)
5. MEASUREMENT AND BASIS OF PAYMENT
5.1. Reference Measurement and Payment
End of Section
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 06-FINISH GRADING AND RESTORATION ROAD AND WATER PROJECT 2014 BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
SECTION 07
TESTING PROCEDURES
1. GENERAL
1.1. Scope – County. The County will contract with a Geotechnical Engineer and an independent testing lab to verify compliance with material specifications.
1.2. It will be the sole responsibility of the Contractor to achieve the specified construction control requirements and for ensuring that correct methods are being used for the proper placement of construction materials. Contractor may, at his own expense, have a geotechnical engineer monitor the methods of placement and to ensure compliance with material specifications.
2. MATERIALS. (NOT APPLICABLE).
3. METHODS AND PROCEDURES
3.1. Inspection and Testing
3.1.1. Inspection and testing will be performed as directed by the County and Engineer. Testing will be conducted as a quality assurance check to verify the Contractor's compliance with the standards indicated in the Specifications.
3.1.2. Samples will be taken during construction by the County of the materials placed including, but not limited to: concrete, grout, etc. Any areas which require a specified density, including fill, backfill, trenches, embankments, road base, backfill for structures, shall be tested.
3.1.3. The Contractor shall cooperate fully with all persons engaged in testing. The Contractor shall excavate as required to allow testing. The Contractor shall replace all test excavations in accordance with these Specifications.
3.1.4. The Contractor will be promptly notified if any test fails to meet specifications. In the event any two (2) successive tests fail, the job shall be stopped until the Contractor, at his sole expense, demonstrates to the satisfaction of the County that the unsatisfactory condition has been corrected.
4. MEASUREMENT AND BASIS OF PAYMENT (NOT APPLICABLE)
END OF SECTION
1
1. METHOD A – SLIP LINING
The following items shall be submitted to the County and Engineer for review and approval at least seven (7) days prior to commencing construction. Work shall not begin until approval is received from the County and Engineer.
1.1 HDPE pipe specifications or pre-approved lining systems from Section 3.2 - Section 04 – Culvert Repair
1.2 A Certificate of Compliance for the type of HDPE system that is furnished.
1.3 Grout mix design. Certified test data or trial batch reports, verifying that the mix design complies with the density and compressive strength requirements of these product requirements shall be submitted with the mix design, including the following:
1.3.1 The proposed grouting mix.
1.3.2 The proposed grout densities and viscosity.
1.3.3 The 24-hour and 28-day minimum grout compressive strengths.
1.3.4 The grout working time before a 15 percent change in density or viscosity occurs.
1.3.5 The maximum injection pressures (including last lift at the crown).
1.3.6 Proposed grout stage (lift) height and volumes (e.g., Stage 1, to spring line; Stage 2, fully grouted).
1.3.7 Bulkhead designs and locations.
1.3.8 Buoyant force calculations during grouting and a detailed plan for holding the pipeliner on the invert of the existing pipe for a period of time long enough to allow the first lift of grout to set before proceeding to the second lift.
1.3.9 Pressure gauge, recorder, and field equipment certifications (e.g., calibration by an approved certified lab).
1.3.10 Proposed number and location of vents relative to pipe diameter and stiffness and the depth of flow in the pipeline for the grouting operation.
1.3.11 Strut details.
1.3.12 Proposed method for monitoring deformation of the liner pipe.
1.3.13 Written confirmation that the Contractor has coordinated the grouting procedures with the grout installer and the pipe liner manufacturer.
Data for 1.3.1 through 1.3.5 shall be derived from trial grout batches. For each different type of grout or variation in procedure or installation, a complete package shall be submitted. The submittal shall include each of the above items and the locations or conditions to which it applies. The
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 08-SUBMITTAL REQUIREMENTS GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
2
Contractor shall obtain approval from the Engineer for any changes to be made in grout mix, grouting procedure, or installation prior to commencement of grouting operations.
1.4 A flow diversion plan showing the intended work, any calculations supporting the sizing of the system, ground water control, and a schedule indicating the duration of the flow diversion.
1.5 Location of staging area, site access and erosion control.
1.6 Certification that individuals overseeing or performing the installation have successfully performed similar work on at least five prior independent installations for others.
