Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
NIB CIP #530 Pipe#136138 CIP Liner - 250512
Costa Mesa Sanitary District …an Independent Special District Protecting our community’s health and the environment by providing solid waste and sewer collection services. www.cmsdca.gov NOTICE INVITING BIDS & SCOPE OF WORK & REQUEST FOR PROPOSALS DIRECT BIDDING #530 Sewer Pipe #136138 CIP Liner Today’s date: May 12, 2025 Bid due date: 12:00 Noon, Wednesday, June 4, 2025 Instructions to Bidders: 1. The Costa Mesa Sanitary District (District or CMSD) has adopted the Uniform Public Construction Cost Accounting Act (UPCCAA) and this project falls in the Direct Bidding range in accordance with bid limits adopted by the District. 2. Bids may be on company letterhead and no bidder’s bond is required. 3. Bidder’s are to list the total bid amount for cleaning and installing a Cured-in-Place liner in a 285’+/- 8” sewer. 4. Return bids by email to Mark Esquer, District Engineer, MEsquer@cmsdca.gov Tel 949.645.8400 ext. 241 and Dawn Saidi, DSaidi@robhamers.com Tel 949.548.1192. Bid Specifications • Prevailing wages must be paid. • Contractors and subcontractors must be registered with DIR. • Either class A or C34 contractor’s license is required. • Contracts over $25,000 require a labor and material bond and a faithful performance bond, both in an amount equal to 100% of the contract amount. • The contractor shall bypass flows, clean sewer and install a CIP Liner per Section 500-5 of the Standard Specifications for Public Works Construction (Greenbook), and NASSCO Cured-in-Place Pipe Installation Performance Specification Guidelines, latest editions. • All work shall occur at night to minimize impact on businesses. Working hours shall be between 9 PM and 6 AM. • Bidder’s unit price for work shall be all inclusive and include costs for bonds (if any), insurance, mobilization, demobilization, traffic control per the WATCH Manual, disposing of excess materials, and all labor and materials required for a complete turnkey job. SOW/RFP Page 2 of 2 • After Notice to Proceed is issued, contractor shall begin work and complete within 30 working days. • No additional compensation awarded for night work. • The successful bidder will be required to enter into a comprehensive contract with District. (See attached sample contract.) • The District may request references after bids are received. • The Engineer’s Estimate is $36,000. Project Description • The sewer is located at South Coast Plaza on the west side of the north parking structure. See the attached map for reference. • The sewer is 8” VCP and is approximately 8 to 10 feet deep and 285 feet long. • The CCTV Inspection Log is attached. • There is an existing 4’ long liner repair in the sewer. • There are 6 lateral/wye connections to the sewer. Four of these are capped and inactive. The contractor shall install the liner over these four and not re-open them. All other active laterals shall be opened and maintained in service. • There is no apparent ground water intrusion into the sewer at the time the videos were taken. • Contractor to provide Pre and Post Installation CCTV Inspection recording and Logs to CMSD. • Contractor to use thermocouples and/or fiber optic cable sensing system to verify correct cure of the resin. • Dropbox Link to CCTV of sewer segment is: https://www.dropbox.com/scl/fi/gh5y56nuh7i090xn9wwp4/CMSD-SO-COAST-PLZA_EO- NORDSTROM_105694_105703_1262024_0127_U.mp4?rlkey=2902mzsb7efdi9ib6v5nu5u 65&dl=0 ATTACHMENTS: 1) ATLAS Map. 2) CCTV Inspection Log. 3) CMSD Standard Specifications 4) NASSCO Performance Specification Guidelines. 5) Sample Contract CIP#530 SCP PIPE#136138 CIP LINERNORDSTROMPARKING STRUCTUREAttachment 1 Project Information Surveyor Name J.ALEJOS Certificate Number U-805-2423 Owner CMSD Customer CMSD Drainage Area PO Number Pipe Segment Reference Date 12/6/2024 01:11 Street E/O NORDSTROM City COSTA MESA Comments Manhole Upstream MH 105703 Rim to Invert (U) Grade to Invert (U)Rim to Grade (U) Downstream MH 105694 Rim to Invert (D) Grade to Invert (D)Rim to Grade (D) Pipe Use Sanitary Sewage Pipe Direction of Survey Upstream Pipe Height (Diameter)10 Width Shape Circular Material Vitrified Clay Pipe Lining Method Pipe Joint Length Total Length 252 Length Surveyed 286.1 Year Constructed Year Renewed Misc Flow Control Not Controlled Media Label DVD Purpose Routine Assessment Consequence of Failure Pre-Cleaning No Pre-Cleaning Date Cleaned Weather Dry - No Precipitation During Survey Location Code Parking Lot Additional Info Location Details SOUTH COAST PLAZA Custom Custom 1 Custom 2 Custom 3 Custom 4 Custom 5 Custom 6 Custom 7 Custom 8 Custom 9 Custom 10 Project Reverse Setup ID Sheet (Group) Number Imperial Units (US)True Pressure Value Work Order Project CMSD-SO COAST PLZA Coating Method Completed Yes Insp Tech Used Attachment 2 CCTV Laser Sidewall Sonar Zoom Other Inspection Inspection Status Complete Inspection Reviewed By Reviewer Certificate Number Count Groups Taps 6 Roots 0 Cracks / Fractures 8 Broken / Holes / Collapse 0 Deposits 1 Obstruction 0 Abandoned Survey 0 Scores Structure Peak Score 4 Structure Peak Grade 2 Structure Mean Score 0.06 Structure Mean Grade 1 Service Peak Score 3 Service Peak Grade 5.8 Service Mean Score 0.01 Service Mean Grade 1 Project: CMSD-SO COAST PLZA Date: 12/6/2024 1:11:00 AM Pipe Segment Reference: Street: E/O NORDSTROM Upstream MH: 105703 Length Surveyed: 286.1 Downstream MH: 105694 Run Number:Direction of Survey: Upstream Height (Diameter): 10 Material: Vitrified Clay Pipe Distance Fault Observation Time Picture 0.0 Access Point Manhole Severity: None Remarks: 105694 00:00:43 00:00:43 0.0 Miscellaneous Water Level Severity: None Percent: 10 00:02:21 00:02:21 Distance Fault Observation Time Picture 1.5 Fracture Circumferential Position: 12 To 12 Severity: None Struct Weight: 2 00:02:42 00:02:42 29.8 Joint Offset Medium Defective Severity: None Struct Weight: 3 00:04:47 00:04:47 38.1 Tap Break-in Activity Position: 3 Severity: None Size: 8 00:05:42 00:05:42 Distance Fault Observation Time Picture 47.9 Tap Factory Capped Position: 2 Severity: None Size: 6 00:06:17 00:06:17 81.3 Point Repair Patch Position: 12 To 12 Severity: None Cont Defect: S01 Remarks: CIPP 00:08:27 00:08:27 85.4 Point Repair Patch Position: 12 To 12 Severity: None Cont Defect: F01 Remarks: CIPP 00:09:35 00:09:35 Distance Fault Observation Time Picture 100.6 Tap Factory Capped Position: 2 Severity: None Size: 6 00:10:19 00:10:19 131.4 Fracture Circumferential Position: 2 To 7 Severity: None Joint Struct Weight: 2 00:12:08 00:12:08 140.1 Crack Circumferential Position: 7 To 5 Severity: None Struct Weight: 1 00:13:38 00:13:38 Distance Fault Observation Time Picture 141.1 Crack Circumferential Position: 12 To 12 Severity: None Struct Weight: 1 00:14:52 00:14:52 141.8 Crack Longitudinal Position: 6 Severity: None Joint Struct Weight: 2 00:15:22 00:15:22 143.7 Tap Factory Capped Position: 3 Severity: None Size: 6 00:15:48 00:15:48 Distance Fault Observation Time Picture 183.7 Crack Circumferential Position: 7 To 5 Severity: None Struct Weight: 1 00:18:06 00:18:06 196.6 Tap Factory Activity Position: 3 Severity: None Size: 6 00:18:51 00:18:51 212.7 Crack Multiple Position: 5 To 7 Severity: None Struct Weight: 3 00:20:00 00:20:00 Distance Fault Observation Time Picture 244.6 Tap Factory Activity Position: 3 Severity: None Size: 6 00:21:27 00:21:27 269.9 Fracture Circumferential Position: 2 To 10 Severity: None Struct Weight: 2 00:23:12 00:23:12 285.4 Deposits Attached Encrustation Position: 1 To 9 Severity: None Percent: 20 Remarks: CONCRETE Maint Weight: 3 00:24:44 00:24:44 Distance Fault Observation Time Picture 286.1 Access Point Manhole Severity: None Remarks: 105703 00:25:15 00:25:15 Project: CMSD-SO COAST PLZA Severity Date: 12/6/2024 1:11:00 AM Pipe Segment Reference: Street: E/O NORDSTROM Upstream MH: 105703 Length Surveyed: 286.1 Downstream MH: 105694 Run Number:Direction of Survey: Upstream Height (Diameter): 10 Material: Vitrified Clay Pipe ID Number: 105694 (0.0) AMH - Access Point Manhole Remark: 105694 (0.0) MWL - Miscellaneous Water Level (1.5) FC - Fracture Circumferential - Position: 12 To 12 (29.8) JOMD - Joint Offset Medium Defective (38.1) TBA - Tap Break-in Activity - Position: 3 (47.9) TFC - Tap Factory Capped - Position: 2 (81.3) RPP - Point Repair Patch - Position: 12 To 12 - Cont Def: S01 Remark: CIPP (85.4) RPP - Point Repair Patch - Position: 12 To 12 - Cont Def: F01 Remark: CIPP (100.6) TFC - Tap Factory Capped - Position: 2 (131.4) FC - Fracture Circumferential - Position: 2 To 7 (140.1) CC - Crack Circumferential - Position: 7 To 5 (141.1) CC - Crack Circumferential - Position: 12 To 12 (141.8) CL - Crack Longitudinal - Position: 6 (143.7) TFC - Tap Factory Capped - Position: 3 (183.7) CC - Crack Circumferential - Position: 7 To 5 (196.6) TFA - Tap Factory Activity - Position: 3 (212.7) CM - Crack Multiple - Position: 5 To 7 (244.6) TFA - Tap Factory Activity - Position: 3 (269.9) FC - Fracture Circumferential - Position: 2 To 10 (285.4) DAE - Deposits Attached Encrustation - Position: 1 To 9 Remark: CONCRETE (286.1) AMH - Access Point Manhole Remark: 105703 Total Distance: 286.1 ID Number: 105703 Nassco C.C.T.V. Defect Code Information Grade Structural O&M Overall 5 0 0 0 4 0 0 0 3 6 3 9 2 8 0 8 1 3 0 3 Overall 17 3 20 Number of Defects 9 1 10 Pipe Rating 3224 3100 3324 Pipe Ratings Index 1.9 3 2 Nassco C.C.T.V. Defect Code Information Distance Video Ref Code Cont Defect Value Joint Circumferential Location Dimension %At / From To 1st 2nd 0 00:00:43 43 AMH - Access Point Manhole 105694 0 00:02:21 141 MWL - Miscellaneous Water Level 10 1.5 00:02:42 162 FC - Fracture Circumferential 12 12 29.8 00:04:47 287 JOMD - Joint Offset Medium Defective 38.1 00:05:42 342 TBA - Tap Break-in Activity 8 3 47.9 00:06:17 377 TFC - Tap Factory Capped 6 2 81.3 00:08:27 507 RPP - Point Repair Patch S01 12 12 CIPP 85.4 00:09:35 575 RPP - Point Repair Patch F01 12 12 CIPP 100.6 00:10:19 619 TFC - Tap Factory Capped 6 2 131.4 00:12:08 728 FC - Fracture Circumferential X 2 7 140.1 00:13:38 818 CC - Crack Circumferential 7 5 141.1 00:14:52 892 CC - Crack Circumferential 12 12 141.8 00:15:22 922 CL - Crack Longitudinal X 6 143.7 00:15:48 948 TFC - Tap Factory Capped 6 3 183.7 00:18:06 1086 CC - Crack Circumferential 7 5 196.6 00:18:51 1131 TFA - Tap Factory Activity 6 3 212.7 00:20:00 1200 CM - Crack Multiple 5 7 244.6 00:21:27 1287 TFA - Tap Factory Activity 6 3 269.9 00:23:12 1392 FC - Fracture Circumferential 2 10 285.4 00:24:44 1484 DAE - Deposits Attached Encrustation 20 1 9 CONCRETE 286.1 00:25:15 1515 AMH - Access Point Manhole 105703 CMSD Project No. 350 Standard Specification 1 of 8 STANDARD SPECIFICATIONS Except as hereinafter provided, the provisions of the latest edition of the "Standard Specifications for Public Works Construction" (Green Book) and all amendments thereto, adopted by the Joint Cooperative Committee of Southern California Chapter, American Public Works Association; hereinafter referred to as Standard Specifications, are adopted as the "Standard Specifications" of the Costa Mesa Sanitary District and shall be considered as a part of these specifications. Also, a part of these specifications are the Costa Mesa Sanitary District's Standard Plans and Specifications for the Construction of Sanitary Sewers. The following additions are made to the "Standard Specifications". If there is a conflict between the Standard Specifications and these additions, these additions shall have first precedence. 1-2 DEFINITIONS (a) AGENCY The Costa Mesa Sanitary District, also hereinafter called "DISTRICT". (b) BOARD The Board of Directors of the Costa Mesa Sanitary District. (c) CONTRACT Documents including but not limited to the Proposal, Standard Specifications, General Provisions, Special Provisions, Plans, Bonds, Insurance, Contract Agreement and all Addenda setting forth any modifications of the document. (d)ENGINEER District Engineer of the Costa Mesa Sanitary District. (e) BIDDER Any individual, co-partnership, association or corporation submitting a proposal for the work contemplated acting directly or through a duly authorized representative. (f) LEGAL ADDRESS The legal address of the Contractor shall be the address of contractor given on the Contractor's bid and is hereby designated as the place to which all notices, letters or other communications to the Contractor shall be mailed or delivered. (g) LABORATORY An established laboratory approved and authorized by the Engineer for testing materials and work involved in the contract. (h) STATE Chapter 3, Part 5, Division 3, Title 2 of the CONTRACT Government Code. The provisions of this ACT and other applicable laws form and constitute a part of the provisions of this contract to the same extent as if set forth herein, in full. 2-1 AWARD AND EXECUTION OF CONTRACT The award of the contract, if awarded, will be to the lowest responsible bidder whose proposal complies with all requirements of the notice inviting bids. The DISTRICT, however, reserves the right to reject any or all bids, and to waive any informality in the bids received. The award, if made, will be made within 30 days after the opening of the bids. PROCEDURE FOR PROPOSAL SUBMITTAL Proposal shall be made and submitted on the Proposal Forms in accordance with the Notice Inviting Bids. No person, firm, or corporation shall be allowed to make, file, or be interested in, more than one bid for the same work, unless alternate bids are called for. A person, firm, or corporation, who has submitted a sub-proposal to a bidder, or who has quoted prices on materials to a bidder, is not hereby disqualified from submitting a sub-proposal or quoting prices to other bidders. If, on the opening of bids, ATTACHMENT 3 CMSD Project No. 350 Standard Specification 2 of 8 more than one bid appears in which the same person, firm, or corporation, is interested as a principal, all such bids shall be rejected. Proposals with interlineations, alterations, or erasures, shall be initiated by the bidder's authorized agent. Alternative proposals, special conditions, or other limitations or provisions affecting the bid, except as such called for by the contract documents, will render the bid informal and may cause its rejection. All proposals must give the prices bid for the various items of work and must be signed by the bidder, who shall give his address. Each bid shall have thereon the affidavit of the bidder that such bid is genuine and not sham or collusive or made in the interest or behalf of any other person not therein named and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any person, firm or corporation to refrain from bidding and that the bidder has not in any manner sought by collusion to secure himself an advantage over any other bidder. REQUEST FOR INTERPRETATION If any person contemplating submitting a bid is in doubt as to the true meaning of any part of the plans, specifications, or other proposed contract documents, or finds discrepancies in, or omissions from the drawings or specifications, he may request the Engineer, in writing, for an interpretation or correction thereof. The person submitting such a request shall be responsible for its prompt delivery. All such interpretations of the contract documents will be made only by Addenda duly issued and a copy of each such Addendum will be mailed or delivered to each person receiving a set of contract documents at his last address of record. The DISTRICT will not be responsible for any other explanations or interpretations of the contract documents. RETURN OF BID SECURITY Any bidder may withdraw his bid, either personally, or by telegraphic or written request, at any time prior to the scheduled closing time for the receipt of bids. It is the sole responsibility of the bidder to see that any such telegraphic or written request is delivered to the District Clerk prior to said closing time. Bid security of such bidders will be returned promptly to the bidder. The bid security of the three lowest bidders will be retained until the contract is awarded, entered into and executed with the bidder of accepted bid, after which those will be returned to the respective bidders with whose proposal they accompanied. The bid security of all other bidders will be returned after the canvass of bids. The bid security of the bidder of the accepted bid will be held by the DISTRICT until the contract has been entered into, and the bonds accompanying the same are approved and filed, whereupon the said bid security will be returned to the bidder. If the bidder fails or refuses to enter into a contract to do the work, the bid security shall be forfeited to the DISTRICT and shall be collected and paid to the General Fund of the District. LICENSE REQUIRED Contractor shall have a Class A or C34 license to perform this work. "OR EQUAL" PROVISION When otherwise specified, any product called for on these Specifications may be substituted using the process described in Public Contract Code Section 3400. EXECUTION OF CONTRACT The contract shall be signed by the successful bidder and returned to the DISTRICT, together with the contract bonds as specified in Section 2-4 of the Standard Specifications and as amended below and any changes or additions made thereto in these specifications within 10 days after receipt of written notice of award of contract. The form of contract agreement to be executed by the Contractor will be supplied by the Counsel for the DISTRICT. No proposal shall be considered binding upon the DISTRICT until the execution of the contract by the DISTRICT. CMSD Project No. 350 Standard Specification 3 of 8 ASSIGNMENT OF CLAYTON ACT AND CARTWRIGHT ACT CLAIMS In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgement by the parties. MINED CONSTRUCTION MATERIAL CONTRACTOR warrants that it will not purchase mined construction material for PROJECT except from a mining operation that is currently identified in the list published pursuant to subdivision (b) of Section 2717 of the Public Resources Code. 2-3.1 SUBCONTRACTS: GENERAL The Engineer, as duly authorized officer may consent to Subcontractor substitution requested by the Contractor subject to the limitations and notices prescribed in Section 4107 of the Public Contract Code. 2-4 CONTRACT BONDS The "Faithful Performance Bond" and the "Labor and Material Bond" shall both be one hundred percent (100%) of the contract price and shall be furnished on the DISTRICT's standard forms. The Faithful Performance Bond shall be held for one year from the date the Notice of Completion is recorded. Sureties providing performance bonds for Contractors must be licensed or agree to employ a licensed Contractor, with a Class A or other applicable specialty contractor's license from the State of California. 2-5 PLANS AND SPECIFICATIONS Engineer will provide the Contractor, free of charge, copies of plans and specifications that are reasonably necessary for the execution of work. Contractor shall, at his own expense, obtain copies of Standard Specifications and Standard Plans and Specifications of the State of California, for his general use. If after award of contract, should it appear that the work to be done, or any matter relative thereto, is not sufficiently detailed or explained in the specifications and plans, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform to such explanation or interpretation as part of the contract. All scaled dimensions are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform the Engineer or his representative of any discrepancies. CMSD Project No. 350 Standard Specification 4 of 8 2-9.1 PERMANENT SURVEY MARKERS Unless otherwise provided in the Special Provisions, the Contractor shall be responsible for protecting all existing horizontal and vertical survey controls, monuments, ties and benchmarks located within the limits of the work. If any of the above require removal, relocating or resetting, the Contractor shall, prior to any construction work and under the supervision of a California-licensed Land Surveyor or Civil Engineer, establish sufficient temporary ties and benchmarks to enable the points to be reset after completion of construction. Any ties, monuments and benchmarks disturbed during construction shall be reset to local agency standards after construction and the tie notes submitted to the appropriate governing agency on 8-1/2" X 11" loose leaf paper. The Contractor and his sureties shall be liable for, at his own expense, any resurvey required due to his negligence in protecting existing ties, monuments, benchmarks or any such horizontal and vertical controls. Unless a separate bid item is provided, full compensation for conforming to the requirements of this sub-section shall be considered as included in the contract bid price paid for various other items of work and no additional compensation will be allowed. 2-11 INSPECTION The Contractor shall give at least 48 hours advance notice of time when he or his Subcontractor will start or resume the various units of operations of the work as per the contract or resume the said units or operations when they have been suspended as per the contract. The above notice is to be given during working hours, exclusive of Saturday, Sunday or holidays for the purpose of permitting the Engineer to make necessary assignments of his representative or inspector on the work. Any work performed in conflict with said notice without the presence or approval of the inspector, or work covered up without notice, approval or consent may be rejected or ordered to be uncovered for examination at Contractor's expense, and shall be removed at Contractor's expense, if so ordered by the Engineer or inspector on the work. Any unauthorized or defective work, defective material or workmanship or any unfaithful or imperfect work that may be discovered before the final payment or final acceptance of work or exoneration of bonds shall be corrected immediately without extra charge even though it may have been overlooked in previous inspections and estimates or may have been caused due to failure to inspect the work. All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made on any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer in writing. Deviations from the approved plans, as may be required by the exigencies of constructions will be determined in all cases by the Engineer and authorized in writing. All instructions, rulings and decisions of the Engineer shall be in writing and shall be final and binding on all parties unless formal protest is made in writing, as provided in the following paragraph, and as provided in Section 1670 of the Civil Code. If the Contractor considers any work demanded of him to be outside the requirements of the contract, or if he considers any instruction, ruling or decision of the Inspector or Engineer to be unfair, he shall within 10 days after any such demand is made, or instruction, ruling or decision is given, file a written protest with the Engineer stating clearly and in detail his objections and reasons therefore. Except for such protests and objections as are made of record, in the manner and within the time above stated, the Contractor shall be deemed to have waived and does hereby waive all claims for extra work, damages and extensions of time on account of demands, instructions, rulings and decisions of the Engineer. Upon receipt of any such protest from the Contractor, the Engineer shall review the demand, instruction, ruling or decision objected to and shall promptly advise the Contractor, in writing, of his final decision, which shall be binding on all parties, unless with the 10 days thereafter the Contractor shall file with the Board of CMSD Project No. 350 Standard Specification 5 of 8 Directors a formal protest against said decision of the Engineer. The Board of Directors shall consider and render a final decision on any such protest within 30 days of receipt of same. 3-1.1 CHANGES REQUESTED BY THE CONTRACTOR: GENERAL Engineer shall be the duly authorized officer to grant the changes prescribed in this section. 