1.7 Outline of the methodology for performing the preparation work and the lining including construction access.
1.8 A methods statement describing the planned operations to repair the existing pipe. At a minimum, the proposal shall describe conditions found that may prevent proper installation of the pipe liner (such as any sharp or protruding appurtenances), and methods proposed by the Contractor for correction of the conditions and lateral pipe re-establishment. In addition, the proposal shall describe perforations of the existing culvert to be lined, their extent, and methods proposed for correction by the Contractor, including necessary void grouting and backfilling.
1.9 The proposal shall describe the Contractor's proposed procedures and schedules for installing the pipe liner.
1.10 Calculations by a CO Licensed Engineer showing that the strength of the liner pipe is sufficient to withstand Contractor’s proposed grouting methods.
1.11 Calculations by a CO Licensed Engineer showing that the strength of the liner pipe is sufficient to withstand final external loading conditions in-place.
1.12 A site specific Spill Plan for containing any spill of grout at any time into the water, including the following:
1.12.1 CDPHE Spill Hotline number
1.12.2 Downstream water users contact numbers
1.12.3 Site-specific, acceptable discharge contaminant levels in accordance with applicable local, state or federal regulations
1.12.4 Clean-up methods
1.12.5 Containment of contaminated water over acceptable local, state or federal pollutant levels.
2. METHOD B - CURED–IN-PLACE-PIPE
The following items shall be submitted to the County and Engineer for review and approval at least seven (7) days prior to commencing construction. Work shall not begin until approval is received from the County and Engineer.
2.1 Identify installation method from Section 2.2 - Section 04 – Culvert Repair
2.2 A cure plan shall be developed for site specific conditions including pipe diameter and length, elevation and ambient temperatures, heat sinks (i.e. ground water), diversion duration, length of time to complete cure before allowing live water to flow through the pipe and needed BTU capacity for boiler units. The approved thermoset resin shall be compatible with the application
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 08-SUBMITTAL REQUIREMENTS GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
3
and pipeline environment be able to cure in the presence of ground water.
2.3 Required pressures - the minimum pressure required to hold the tube tight against the existing conduit and the maximum allowable pressure so as not to damage the tube.
2.4 Lubricants - confirmation of whether a lubricant is recommended for each installation and the specific lubricant(s) that may be used.
2.5 (If curing by circulating heated water) - Required pressure, water cure temperature, post- cure temperature and the time period to hold the post-cure temperature.
2.6 (If curing by steam) - The required pressure, temperature to be held within the line during the cure period, the post-cure temperature and the time period to hold the post- cure temperature.
2.7 (If curing by UV)-The required UV intensity, duration, etc.
2.8 Calculations determining the proposed CIPP liner thickness.
2.9 Material Safety Data Sheets (MSDS) for Resins and Sealing Compounds.
2.10 Tube and Resin Manufacturer's technical, product and installation data including the manufacturer’s recommendations for:
2.10.1 The fabric tube shall consist of one or more layers of flexible needled felt or an equivalent non-woven or woven material, or a combination of non-woven and woven materials.
2.10.2 The inside and outside layer of the tube shall have an impermeable flexible coating to contain the resin during and after fabric tube impregnation, to prevent resin loss and prevent contamination of ground water.
2.10.3 The material shall be compatible with and be capable of carrying thermoset resin, be able to stretch to fit irregular pipe sections and negotiate bends, and be able to withstand installation pressures and curing temperatures.
2.10.4 Certification that that the resin and catalyst system to be furnished will meet the requirements and be compatible for the intended install method and host pipe material.
2.10.5 To verify past performance, the Contractor shall submit a minimum of 5 test results from previous field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the physical properties specified in this specification have been achieved in previous applications.
2.11 List the location of resin impregnation whether on site, at manufacturer’s site, or other location and specify if other.
2.12 A project specific curing log form shall be submitted to the Engineer for approval to document culvert lining operations.