3-3.1 EXTRA WORK: GENERAL The extra work as defined in this section of Standard Specifications and any work done beyond the lines and grades shown on the plans shall only be performed when ordered in writing by the Engineer. In absence of such written order any such work shall be considered unauthorized and will not be paid for. Work so done may be ordered removed at the Contractor's expense. 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Prior to the commencement of construction, arrangements will be made for a meeting between the Contractor and the Engineer. The purpose of this meeting is to coordinate the activities of the Contractor within the limits of this contract, review scheduling, discuss construction methods and clarify inspection procedures. The Contractor will be required to submit for approval by the Engineer, a complete schedule showing the number of working days required to complete the project. 6-6.2 EXTENSIONS OF TIME In the event the work called for under the contract is not finished and completed in all parts and requirements within the time specified, the Board of Directors shall have the right to increase the number of working days for completion or not, as may seem best to serve the interest of the DISTRICT. Except for the delays beyond Contractor's control as described in Sections 5-5 and 6-6.1, the DISTRICT shall have the right to charge the Contractor, his heirs, assigns, or sureties and to deduct from the final payment for the work, all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendent and other overhead expenses which are directly chargeable to the Contractor and which accrued during the period of such extensions except that the cost of the final services and preparation of the final estimates shall not be included in such charges. In addition to the above charges, Contractor shall pay to the DISTRICT liquidated damages as specified in Section 6-9 for such delays. No extension of time for the completion of the work called for under the contract shall be allowed unless at least 20 days prior the time fixed for the completion thereof, or the time fixed by the Board of Directors or its designee for such completion as extended, Contractor shall have filed application for extension thereof, in writing, with the Engineer addressed to the Board of Directors or its designee. In this connection it is understood that the Engineer shall not transmit any such request to the Board or its designee if not filed within the time herein prescribed. 7-2 LABOR The Contractor shall comply with the provisions of Section 1770 to 1780, inclusive, of the California Labor Code, the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations, State of California, which are filed with the Assistant Secretary of said DISTRICT and shall forfeit penalties prescribed therefore for noncompliance of said Code. Travel and subsistence payments shall be paid in accordance with Labor Code 1773.8 as defined in applicable collective bargaining agreements. In order to verify the compliance of said code, Contractor may be required by the DISTRICT, from time to time, to furnish weekly, for the duration of the contract period, copies of his payroll statements showing wages paid each employee during the preceding week and the employee work classification to the Engineer for checking. Using Form DH-H-347, Payroll Statement of Compliance is an acceptable method of fulfilling the above requirement. CMSD Project No. 350 Standard Specification 6 of 8 APPRENTICES Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any Subcontractor under him. The Contractor and any Subcon- tractors under him shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, Ex-Officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7-3 LIABILITY INSURANCE The Contractor shall not commence work under his contract until he has obtained all insurance required under this heading in a company acceptable to the DISTRICT, nor shall the Contractor allow any Subcontractor to commence work on his sub-contract until all insurance required of the Subcontractor has been obtained. The Contractor shall take out and maintain at all times during the life of the contract the following policies of insurance. a. Workman's compensation insurance to cover his employees as required by the Labor Code of the State of California, and the Contractor shall require all subcontractors similarly to provide such compensation insurance for all of the latter's employees. b. Public liability and property damage insurance on account of bodily injuries, including death resulting therefrom in the sum of $5,000,000. combined, single limit for any one accident which may arise from the operations of the Contractor in performing the work provided for herein. Each of the policies of insurance provided for shall contain a clause substantially in the following words: It is hereby understood and agreed that this policy may not be cancelled, nor the amount of coverage thereof be reduced until ten days after receipt by the Engineer of a written notice of such cancellation or reduction in coverage, as evidenced by receipt of a registered letter. The insurance required to be provided herein shall be provided by a domestic carrier authorized to, and doing business in, the State of California and rated A+ XI by Best Key Rating Guides--Property-Casualty and admitted for coverage in the State of California Insurance Guarantee Fund. The Contractor shall, at the time of the execution of the contract, present the original policies of insurance required herein, or present a certificate of insurance showing the issuance of such insurance. Contractor shall also provide an endorsement naming the DISTRICT as an additional insured. 7-5 PERMITS Except as otherwise specified in the Special Provisions, the Contractor shall procure all permits and licenses, pay all charges, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. These permits and licenses shall be obtained in sufficient time to prevent delays to the work. In the event that the agency has obtained permits, licenses or other authorization, applicable to the work, the Contractor shall comply with the provisions of said permits, licenses and other authorizations. In the case the agency does procure any permits, it is understood that the agency is acting as an authorized agent for the contractor, and that the Contractor shall be solely responsible for all work performed under the permit. CMSD Project No. 350 Standard Specification 7 of 8 7-6 THE CONTRACTOR'S REPRESENTATIVE Contractor shall also file with the Engineer the addresses and telephone numbers where he or his designated representative may be reached during hours when the work is not in progress. instructions and information given by the Engineer to the Contractor's authorized representative or at the address or telephone numbers filed in accordance with this section shall be considered as having been given to the Contractor. 7-8.1 CLEANUP AND DUST CONTROL All surplus materials shall be removed from the site of the work daily after completion of the work causing the surplus materials. Unless the construction dictates otherwise, and unless otherwise approved by the Engineer, Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day to keep paved areas acceptably clean whenever construction, including restoration, is incomplete. Failure of the Contractor to comply with the Engineer's dust control orders may result in an order to suspend work until the condition is corrected; and after filing notice to the Contractor, the Engineer may order this accomplished by others. All costs thus incurred shall be deducted from the amount to be paid to the Contrac- tor. No additional compensation will be allowed as a result of such suspension. No separate payment will be made for any work performed, of material used, to control dust resulting from the Contractor's performance on the work, or by public traffic, either inside or outside the right of way. Full compensations for such dust control will be considered as included in the prices paid for the various items or work involved. 7-8.5 TEMPORARY LIGHT, POWER AND WATER The Contractor shall provide for his employees and adequate supply of clean potable drinking water, which shall be dispensed through approved sanitary facilities. 7-10 PUBLIC CONVENIENCE AND SAFETY The Contractor shall abide by the following publications which are hereby made a part of these specifications: a. The Work Area Traffic Control Handbook (WATCH). b. The Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways. c. State Labor Code Sections 6704, 6706 and 6707. d. The Construction Safety Orders (CAL/OSHA). e. The General Industry Safety Orders (CAL/OSHA). f. Standard Specifications for Public Works Construction (The Green Book) 7-13 LAWS TO BE OBSERVED The Contractor shall protect and indemnify the DISTRICT, the Board of Directors, the Engineer, and all of its or their officers, agents and servants against any claim or liability arising from or based on the violation of any existing or future State, Federal and Local laws, ordinances, regulations, orders or decrees, whether by himself or his employees. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications or contract for the work in relation to any such law, ordinance, regulation, order or decree, the Contractor shall forthwith report the same to the Engineer in writing. CMSD Project No. 350 Standard Specification 8 of 8 9-3.1 PAYMENT: GENERAL Contractor is reminded that the unit and lump sum prices shown in the proposal shall be full compensation for the items of work described in the proposal including all incidental, appurtenant, or related work and materials, whether or not mentioned or specified, required to deliver the final product shown on the plans. Contractor shall have examined the contract documents and site and shall include in his bid furnishing all materials, labor, equipment, tools, incidental, appurtenant, or related work to complete the job in order that no separate work or compensation is needed to complete the work. 9-3.2 PARTIAL AND FINAL PAYMENT The lead time for processing invoices for the monthly progress payment approved by the Engineer for inclusion on the warrant list of the DISTRICT is governed by the rules and regulations established by the Board of Directors. Invoices for monthly payments shall be submitted to the Engineer no later than the 25th of each month. After completion of the contract, the Board shall, upon recommendation of the Engineer, accept the work as complete and authorize the final payment. The amount retained and deducted by the DISTRICT shall be 5% of the progress estimates for all progress payments. The final payment of the retention amount to the Contractor shall be made 35 days from the date of the recording of the Notice of Completion of the work after it is accepted by the Board of Directors and shall be made on duly certified voucher therefore. It is mutually agreed among the parties to the contract that no certificate given or payment made under the contract, except the final certificate of final payment, shall be conclusive evidence of full or substantial performance of this contract; and no payment shall be construed to be an acceptance of any defective work or improper material. The acceptance of final payment by the Contractor shall release the DISTRICT, the Board of Directors and the Engineer from any and all claims or liabilities on account of work performed by the Contractor under the contract or any alterations thereof. 9-3.3 DELIVERED MATERIALS Materials delivered, but not in place, will not be classified as work done, except as otherwise provided in these specifications. NASSCO, Inc. 5285 Westview Dr, Suite 202 Frederick, MD 21703 CURED-IN-PLACE PIPE (CIPP) INSTALLATION PERFORMANCE SPECIFICATION GUIDELINE (PSG) March 2021 2020 Edition NASSCO Pipe Rehab Committee (Supersedes all previous editions of this document) © 2021 NASSCO, Inc. Nassco.org Attachment 4 Disclaimer These Specifications were prepared by a Committee comprised of representatives of NASSCO members and peer-reviewed by industry professionals. These Specifications are not specific to any one product, project, or job site, and should be considered a guideline only. Conditions for use may require additions, deletions or amendments to these guidelines so as to conform to project-specific site conditions and to comply with applicable laws, regulations, and ordinances. NASSCO does not guarantee, certify or assure any result and assumes no liability as to content, use and application of these guidelines EFECTIVE SPECIFICATIONS Effective specifications should encourage the most innovative, efficient and experienced Contractor to provide the level of quality required by the Owner at the best and lowest competitive price. The specification should not strive to encourage the Contractor to seek the cheapest approach and product delivery available to provide the lowest price. Effective specifications include the following, which are critical for project success: 1.Product selection for the best solution. 2.Definition of project goals and requirements, both short and long term. 3.Construction means and methods as defined, in writing, by the Contractor. 4.Product provided and installed as specified by the product manufacturer. 5.Product quality and quantity confirmed through inspection and testing. 6.Product design and service life verified through warranty inspection. Index PART 1 GENERAL ........................................................................................................................ 1 1.1 DESCRIPTION OF WORK AND PRODUCT DELIVERY .................................................. 1 1.2 REFERENCES ................................................................................................................. 3 1.3 PERFORMANCE WORK STATEMENT (PWS) SUBMITTAL ........................................... 4 1.4 PRODUCT SUBMITTALS................................................................................................. 6 1.5 SAFETY ........................................................................................................................... 7 1.6 QUALITY CONTROL PLAN (QCP) ................................................................................... 8 1.7 CIPP REPAIR/REPLACEMENT ....................................................................................... 9 1.8 AS-BUILT DRAWINGS/RECORDS .................................................................................. 9 1.9 WARRRANTY ................................................................................................................ 10 PART 2 PRODUCTS ................................................................................................................... 11 2.1 MATERIALS ................................................................................................................... 11 2.2 FABRIC TUBE ................................................................................................................ 11 2.3 RESIN ............................................................................................................................ 13 2.4 STRUCTURAL REQUIREMENTS .................................................................................. 14 2.5 MINIMUM PHYSICAL PROPERTIES ............................................................................. 14 PART 3 INSTALLATION ............................................................................................................. 15 3.1 CONSTRUCTION REQUIREMNTS ................................................................................ 15 3.2 INSTALLATION OF CIPP ............................................................................................... 18 3.3 COOL DOWN ................................................................................................................. 19 3.4 FINISH............................................................................................................................ 20 3.5 FLOWABLE FILL OF VOID AREAS ............................................................................... 21 3.6 MANHOLE CONNECTIONS AND RECONNECTIONS OF EXISTING SERVICES ........ 21 3.7 TESTING OF INSTALLED CIPP .................................................................................... 22 3.8 FINAL ACCEPTANCE .................................................................................................... 24 3.9 TYPICAL BID ITEMS ...................................................................................................... 26 1 PART 1 GENERAL A. This performance specification guideline (PSG) includes the minimum requirements for the rehabilitation of sanitary and storm sewer pipelines by the installation of cured- in-place pipe (CIPP) within the existing, deteriorated pipe as shown on the plans included as part of these contract documents. B. The rehabilitation of pipelines shall be done by the installation of a resin-impregnated flexible tube which, when cured, shall be continuous and tight-fitting throughout the entire length of the original pipe. The CIPP shall extend the full length of the original pipe and provide a structurally sound, jointless and water-tight new pipe-within-a-pipe. The Contractor is responsible for proper, accurate and complete installation of the CIPP using the system selected by the Contractor meeting the Owners requirements. C. Neither the CIPP product, system, nor its installation, shall cause adverse effects to any of the Owner’s processes or facilities. The installation pressure for the product shall not damage the system in any way, and the use of the product shall not result in the formation or production of any detrimental compounds or by-products at the wastewater treatment plant. The Contractor shall notify the Owner and identify any by-products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements. The Contractor shall cleanup, restore existing surface conditions and structures, and repair any of the CIPP system determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses and property owners or tenants and to provide an environmentally safe restored jobsite. D. The prices submitted by the Contractor, shall include all costs of permits, labor, equipment and materials for the various bid items necessary for furnishing and installing, complete in place, CIPP in accordance with these specifications. All items of work not specifically mentioned herein which are required, by the Contractor, to make the product perform as intended and deliver the final product as specified herein shall be included in the respective lump sum and unit prices bid. 1.1 DESCRIPTION OF WORK AND PRODUCT DELIVERY A. This PSG covers all work necessary to furnish and install the CIPP. The Contractor shall provide all materials, labor, equipment, and services necessary for traffic control This performance specification guideline (PSG) is for the rehabilitation of gravity sewers, either sanitary or storm, by the installation of cured-in-place-pipe (CIPP). The specifications must include a detailed description of the work required including all products that are to be included in the installation, and what is to be delivered by the Contractor. 2 (if required), bypass pumping and/or diversion of flows, cleaning, measurement and television inspection of sewers to be rehabilitated, CIPP installation, reconnection of service connections, all quality controls, provide samples for performance of required material tests, final television inspection, testing of the rehabilitated pipe system, warranty work and other work, all as specified herein. B. The product furnished shall be a complete CIPP system including specific materials, applicable equipment and installation procedures. If prequalification is required, the CIPP system manufacturer may submit appropriate data/information to the Owner. All other CIPP systems or multi-component products will be required to meet the submittal requirements as contained herein. C. The CIPP shall be continuous and jointless from manhole to manhole or access point to access point and shall be free of all defects that will affect the long-term life and operation of the pipe. D. The CIPP shall not leak at the manholes or through the wall of the installed pipe. E. The CIPP shall be designed for a life of 50 years or greater and an equal service life unless specifically specified otherwise by the Owner. F. The CIPP may be designed for partially deteriorated conditions to resist external groundwater pressures only or for fully deteriorated conditions for a structural stand- alone pipe. G. The installed CIPP shall comply with the chemical resistance requirements of ASTM F1216 or ASTM D5813. H. All existing and confirmed active service connections and any other service laterals to be reinstated, as directed by the Owner, shall be re-opened robotically or by hand in the case of person-entry size piping, to their original shape and to 90% - 95% of their original area. All over-cut or under-cut service connections shall be properly repaired to meet the requirements of these specifications. I. All materials furnished, as part of this contract shall be marked with detailed product information, stored in a manner specified by the manufacturer and tested to the requirement of this contract. J. Testing and warranty inspections shall be executed by the Owner. Any defects found shall be repaired or replaced by the Contractor. If the host pipe is in groundwater, the use of end seals, if specified, shall be included to prevent infiltration tracking between the host pipe and CIPP. 3 K. The Contractor shall furnish, from the project installation, all samples, marked with chain of custody information such as project name, section, date, diameter and thickness, etc., for product testing at the request of the Owner. The Owner shall take possession of the samples for testing and shall maintain the chain of custody, deliver the samples to an approved laboratory and pay for all material and product testing performed under this contract. 1.2 REFERENCES A. The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the requirements of these specifications shall apply. All references to codes and standards shall be to the latest revised version. • ASTM - F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube • ASTM - F1743-17 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP) • ASTM - D543 Standard and Practice for Evaluating the Resistance of Plastics to Chemical Reagents • ASTM - D638 Standard Test Method for Tensile Properties of Plastics • ASTM - D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials • ASTM - D792 Standard Test Methods for Density and Specific Gravity of Plastics by Displacement. • ASTM - F2019-20 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic Cured-in-Place (GRP-CIPP) Using the UIV-Light Curing Method • ASTM F2561 Standard Practice for Rehabilitation of a Sewer Service Lateral and Its Connection to the Main Using a One-Piece Main and Lateral Cured-in-Place Liner • ASTM - D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics • ASTM - D3567 Standard Practice for Determining Dimensions of Fiberglass (Glass- Fiber-Reinforced Thermosetting Resin) Pipe and Fittings • ASTM - D3681 Standard Test Method for Chemical Resistance of “Fiberglass (Glass Fiber Reinforced Thermosetting Resin) Pipe in a Deflected Condition All applicable reference documents should be listed in this section. If a document does not apply, is not pertinent or has unknown content, it should not be included. Specific reference document requirements should be defined in the contract documents or by reference to a specific section of the document. Specific Contractor requirements and/or test procedures contained in the references should be defined in detail in the contract documents. 