2.13 A methods statement describing the planned operations to repair the existing pipe. At a minimum, the proposal shall describe conditions found that may prevent proper installation of CIPP liner (such as any sharp or protruding appurtenances or ground water), and methods proposed by the Contractor for correction of the conditions and lateral pipe re-establishment. In addition, the proposal shall describe perforations of existing culvert to be lined, their extent, and methods proposed for correction by the Contractor, including:
2.13.1 Necessary void grouting and backfilling.
2.13.2 Pre-lining if ground water is present.
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 08-SUBMITTAL REQUIREMENTS GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
4
2.14 Certification that individuals overseeing or performing the installation have successfully performed similar work on at least three prior independent installations for others.
2.15 A flow diversion plan showing the intended work, any calculations supporting the sizing of the system, ground water control, and a schedule indicating the duration of the flow diversion.
2.16 Location of staging area, site access and erosion control.
2.17 The Contractor shall provide a plan for proper disposal and/or treatment of the rinse water including either manifests of receipt from waste water treatment plant operators (signed, with contact name and phone number) or treatment plans and permits for off-site treatment and disposal.
2.18 Calculations by a CO Licensed Engineer showing that the strength of the CIPP liner is sufficient to withstand final external loading conditions in-place.
2.19 A site specific Spill Plan for containing any spill of un-cured resin or residue at any time into the water, including the following:
2.19.1 CDPHE Spill Hotline number
2.19.2 Downstream water users contact numbers
2.19.3 Site-specific, acceptable discharge contaminant levels in accordance with applicable local, state or federal regulations
2.19.4 Clean-up methods
2.19.5 Containment of contaminated water over acceptable local, state or federal pollutant levels.
3 CULVERT LINING The following items shall be submitted to the County and Engineer for review and approval at least seven (7) days prior to commencing construction. Work shall not begin until approval is received from the County and Engineer. 3.1 Concrete mix design. The concrete mix shall be CDOT Class B. Certified test data or trial batch
reports, verifying that the mix design complies with the density and compressive strength requirements of these product requirements shall be submitted with the mix design, including the following: 3.1.1 The proposed concrete mix with synthetic fibers.
3.1.2 The 24 hour and 28 day compressive strengths.
3.2 Reinforcing rebar to be used on site.
3.3 Welded wire fabric to be used on site.
3.4 A flow diversion plan showing the intended work, any calculations supporting the sizing of the
system, ground water control, and a schedule indicating the duration of the flow diversion.
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 08-SUBMITTAL REQUIREMENTS GRAND COUNTY, COLORADO BOWMAN/VLC PROJECT 020049-01-003 SEPT., 2014
5
3.5 Location of staging area, site access and erosion control.
3.6 Certification that individuals overseeing or performing the installation have successfully performed similar work on at least five prior independent installations for others.
3.7 Construction access plans.
3.8 The proposal shall describe the Contractor's proposed procedures and schedules for installing the
pipe liner.
3.9 A site specific Spill Plan for containing any spill of grout at any time into the water, including the following:
3.9.1 CDPHE Spill Hotline number
3.9.2 Downstream water users contact numbers
3.9.3 Site-specific, acceptable discharge contaminant levels in accordance with applicable local, state or federal regulations
3.9.4 Clean-up methods
3.9.5 Containment of contaminated water over acceptable local, state or federal pollutant levels.
END OF SECTION
1
1. GENERAL
1.1 The Contractor shall furnish all materials, equipment, accessories and labor necessary to complete the project per the work locations and descriptions, as described in the Summary of Work, and in accordance with the Contract Documents and Specifications. Although such work may not be specifically shown, described or specified, furnish and install all supplementary and miscellaneous items, appurtenances and devices incidental to or necessary for a complete project.
1.2 The Work shall be coordinated with the work of all other contractors and subcontractors and activities on related projects and with the property owners.
1.3 Each unit or lump sum price stated in the Proposal Form shall constitute full compensation as herein specified for each item of work completed in accordance with the work locations and descriptions and Contract Documents.
2. INCIDENTALS
2.1 If no bid item exists for a portion of the Work necessary for a complete project, it shall be considered incidental. The costs for that Work shall be included in a related bid item
2.2 Unless otherwise indicated on the plans, all earthwork shall be included under any item requiring excavation. The prices for those items which involve excavation shall include compensation for disposal of surplus excavated material, and installation of all necessary sheeting and bracing. No allowance will be made for trench over-width conditions that require additional labor or material.