4 • ASTM - D5813 Standard Specification for Cured-in Place Thermosetting Resin Sewer Pipe 1.3 PERFORMANCE WORK STATEMENT (PWS) SUBMITTAL A. The Contractor shall submit, to the Owner, a Performance Work Statement (PWS) which clearly defines the CIPP product delivery in conformance with the requirements of these contract documents. Unless otherwise directed by the Owner, the PWS shall, at a minimum, contain the following: B. Clearly indicate that the CIPP will conform to the project requirements as outlined in the Description of Work and as delineated in these specifications. C. A detailed product installation plan describing all preparation work, cleaning operations, pre-CCTV inspections, bypass pumping, traffic control, installation procedure, method of curing, service reconnection, quality control, testing to be performed, final CCTV inspection, warrantees furnished and all else necessary and appropriate for a complete CIPP installation. A detailed installation schedule shall be prepared, submitted and conform to the requirements of this contract. D. Contractor’s description of the proposed CIPP technology, including a detailed plan for identifying all active service connections maintaining service, during mainline CIPP installation, to each home connected to the section of pipe being rehabilitated, including temporary service for commercial, industrial and apartment complexes, if required by the contract. E. A description of the CIPP materials to be furnished for the project. Materials shall be fully detailed in the submittals and conform to these specifications and/or shall conform to the pre-approved product submission. F. A statement of the Contractors experience. The Contractor shall have a minimum of three (3) years of cumulative experience installing CIPP in pipe of a similar size, length and configuration as contained in this contract. The lead personnel, including the superintendent, the foreman and the lead crew personnel for the CCTV inspection, resin wet-out, the CIPP installation, curing and the robotic service reconnections each In place of the engineer defining the specific method for product installation, the contractor defines the installation means and methods through a written plan called the Performance Work Statement (PWS). During construction the PWS provides valuable information to the inspector so that the inspector can determine if the submitted means and methods are being followed by the contractor. The PWS also outlines the necessary quality checks to be performed and the installation crew qualifications. 5 must have a minimum of one (1) year of experience with the CIPP technology proposed for this contract and must have demonstrated competency and experience to perform the scope of work contained in this contract. The name and experience of each lead individual performing work on this contract shall be submitted with the PWS. Personnel replaced by the Contractor, on this contract, shall have similar, verifiable experience as the personnel originally submitted for the project G. Engineering design calculations, in accordance with the Appendix of ASTM F1216, or other design protocol as specified by the owner, for each length of CIPP to be installed including the thickness of each proposed CIPP. It will be acceptable for the Contractor to submit a design for the most severe line condition and apply that design to all of the line sections. These calculations shall be performed and certified by a qualified, Professional Engineer. All calculations shall include data that conforms to the requirements of these specifications or has been pre-approved by the Owner. H. Proposed manufacturers technology data shall be submitted for all CIPP products and all associated technologies to be furnished. I. Submittals shall include information on CIPP intended for installation and all tools and equipment required for a complete installation. The PWS shall identify which tools and equipment will be redundant on the job site in the event of equipment breakdown. All equipment to be furnished for the project, including proposed back-up equipment, shall be clearly described. The Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the installation process. If the design calculations include physical properties greater than the minimum properties listed in these specifications, the physical properties included in the design calculations become the minimum acceptable values when testing field samples. Reinstating service laterals is a critical operation for completing small diameter CIPP installations. This specialty type equipment is not readily available for rent from local equipment rental companies. Because of this, often redundant robotic cutters are specified for small diameter projects with service laterals. Non-specialty backup equipment should be identified and reserved by the Contractor (on will call) from local rental companies in the event of equipment failure. 6 J. A detailed description of the Contractor’s proposed procedures for removal of any existing blockages in the pipeline that may be encountered during the cleaning process. K. A detailed public notification plan shall be prepared and submitted including detailed staged notification to residences affected by the CIPP installation. L. An odor control plan shall be submitted, by the Contractor, that will ensure that project specific odors will be minimized at the project site and surrounding area. Part of the plan will include methods for removing odors from resident’s homes, if required M. Compensation for all work required for the submittal of the PWS shall be included in the various pipelining items contained in the Proposal. 1.4 PRODUCT SUBMITTALS A. Fabric Tube – including the manufacturer and description of product components such as felts and reinforcing materials and tube mechanical properties. B. Flexible membrane (coating) material – including materials specific to the proposed curing method and recommended repair (patching) procedure if applicable. Product submittals require the contractor to submit the materials to be incorporated in the installation. This also allows the contractor to submit alternative materials that may be equal or better than those specified. The engineer must be prepared to evaluate alternative materials through evaluation, certifications and third-party testing to validate alternative materials meet the specified requirements of the contract. This section includes a list of significant CIPP products and procedures that should be included in the submittal package. These include the two principal products, the tube and the resin, in addition to handling and storing these items from the manufacturing plant to the wet-out facility. Also included are detailed procedures for wet-out, installation and curing. Proper public notification can prevent many public relations issues during a project. If the residents know that there will be workers and equipment near their homes, that they should not use large volumes of water or that they may smell strange odors, many homeowner concerns and problems can be prevented. A CIPP installation typically includes the use of polyester resins. The resin emits a distinctive odor from the styrene component. To minimize this nuisance odor the contractor should devise an odor control plan that will mitigate the nuisance effect to the general public and residents at the project site during the CIPP installation. 7 C. Raw Resin Data - including the manufacturer and description of product components including the spectroscopic wavelength diagram for the resin being furnished as well as mechanical properties, corrosion data and creep data. D. Manufacturers’ shipping, storage and handling recommendations for all components of the CIPP system. E. Safety Data Sheets (SDS) for all materials to be furnished for the project. F. Tube wet-out & cure method including: 1. A description of the wet-out procedure for the proposed technology. In the case of tubes wet-out by a third party, the wet-out information from the third-party source. 2. The Manufacturer’s recommended cure method for each diameter and thickness of CIPP to be installed. The PWS shall contain a detailed curing procedure outlining the curing medium, the method of application and how the curing temperatures will be monitored. G. Compensation for all work required for the submittal of product data shall be included in the Lump Sum price contained in the Proposal for Mobilization. 1.5 SAFETY A. The Contractor shall conform to all work safety requirements of pertinent regulatory agencies and shall secure the site for the working conditions in compliance with the same. The Contractor shall erect signs and other devices as are necessary for the safety of the work site. B. The Contractor shall perform all of the Work in accordance with applicable OSHA standards. Emphasis shall be placed upon the requirements for entering confined spaces and with the equipment being utilized for pipe renewal. C. The Contractor shall submit a proposed Safety Plan to the Owner prior to beginning any work, identifying all competent persons. The plan shall include a description of a daily safety program for the job site and all emergency procedures to be implemented in the event of a safety incident. The Safety Plan shall include safety recommendations Worker safety should be the number one priority on a job site. No work should start until the Contractor submits a safety plan, and all work should be conducted in accordance with the safety plan. The plan should be sufficiently detailed to describe daily safety meeting requirements, procedures and documentation. Emergency procedures and location of medical facilities should be identified 8 for mitigating styrene emissions on heat-cure CIPP job sites that have a potential to pose health risks to workers. References: TTC’s “Emissions Phase 2 Final Report” and NASSCO’s “Guideline for the Safe Use and Handling of Styrene Based Resins in CIPP”. All work shall be conducted in accordance with the Contractor’s submitted Safety Plan. D. Compensation for work required for the submittal of the Safety Plan shall be included in the various pipelining items contained in the Proposal. 1.6 QUALITY CONTROL PLAN (QCP) A. A detailed quality control plan (QCP) that fully represents and conforms to the requirements of these specifications shall be submitted to the Owner. At a minimum the QCP shall include the following: 1. A detailed discussion of the proposed quality controls to be performed by the Contractor. 2. Defined responsibilities, of the Contractor’s personnel, for assuring that all quality requirements for this contract are met. These shall be assigned by the Contractor to specific personnel. 3. Proposed procedures for quality control, product sampling and testing shall be defined and submitted as part of the plan. 4. Proposed methods for product performance controls, including method of and frequency of product sampling and testing both in raw material form and cured product form. 5. Scheduled performance and product test result reviews between the Contractor and the Owner at a regularly scheduled job meeting. 6. Inspection forms and guidelines for quality control inspections shall be prepared in accordance with the standards specified in this contract and submitted with the QCP. A Quality Control Plan (QCP) should be submitted by the Contractor. The QCP should include a discussion of the proposed quality controls to be performed by the Contractor, including material protection and handling, equipment operation and documentation requirements. The Contractor personnel, including names and cell phone numbers for those that are responsible for assuring that all quality requirements are met, should be identified and submitted. 9 1.7 CIPP REPAIR/REPLACEMENT A. Occasionally installations will result in the need to repair or replace a defective CIPP. The Contractor shall outline specific repair or replacement procedures for potential defects that may occur in the installed CIPP. Repair/replacement procedures shall be as recommended by the CIPP system manufacturer and shall be submitted as part of the PWS. B. Defects in the installed CIPP that will not affect the operation and long-term life of the product shall be identified and defined. C. Repairable defects that may occur in the installed CIPP shall be specifically defined by the Contractor based on manufacturer’s recommendations, including a detailed step-by-step repair procedure, resulting in a finished product meeting the requirements of these contract specifications. D. Unrepairable defects that may occur to the CIPP shall be clearly defined by the Contractor based on the manufacturer’s recommendations, including a recommended procedure for the removal and replacement of the CIPP. 1.8 AS-BUILT DRAWINGS/RECORDS A. As-Built drawings/records, pre & post inspection videotapes, CDs or other electronic media shall be submitted to the Owner, by the Contractor, within 2 weeks of final Two very important aspects of a successful CIPP project are a well written and detailed performance specification and an educated inspector that understands the key aspects of CIPP and the quality control procedures required on a project. The inspector should be trained and knowledgeable in where the product is applicable, technology procedures, material wet-out, curing requirements, acceptability standards and required testing. As part of the PWS, the Contractor should submit repair and replacement procedures for common CIPP defects. Defects should be categorized as those that need no repair, those that can be repaired and those that must be removed and replaced. Defects that affect the operation and/or longevity of the CIPP should be repaired or replaced. As-Built drawings/records include the identification of the work completed by the Contractor and should include the pre- and post-inspection documentation. As- Built drawings /records should be kept current and should be available on the project site at all times. As-Built drawings/records can be in the form of actual drawings, either paper or electronic, spreadsheets or Word documents. 10 acceptance of said work or as specified by the Owner. As-Built drawings/records will include the identification of the work completed by the Contractor and shall be prepared on one set of Contract Drawings/Records provided to the Contractor at the onset of the project. B. As-Built drawings/records shall be kept on the project site at all times, shall include all necessary information as outlined in the PWS or as agreed to by the Owner and the Contractor at the start of the Contract, shall be updated as the work is being completed and shall be clearly legible. C. Compensation for all work required for the submittal and approval of As-Built drawings/records shall be included in the various pipelining items contained in the Proposal. 1.9 WARRRANTY A. The materials used for the project shall be certified by the manufacturer for the specified purpose. The Contractor shall warrant the CIPP material and installation for a period of one (1) year. During the Contractor warranty period, any defect which may materially affect the integrity, strength, function and/or operation of the pipe, shall be repaired at the Contractor’s expense in accordance with procedures included in Section 1.7 CIPP Repair/Replacement and as recommended by the manufacturer. B. On any work completed by the Contractor that is defective and/or has been repaired, the Contractor shall warrant this work for (1) year in addition to the warrantee required by the contract. C. After a pipe section has been rehabilitated and for a period of time up to one (1) year following completion of the project, the Owner may inspect all or portions of the rehabilitated system. The specific locations will be selected at random by the Owner’s inspector and should include all sizes of CIPP from this project. If it is found that any of the CIPP has developed abnormalities since the time of "Post Construction Television Inspection," the abnormalities shall be repaired and/or replaced as defined in Section 1.7 CIPP Repair/Replacement and as recommended by the manufacturer. If, after inspection of a portion of the rehabilitated system under the contract, problems The Contractor should warrant the CIPP material and installation for a period as specified. If required by the Owner, the Contractor should warrant any defective work that has been repaired for an extended period as agreed. After completion of the work but before the warranty period has expired, the owner should inspect a portion of the rehabilitated system. Initial warranty inspection should include up to 15% of the completed work. The warranty inspection should be based on the recommendations documented by the project inspector during the execution of the project. Any defects found should be handled in accordance with the repair/replacement plan submitted in the PWS. Depending on the frequency of defects found, the Owner may inspect more installations, as necessary. 11 are found, the Owner may televise all the CIPP installed on the contract. All verified defects shall be repaired and/or replaced by the Contractor and shall be performed in accordance with Section 1.7 CIPP Repair/Replacement and per the original specifications, all at no additional cost to the Owner. PART 2 PRODUCTS 2.1 MATERIALS A. The CIPP System must meet the chemical resistance requirements of these contract documents. B. All materials shipped to the project site shall be accompanied by test reports certifying that the material conforms to the appropriate ASTM standards listed herein. Materials shall be shipped, stored, and handled in a manner consistent with written recommendations of the CIPP system manufacturer to avoid damage. Damage includes, but is not limited to, gouging, abrasion, flattening, cutting, puncturing or ultra- violet (UV) degradation. On site storage locations shall be approved by the Owner. All damaged materials shall be promptly removed from the project site at the Contractor’s expense and disposed of in accordance with all current applicable agency regulations. 2.2 FABRIC TUBE A. The fabric tube shall consist of one or more layers of absorbent non-woven felt fabric, felt/fiberglass, felt/carbon fiber, carbon fiber or fiberglass and meet the requirements of ASTM F 1216, ASTM F 1743, or ASTM F2019 and ASTM D5813 as applicable The fabric tube shall be capable of absorbing and carrying resins, constructed to withstand The cured CIPP product must meet the chemical resistance requirements specified as referenced in ASTM F1216 or ASTM D5813. The tested product should be of the same type tube and resin used on the project. Chemical resistance testing is a qualification test that is typically completed by the resin manufacturer who then certifies that the product meets the specified requirement. This certification, which can be accompanied by the test report, is submitted by the contractor prior to the start of the project. The fabric tube is the vehicle that carries the resin into the pipeline and holds the resin in place prior to and during cure. The thickness of the fabric tube and installation procedures determine the finished thickness of the CIPP. A properly designed and specified fabric tube is critical to achieving the specified finished CIPP thickness. 12 installation pressures and curing temperatures and have sufficient strength to bridge missing pipe segments and stretch to fit irregular pipe sections. The Contractor shall submit certified information from the felt manufacturer on the nominal void volume in the felt fabric that will be filled with resin. B. The wet-out fabric tube shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. C. The fabric tube shall be manufactured to a size and length that when installed will tightly fit the internal circumference of the original pipe. Allowance shall be made for circumferential stretching during installation. The tube shall be properly sized to the diameter of the existing pipe and the length to be rehabilitated and be able to stretch to fit irregular pipe sections and negotiate bends. The Contractor shall determine the minimum tube length necessary to effectively span the designated run between manholes. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering tube so that the CIPP can be installed in a tight-fitted condition. D. The outside and/or inside layer of the fabric tube (before inversion/pull-in, as applicable) shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate, if applicable, vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wet-out) procedure. E. No material shall be included in the fabric tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the tube fabric and the activated resin containing a colorant, if a colorant is utilized. F. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. The color contrast shall be sufficient to distinguish between the fully resin saturated felt fabric and dry or resin lean areas. G. Seams in the fabric tube, if applicable, shall meet the requirements of ASTM F1743. H. The outside of the fabric tube shall be marked at a maximum of every 5 feet with the name of the manufacturer or CIPP system, manufacturing lot and production footage. I. The minimum length of the fabric tube shall be that deemed necessary by the installer to effectively span the distance from the starting manhole to the terminating manhole 13 or access point, plus that amount required to run-in and run-out for the installation process. J. The nominal fabric tube wall thickness shall be constructed, as a minimum, to a sufficient thickness that exceeds the required design thickness for that section of installed CIPP. Wall thickness transitions may be fabricated into the fabric tube between installation entrance and exit access points. The quantity of resin used in the impregnation shall be sufficient to fill all the felt voids for the nominal felt thickness. 