2.3 Items that are considered incidental to the project include, but are not limited to the following:
Mobilization
Finish Grading and Restoration
Permits, including confined space entry permits
Notification
Meetings
Submittals
3.1 Pipe Cleaning and Repair
Basis of Measurement: Lump Sum.
Basis of Payment: Includes, but is not limited to removal and disposal of all loose debris from existing culvert, repairs to existing pipe as needed including void grouting and backfilling, pre and post-inspection, performing “mandrel” test to determine correct liner pipe size, and pipe cleaning.
3.2 Pipe Liner
Basis of Measurement: Per linear foot of pipe lining installed.
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 09-MEASUREMENT AND PAYMNENT GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
2
Basis of Payment: Includes, but is not limited to furnishing and placing liner pipe for culvert rehabilitation, annular space grouting, bulkheads, placing vent pipes and grout tubes, installation of pipe skids or supports as needed, installation of blocking or casing spacers to prevent liner pipe from “floating” when grout is installed, pressure monitoring, and all work incidental thereto not specifically included for payment under other items.
OR
Basis of Payment: Includes, but is not limited to furnishing and installing the CIPP liner for culvert rehabilitation, preparation of heat source, installation of gauges and monitors, post installation cleaning including removal of rinse water, repairs to CIPP liner, and all work incidental thereto not specifically included for payment under other items.
3.3 Inlet End Section (if necessary)
Basis of Measurement: Each.
Basis of Payment: Includes, but is not limited to furnishing and installing flared end section to improve hydraulic performance at inlet of pipe, installation of bands and couplers as necessary to properly connect to pipe liner, and all work incidental thereto not specifically included for payment under other items.
3.4 Invert Preparation
Basis of Measurement: Lump sum.
Basis of Payment: Includes, but is not limited to removal and disposal of all loose debris from the existing culvert invert.
3.5 Culvert Invert Lining
Basis of Measurement: Linear feet of invert lining.
Basis of Payment: Includes, but it is not limited to furnishing and installing the synthetic fiber concrete, forms, dowels, welded wire fabric, and tool joints, and tool joints.
3.6 Water Testing/Sampling (if applicable)
Basis of Measurement: Lump Sum
Basis of Payment: Includes methods described in the Technical Specs, Section 04-Culvert Repair, subsection 6.3 – 6.4, and 6.8.2 – 6.8.5.
END OF SECTION
COUNTY ROAD 3 CULVERTS REHABILITATION SECTION 09-MEASUREMENT AND PAYMNENT GRAND COUNTY, COLORADO BOWMAN-VLC PROJECT 020049-01-003 SEPT., 2014
G:\2464.G5 − CR3 Culverts\Documents\Cad\Exhibits\2464.G5_CVR.dwg
020049−01−003
020049−01−003
Know what's
020049−01−003
020049−01−003
020049−01−003
020049−01−003
020049−01−003
020049−01−003
020049−01−003
020049−01−003
04-Culvert Repair.pdf
1. GENERAL
1.1. Scope: This work consists of lining culvert pipe by Slip line Method (Method A) or the Cured-In-Place-Pipe (Method B) as shown in the plans and/or directed by the Engineer.
2.1.1. Inversion process using a hydrostatic bead, air pressure, or steam in accordance with ASTM Designation F 1216 or
2.1.2. Pulled-in-place installation using a power winch or other approved method, following by inflation by hydrostatic head, air pressure or steam in accordance with ASTM Designation F 1743
3. MATERIALS - SLIP LINING
3.1 The HDPE liner pipe shall be of Class 250 and meet all specifications of ASTM F 894. All HDPE liner pipe shall have a nominal diameter, thickness, and maximum Standard Dimension Ratio (when applicable) as specified. All slip lined pipe shall be hy...
3.2 At the Contractor's option, HDPE pipe may be one of the following lining systems or an equivalent product. All HDPE systems shall be approved by the Project Engineer prior to use. (Weholite, SnapTite, Culvert, Renew, Spirolite)
3.3 Slip lined pipe joining and installation shall conform to ASTM D 3212 and the manufacturer’s recommendation. All joints shall be "sand tight'' and considered watertight after grouting. The joint system shall be approved by the Engineer.