2.3 RESIN A. The resin shall be a corrosion resistant polyester or vinyl ester resin and catalyst system or epoxy and hardener system that, when properly cured within the tube composite, meets the requirements of ASTM F1216, ASTM F1743 or F2019 and ASTM D5813, the physical properties herein, and those which are to be utilized in the design of the CIPP for this project. The resin, specified for the specific application defined in the contract documents, shall produce CIPP which will comply with or exceed the structural and chemical resistance requirements of this specification. B. The resin to tube ratio, by volume, shall be furnished as recommended by the manufacturer. In felt tube CIPP the resin is the structural pipe. In reinforced tube CIPP, the resin is important in providing the structural matrix so that the reinforcing fibers can significantly increase the CIPP’s physical properties. Thus, it is important that the applicable resin for the pipe’s flow characteristics is specified and delivered to the wet-out facility. The project representative should verify that the resin specified or substituted by the Contractor meets the contract specified requirements. The inspector should verify that the specified or approved resin is supplied by the Contractor and correct amount of resin is added to the tube at the wet-out facility. This information can be verified from the spectroscopic wavelength diagram of the resin, the tube wet-out report and standard resin saturation charts furnished from the suppliers of the resin and tube. 14 2.4 STRUCTURAL REQUIREMENTS A. The physical properties and characteristics of the finished CIPP will vary considerably, depending on the types and mixing proportions of the materials used and the degree of cure executed. It shall be the responsibility of the Contractor to control these variables and to provide a CIPP system which meets or exceeds the minimum properties specified herein or as submitted in the PWS. B. The CIPP shall be designed as per ASTM F1216 Appendix X1. The CIPP design shall assume no bonding to the original pipe wall. C. The design engineer shall set the long-term (50 year extrapolated) Creep Retention Factor at 50% of the initial design flexural modulus as determined by ASTM D790 test method. This value shall be used unless the Contractor submits long-term test data (ASTM D2990) to substantiate a higher retention factor. D. The cured pipe material (CIPP) shall, at a minimum, meet or exceed the structural properties, as listed below or as submitted in the PWS. 2.5 MINIMUM PHYSICAL PROPERTIES Property Test Method Cured Composite Per ASTM F1216 Cured Composite Per Design Flexural Modulus of Elasticity (Short-Term) Felt Tubes. Felt/Fiberglass, Fiberglass as recommended by the Manufacturer ASTM D790 250,000 psi Contractor Value Flexural Strength (Short-Term) Felt Tubes. Felt/Fiberglass, Fiberglass as recommended by the Manufacturer ASTM D790 4,500 psi Contractor Value The calculated design thickness typically determines the minimum installed CIPP thickness. However, in small diameter CIPP, such as 8”, the calculated thickness may be quite small depending upon the design loads. The minimum installed CIPP thickness in these cases should consider the minimum thickness required for maintenance activities such as pressure jetting and abrasion and damage from materials and objects in the pipe flow. Also, the risk of leakage through the CIPP wall increases as the wall becomes thinner. Under these circumstances, a minimum wall thickness greater than the calculated design thickness may be prudent. The type of CIPP product, for example felt or glass tube, should be considered. 15 A. The required structural CIPP wall thickness shall be based, as a minimum, on the physical properties of the cured composite and per the design of the Professional Engineer (see section 1.3.G) and in accordance with the design equations contained in Appendix X1 of ASTM F1216, or Appendix X1.1 of ASTM F2019 and the following design parameters: Design Safety Factor 2.0 (1.5 for pipes 36'' or larger, if applicable) Creep Retention Factor 50% or otherwise verified by test data Ovality 2% or as measured by field inspection Constrained Soil Modulus Per AASHTO LRFD Section 12 and AWWA Manual M45 Groundwater Depth As specified or indicated on the Plans Soil Depth (above the crown) As specified or indicated on the Plans Live Load Highway, railroad, airport or permanent structures as applicable Soil Load (assumed) 120 lb./cu. ft. or as specified Minimum Service Life 50 years B. The Contractor shall submit, prior to installation of the lining materials, certification of compliance with these specifications and/or the requirements of the pre-approved CIPP system. Certified material test results shall be included that confirm that all materials conform to these specifications and/or the pre-approved system. Materials not complying with these requirements will be rejected. C. The design soil modulus may be adjusted based on data, determined from detailed project soil testing results, as provided by the Owner in the contract documents. PART 3 INSTALLATION 3.1 CONSTRUCTION REQUIREMNTS A. The wet-out tube shall be constructed of materials and methods that, when installed, shall provide a jointless and continuous structurally sound CIPP able to withstand all The construction requirements cover all on-site activities needed for proper installation of the CIPP product. All of these activities (cleaning, inspection, measurement, bypass, etc.) should have been explained in detail in the PWS submitted by the Contractor. Inspection and testing requirements, during construction, should be clearly defined for the Contractor and the inspector. The Contractor shall keep detailed wet-out and curing logs for inspection by the Owner or Owner’s project representative. 16 imposed static and dynamic loads on a long-term basis as required in the specifications. B. The Contractor may, under the direction of the Owner, utilize any of the existing manholes in the project area as installation access points. If a street must be closed to traffic because of the location of the sewer, the Contractor shall furnish a detailed traffic control plan and all labor and equipment necessary. The plan shall be in conformance with the requirements of the local agency having jurisdiction over traffic control. C. Cleaning of Pipelines – Before ordering tube materials for the project, the Contractor shall remove all internal debris from the pipeline that will interfere with the installation and the final product delivery of the CIPP, as required in these specifications, and accurately measure and document the diameter and length of the existing pipeline to be rehabilitated. Solid debris and deposits shall be removed from the system and disposed of properly by the Contractor. Moving material from manhole section to manhole section shall not be allowed. As applicable, the Contractor shall either plug or install a flow bypass pumping system to properly clean the pipelines. Precaution shall be taken by the Contractor in the use of cleaning equipment to avoid damage to the existing pipe. The repair of any damage, caused by the cleaning equipment, shall be the responsibility of the Contractor. The Owner will designate a site for the disposal of all debris removed from the Owner’s sewer system as a direct result of the cleaning operation. Unless otherwise specified by the Owner, the Contractor shall dispose of all debris at no charge. Should any dumping fees apply, the Contractor shall be compensated at the respective unit price bid in the Proposal for cleaning. D. Bypassing Existing Flows - The Contractor shall provide for the flow of existing mainline and service connection effluent, if applicable, around the section or sections of pipe designated for CIPP installation. With most small diameter pipelines, particularly on terminal sewers, plugging will be adequate but must be monitored on a regular basis to prevent backup of sewage into adjacent homes. Service connection effluent may be plugged, if required, only after proper notification to the affected residence and may not remain plugged overnight. Installation of the CIPP shall not begin until the Contractor has installed the required plugs, or a sewage bypass system and all pumping facilities have been installed and tested under full operating conditions including the bypass of mainline and side sewer flows, if required. Once the installation has begun, existing flows shall be maintained, until the resin/tube composite is fully cured, cooled down, fully televised and the CIPP ends finished. The Contractor shall coordinate sewer bypass and flow interruptions with the Owner at least 7 days in advance. The pump and bypass lines shall be of adequate capacity and size to handle peak flows. The Contractor shall submit a detail of the bypass plan and design to the Owner before proceeding with any CIPP installation. Compensation for bypass pumping and all associated plans and approvals shall be at the price bid in the Proposal. 17 E. Contractor shall perform post-cleaning video inspections of the pipelines. Only PACP certified personnel trained in locating defects, obstacles and service connections by closed circuit television shall perform the inspection. The Contractor shall provide the Owner a copy of the pre-cleaning and post-cleaning video and suitable log, and/or in digital format, for review prior to installation of the CIPP and for later reference by the Owner. F. Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions that will interfere with the installation and long-term performance of the CIPP. If pre-installation inspection reveals an obstruction, misalignment, broken or collapsed section or sag that was not identified as part of the original scope of work and will prohibit proper installation of the CIPP, the Contractor may be directed by the Owner to correct the problem(s) prior to installation by utilizing open cut repair methods. The Contractor shall be compensated for this work under a contingency pay item designated for open cut point repairs. Removal of any previously unknown obstructions shall be considered as a changed condition. The cost of removal of obstructions that appeared on pre-bid video documentation and made available to the Contractor, prior to the bid opening, shall be compensated for on a unit price basis in accordance with the contract documents. G. The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing the CIPP. If required in the contract documents, each connection will be dye tested to determine whether or not the connection is live or abandoned. Other approved methods to confirm live connections are acceptable. The cost for dye testing of existing service connections shall be compensated at the unit price bid in the Proposal for Dye Testing of Existing Service Connections. In the event the status of a service connection cannot be adequately defined, the Owner will make the final decision, prior to installation of the CIPP, as to the status. Typically, only service connections deemed “active” shall be reopened by the Contractor. H. The Contractor shall be allowed use water from an owner-approved fire hydrant in the project vicinity. Use of an approved double check backflow assembly shall be required. Contractor shall provide his own approved assembly. Contractor shall pay current market price for all water usage. 18 3.2 INSTALLATION OF CIPP A. The CIPP shall be installed and cured in the host pipe per the manufacturer’s specifications as described and submitted in the PWS. B. CIPP installation shall be in accordance with the applicable ASTM standards as modified in this section 3.2. C. If significant groundwater infiltration is present in the existing sewer, such as PACP infiltration gusher or multiple runners, , the Contractor shall install a pre-liner tube or perform chemical grouting to control resin loss and contamination, maintain CIPP thickness, prevent physical property reduction and prevent inadequate curing of the CIPP resulting from water or other contamination of the resin during installation. The pre-liner tube shall be a plastic tube to fit the existing pipeline and shall be continuous from manhole (access) to manhole (access). Pre-liners are not required in this situation when using pulled-in tubes with exterior coatings or in the case of UV or LED wet-out tubes that contain an inner and outer foil material. D. The wet-out tube shall be positioned in the pipeline using the method specified by the manufacturer. Care should be exercised not to damage the tube as a result of installation. The wet-out tube should be pulled-in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. E. Prior to installation and as recommended by the manufacturer, remote temperature gauges or sensors shall be placed inside the host pipe to monitor the temperatures during the cure cycle. CIPP and/or host pipe interface temperature shall be monitored and logged during cure. F. To monitor the temperature of the CIPP wall and to verify correct curing, where specified by the contract documents, temperature monitors can be placed between the host pipe and the CIPP in the bottom of the host pipe (invert) at manholes or access points and/or throughout its entire length (continuous) to monitor the temperature on the outside of the CIPP during the curing process. It is important that the CIPP be installed in accordance with the manufacturer’s recommendations. These procedures should have been outlined in detail in the PWS submitted by the Contractor. Recommended