OR
3.5 The grout (low density foam concrete) shall be composed of water, Portland cement, and fly ash, and/or additives, providing materials are not biodegradable, and a foaming agent is used. The foaming agent shall conform to the requirements in both o...
3.6 For each batch, the Contractor shall perform density and viscosity tests per ASTM C 138 and ASTM C 939 in the presence of the Engineer. Grout that exceeds +/- 3PCF of the design density will be rejected. The time of efflux (outflow) shall not exce...
3.7 The gauged pumping pressure shall not exceed 5 PSI or liner manufacturer’s recommendation for liners with a pipe stiffness of less than 30 PSI and shall not exceed 7 PSI for all other liners. In addition, the pipe liner shall be able to withstand ...
3.8 Grout injection holes of up to 2 inches diameter may be drilled in the liner, plugged with PVC plugs and sealed in place with a bead of sealant/adhesive as approved by the Engineer.
4. MATERIALS - CIPP
5. CONSTRUCTION REQUIREMENTS - SLIP LINING
5.1 The Contractor shall provide for the control and diversion of flows in the existing culvert being rehabilitated.
5.2 The existing culvert shall be cleaned thoroughly and the flow line of the damaged pipe shall be stabilized prior to inserting the liner pipe. The culvert shall be video inspected using a closed circuit television (CCTV) camera, and the inspection ...
5.3 The Contractor shall verify that liner pipe will fit through the host pipe by using a pulling head or other method prior to ordering materials.
5.4 During the installation of the liner pipe, the Contractor shall provide all necessary protection to prevent damage to the liner pipe and the existing culvert.
5.5 The entire annular space between the liner pipe and the existing culvert shall be filled. The Contractor shall submit a proposal to be approved by the Engineer for grout material and methods to be used to fill this void. The Contactor shall notify...
5.6 The annular space shall be at a minimum two inches (between inside perforations).
5.7 Prior to grouting, the existing culvert and annular space shall be free from water, groundwater, and debris. Grouting shall not begin until the existing stream flow has been temporarily diverted and approved bulkheads installed. Grout injection tu...
5.8 A video inspection of the finished liner shall be made using a closed circuit television camera, and the inspection recorded shall be in DVD format or as directed by the engineer. A copy of the video shall be given to the Engineer prior to final a...
5.9 The Contractor will post the Spill Plan information in the Construction Office and direct all personnel to know the location of this plan.
5.10 It shall be the Contractor’s responsibility to report, and take immediate and appropriate corrective actions to contain and remediate any accidental grout into the environment in accordance with applicable local, state or federal regulations.
6. CONSTRUCTION REQUIRMENTS – CIPP
6.1 Prior to beginning any CIPP liner work, the Contractor shall submit documentation to the Engineer certifying that individuals overseeing or performing the installation have successfully performed CIPP liner work for storm water or highway culverts...
6.2 It shall be the Contractor's responsibility to report, and take immediate and appropriate corrective actions to contain and remediate any accidental release of styrene-resin based cured-in-place process material effluent or condensate into the env...
6.3 The Contractor shall employ the services of a qualified independent environmental services laboratory or environmental consultant to collect the following samples: Pre-rehabilitation soil and water samples within 3 feet of the pipe ends (or otherw...
6.3.1 Location of pipe: Stream and County Road Number
6.3.2 Description of pipe: length, diameter, type i.e. concrete, corrugated steel
6.3.3 Conveyance conditions i.e. wet weather only, perennial, current condition
6.3.4 General flow description i.e. high, medium, low
6.3.5 Site description i.e. stream bed, earthen ditch, subsurface storm water drainage
6.4 Samples shall be collected in accordance with applicable ASTM standard procedures and analyzed at an EPA certified facility for styrene or other regulated by-products from installed product using EPA 8260B for solids and EPA 524.2 for water samples.
6.4.1 The Contractor shall have results for the test before the work begins.
6.4.2 The Contractor shall provide all results to the Engineer before the work begins.
6.5 All culverts shall be inspected using a closed circuit television (CCTV) camera, and the inspection recorded on DVD as specified in these special provisions, and as directed by the Engineer. During this phase of operation all service openings shal...
6.6 DIVERSION
6.6.1 The culverts to be lined shall be dry.
6.6.2 The Contractor shall provide for the control and diversion of flows in existing culverts being rehabilitated. The diversion system shall be of adequate capacity and size to handle the flow. The diversion of the flow shall not cause additional e...
6.6.3 The diversion shall stay in place until levels of contaminates are below acceptable local, state, or federal pollutant levels.
6.7 INSTALLATION
6.7.1 The entire fabric tube shall be inspected for defects i.e. tears in felt fabric. Thixotropic agents that do not interfere with visual inspection may be added for viscosity control. Also, the opacity of the plastic coating shall not interfere w...
6.7.2 CIPP liner shall be cured by circulating sufficient hot water, steam or other catalyst method as recommended by the manufacturer within the tube to cure the resin into a hard, impermeable lining When cured, the CIPP liner shall extend over the ...
6.7.3 The Contractor shall use a suitable heat source to cure the CIPP liner if not using UV curing. Pressure gauges shall be installed at the insertion and termination points to monitor internal conditions during the CIPP liner curing process. The Co...
6.7.4 Additional gauges and monitors shall be installed as required or as directed by the Engineer. The temperatures, durations, and cycles for curing the resin shall be in accordance with the cure plan based on the manufacturer’s recommendations and ...
6.7.5 At the completion of the curing process, the Contractor shall cool the CIPP liner by circulating measured amounts of cool air or water per the manufacturer' s recommendations and the Cure Plan.
6.7.6 Condensate from steam installation shall be captured. Wastewater resulting from the curing work shall not be allowed to enter the waterway or groundwater. All cure water shall be collected and disposed of offsite in facility that is approved to ...
6.7.7 After cooling the ends of the CIPP liner shall be trimmed. Any spoils generated from the trimming operation shall be removed at the end of each day's work and shall be disposed of as approved by the Engineer and in accordance with state and fede...
6.7.8 Both ends of the finished CIPP liner shall be sealed at the interface with the host pipe to prevent water movement between the host pipe and the finished CIPP liner. The end sealing material shall be an approved epoxy or sealing material that is...
6.8 POST INSTALLATION CLEANING
6.8.1 The Contractor shall thoroughly jet rinse/wash the cured pipe with clean water and capture and properly dispose of rinse water. All rinse water shall be collected and disposed of offsite in a facility that is approved to dispose of the material.
6.8.2 The Contractor shall employ the services of a qualified independent environmental services laboratory or environmental consultant to collect the following samples: soil and water samples within 3 feet of the pipe ends (or otherwise as close as p...
6.8.2.1 Location of pipe: Stream and County Road
6.8.2.2 Description of pipe: length, diameter, type (i.e. concrete, corrugated steel)
6.8.2.3 Conveyance conditions i.e. wet weather only, perennial, current conditions
6.8.3 Samples shall be collected in accordance with applicable ASTM standard procedures and analyzed at an EPA certified facility for styrene or other by-products from installed product using EPA 8260B for solids and EPA 524.2 for Water samples. The C...
6.8.4 All CIPP liners (dry or wet) shall be tested on a weekly basis until all contaminants on MSDS sheets can be demonstrated to meet acceptable levels in accordance with CDPHE regulation and EPA standards.
6.8.5 Discharging water through the pipes shall not be allowed until levels of contaminants are demonstrated to be below acceptable levels.
6.9 POST INSTALLATION INSPECTION
6.9.1 The interior of the finished CIPP liner and lateral connections shall be inspected by the Contractor by CCTV cameras. The completed inspections shall certify that the installation has been performed in accordance with these specifications. A cop...
6.9.2 The finished CIPP liner shall be continuous over the entire length of the culvert and shall be as free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, pin holes, cracking and other deformities, as is ...
6.9.3 The bond between CIPP layers shall be strong and uniform. All layers, after cure, must form one homogenous structural pipe wall with no indications that any part of the tube bas less than 100% resin saturation. The Engineer shall order a delamin...
6.9.4 The Contractor shall provide field-cured samples as directed by the Engineer within 10 days upon written request. The physical properties of the finished CIPP liner shall be verified through a field sampling procedure in accordance with, as app...
6.10 POST INSTALLATION REPAIRS
6.10.1 A repair plan shall be submitted to the Engineer if necessary for approval.
6.10.2 Any holes, tears, delaminating areas, or if concentrated ridges are present or defects that would affect the performance of the CIPP liner as determined by the Engineer shall be repaired at the Contractors expense. Defects that are not repaira...
6.10.3 Internal repairs may be made to the CIPP liner in accordance with the manufacturer’s recommendations and approval by the Engineer. Internal repair may be made using approved fabric and epoxy or epoxy-vinyl ester resins to restore strength and ...
08-Submittal Requirements.pdf
1. METHOD A – SLIP LINING
The following items shall be submitted to the County and Engineer for review and approval at least seven (7) days prior to commencing construction. Work shall not begin until approval is received from the County and Engineer.
1.1 HDPE pipe specifications or pre-approved lining systems from Section 3.2 - Section 04 – Culvert Repair
1.2 A Certificate of Compliance for the type of HDPE system that is furnished.
1.3 Grout mix design. Certified test data or trial batch reports, verifying that the mix design complies with the density and compressive strength requirements of these product requirements shall be submitted with the mix design, including the following:
1.3.1 The proposed grouting mix.
1.3.2 The proposed grout densities and viscosity.
1.3.3 The 24-hour and 28-day minimum grout compressive strengths.
1.3.4 The grout working time before a 15 percent change in density or viscosity occurs.
1.3.5 The maximum injection pressures (including last lift at the crown).
1.3.6 Proposed grout stage (lift) height and volumes (e.g., Stage 1, to spring line; Stage 2, fully grouted).
1.3.7 Bulkhead designs and locations.
1.3.8 Buoyant force calculations during grouting and a detailed plan for holding the pipeliner on the invert of the existing pipe for a period of time long enough to allow the first lift of grout to set before proceeding to the second lift.
1.3.9 Pressure gauge, recorder, and field equipment certifications (e.g., calibration by an approved certified lab).
1.3.10 Proposed number and location of vents relative to pipe diameter and stiffness and the depth of flow in the pipeline for the grouting operation.
1.3.11 Strut details.
1.3.12 Proposed method for monitoring deformation of the liner pipe.
1.3.13 Written confirmation that the Contractor has coordinated the grouting procedures with the grout installer and the pipe liner manufacturer.
Data for 1.3.1 through 1.3.5 shall be derived from trial grout batches. For each different type of grout or variation in procedure or installation, a complete package shall be submitted. The submittal shall include each of the above items and the loca...
1.4 A flow diversion plan showing the intended work, any calculations supporting the sizing of the system, ground water control, and a schedule indicating the duration of the flow diversion.
1.5 Location of staging area, site access and erosion control.
1.6 Certification that individuals overseeing or performing the installation have successfully performed similar work on at least five prior independent installations for others.
1.7 Outline of the methodology for performing the preparation work and the lining including construction access.
1.8 A methods statement describing the planned operations to repair the existing pipe. At a minimum, the proposal shall describe conditions found that may prevent proper installation of the pipe liner (such as any sharp or protruding appurtenances), a...
1.9 The proposal shall describe the Contractor's proposed procedures and schedules for installing the pipe liner.
1.10 Calculations by a CO Licensed Engineer showing that the strength of the liner pipe is sufficient to withstand Contractor’s proposed grouting methods.
1.11 Calculations by a CO Licensed Engineer showing that the strength of the liner pipe is sufficient to withstand final external loading conditions in-place.
1.12 A site specific Spill Plan for containing any spill of grout at any time into the water, including the following:
1.12.1 CDPHE Spill Hotline number
1.12.2 Downstream water users contact numbers
1.12.3 Site-specific, acceptable discharge contaminant levels in accordance with applicable local, state or federal regulations
1.12.4 Clean-up methods
1.12.5 Containment of contaminated water over acceptable local, state or federal pollutant levels.