procedures that should be monitored include: Installation speed and pressure, the cure schedule and curing temperature monitoring must be maintained and documented, as recommended by the manufacturer. Chemical grouting should be utilized, or a pre-liner should be installed, where the infiltration into the pipeline is excessive and may affect the cure and/or the final structure of the CIPP unless the tube has an outer coating or film. 19 G. Curing shall be accomplished by utilizing the appropriate medium or ultraviolet or LED light in accordance with the manufacturer’s recommended cure procedure and/or schedule. The curing source or in and output temperatures shall be monitored and logged during the cure cycles, if applicable. The manufacturer’s recommended cure method & schedule shall be used for each line segment installed, and the CIPP wall thickness and the existing ground conditions with regard to temperature, moisture level, and thermal conductivity of soil shall be taken into account by the Contractor. H. For heat cured CIPP, if any temperature sensor, or continuous sensor location does not reach the temperature as specified by the manufacturer to achieve proper curing or cooling, the installer can make necessary adjustments to comply with the manufacturer’s recommendations. For continuous temperature monitoring, the system computer should have an output report that specifically identifies stations along the length of pipe, indicates the maximum temperature achieved and the sustained temperature time at the stations. At each station along the length of the pipe, the computer should record both the maximum temperature and the minimum cool down temperature and comply with the manufacturer’s recommendations. I. For UV or LED Cured CIPP, light train sensor readings shall provide output documenting the cure along the entire length of the installed CIPP. The cure procedure shall be in accordance with the manufacturer’s recommendation as included in the PWS submission by the Contractor. 3.3 COOL DOWN A. The Contractor shall cool the CIPP in accordance with the approved CIPP manufacturer’s recommendations as described and outlined in the PWS. Monitoring curing temperatures is important for verifying the correct cure of the resin. Temperatures can be monitored continuously in time and location throughout the pipeline being rehabilitated by using a fiber optic cable sensing system installed in the pipe invert prior to CIPP installation. Continuous monitoring systems are computer controlled with a real-time screen display and can be monitored by any smart device. This is especially useful for critical sewers and medium to large diameter sewers. As a minimum, standard thermocouples, which measure temperatures at one point, should be used, typically at the pipe invert in the termination manhole. Often thermocouples are used in addition to continuous monitoring systems to verify proper cure of the CIPP Proper cool down of CIPP is important to help minimize CIPP shrinkage and cracking. The temperature profile and times required should be provided as a part of the cure schedule. Short cuts that reduce the cool down time should not be allowed. 20 B. Temperatures and curing data shall be monitored and recorded by the Contractor throughout the installation process to ensure that each phase of the process is achieved as approved in accordance with the CIPP system manufacturer’s recommendations. 3.4 FINISH A. The installed CIPP shall be continuous over the entire length of a sewer line section and be free from visual defects such as foreign inclusions, dry spots, pinholes, major wrinkles and delamination. The CIPP shall be impervious and free of any leakage through the CIPP wall. B. Any defect which will or could affect the structural integrity or strength of the CIPP shall be repaired at the Contractor’s expense in accordance with the procedures submitted under Section 1.7 CIPP Repair/Replacement. C. The beginning and end of the CIPP shall be sealed to the existing host pipe, if specified. The sealing material shall be compatible with the pipe end and shall provide a watertight seal. D. If any of the service connections leak water between the host pipe and the installed CIPP, the connection mainline interface shall be sealed, if required by these specifications, to provide a leak tight connection. E. If the wall of the CIPP leaks, it shall be repaired or removed and replaced with a watertight pipe as recommended by the manufacture of the CIPP system. F. Compensation shall be at the actual length of CIPP installed. The length shall be measured from center of manhole to center of manhole. The unit price per linear foot installed shall include all materials, labor, equipment and supplies necessary for the complete CIPP installation. Compensation for service connection sealing and pipe sealing at the manhole/wall interface shall be at the unit price bid in the Proposal. Any defect which could affect the structural integrity or longevity of the CIPP should be repaired. Sealing the ends of the CIPP at manholes and at service connection openings, if specified, is important in cases where the sewer is below the groundwater surface elevation. Leaks through the wall of the CIPP are considered a defect. The long-term structural capability of the existing underground pipeline is defined by the pipe design and the surrounding soil structure. When a CIPP is installed through an existing pipe that represents such defects as soil visible or soil missing, the engineer should consider that the soils be replaced using a flowable fill technique to provide soils support for the newly installed CIPP. 21 3.5 FLOWABLE FILL OF VOID AREAS A.Where required by the Owner, the Contractor shall backfill known voids that remain after installation of CIPP. The material shall be of the flowable fill type and shall be injected into the void while removing all trapped air from the void. The Contractor shall submit the proposed method of placing the flowable fill, including pressures that will not collapse the CIPP and air release method to be employed, to the Owner for review before any material is installed. The cost of this work shall be at the unit price bid for flowable fill and include all material, equipment, and labor to complete the filling of the soil void 3.6 MANHOLE CONNECTIONS AND RECONNECTIONS OF EXISTING SERVICES A.A seal, consisting of a resin mixture or hydrophilic seal compatible with the installed CIPP, shall be applied at manhole/wall interface, if specified, in accordance with the CIPP System manufacturer’s recommendations. B.Existing services shall be internally or externally reconnected unless indicated otherwise in the contract documents C.Reconnections of existing services shall be made after the CIPP has been installed, fully cured, and cooled down. It is the Contractor’s responsibility to make sure that all active service connections are reconnected. If verification of active service connections requires techniques beyond standard mainline CCTV then a separate bid item shall be included. D.External reconnections are to be made with a tee fitting or other approved method in accordance with CIPP System manufacturer’s recommendations. Saddle connections shall be seated and sealed to the new CIPP using grout or resin compatible with the CIPP. The most common method of sealing the CIPP at manholes is to install a hydrophilic rubber seal prior to installing the CIPP. Sealing the CIPP at manholes after the CIPP has been installed is possible but less effective. Side connections should be cut open to at least 90%-95% of the original service connection opening area. In all cases, the invert of the lateral connection shall be cut flush with the invert entering the mainline to eliminate debris build-up. Verification of active services can be completed using many options such as dye testing, CCTV via lateral launching from the main, connection records from the Owner or other means. Methods requiring the Contractor to extend resources beyond mainline CCTV should be separate bid items. 22 E. A CCTV camera and remote cutting tool shall be used for internal reconnections. The machined opening shall be at least 90 percent of the service connection opening area and the bottom of both openings must match. The opening shall not be more than 100 percent of the service connection opening. The edges of the opening shall not have pipe fragments or CIPP fragments which may obstruct flow or snag debris. In all cases the invert of the service connection shall be cut flush with the invert entering the mainline. F. If service reinstatements result in openings that are greater than 100 percent of the service connection opening, the Contractor shall install a CIPP type repair, sufficiently in size to completely cover the over-cut service connection. No additional compensation will be paid for the repair of over-cut service connections. G. Coupons or fragments of CIPP material resulting from service tap cutting shall be collected at the next manhole downstream of the pipe rehabilitation operation prior to leaving the site. Coupons may not be allowed to pass through the system. H. Compensation shall be at the actual number of services reconnected using either internal or external means as contained in the Proposal. The unit price bid per service line reconnected shall be include all materials, labor, equipment and supplies necessary to complete the work as required in these specifications. 3.7 TESTING OF INSTALLED CIPP A. The physical properties of the installed CIPP shall be verified through field sampling and laboratory testing. All materials for testing shall be furnished by the Contractor to the Owner for testing. All materials testing shall be performed at the Owner’s expense by an independent third-party laboratory selected by the Owner as recommended by the CIPP manufacturer. All tests shall be in accordance with applicable ASTM test methods to confirm compliance with the requirements specified in these contract documents, or as submitted in the PWS. B. The Contractor shall provide samples for testing to the Owner from the actual installed CIPP. Samples shall be provided from each section of CIPP installed or as required CIPP physical properties should be verified through field sampling and independent testing. Samples shall be taken from the CIPP section installed and should be properly marked and transmitted to an independent testing laboratory or obtained from the project site by a laboratory representing the Owner. Test results should be transmitted from the laboratory to the Owner’s representative. Sampling should be in accordance with ASTM F1216, or F2019 as applicable, and a chain of custody should be strictly maintained. Restrained samples can be used for sewers of 18” in diameter or less. Plate samples are used for pipelines larger than 18” in diameter. Samples should be acquired as directed and specified by the Owner or the Contract documents. 23 by the Owner. The sample shall be cut from a section of cured CIPP that has been inverted or pulled through a like diameter pipe which has been held in place by a suitable heat sink, such as sandbags. All curing, cutting and identification of samples will be witnessed by the Owner and transmitted by the Owner’s representative as specified, and sent to the testing laboratory. Flat plate samples can be taken on pipelines greater than 18 inches in diameter, if specified. Identification on the samples shall be standard chain of custody markings. C. The laboratory results shall identify the test sample location as referenced to the nearest manhole and station. Final payment for the project shall be withheld pending receipt and approval of the test results. If properties tested do not meet the minimum physical and thickness requirements, the CIPP shall be repaired or replaced by the Contractor unless the actual physical properties and the thickness of the sample tested meet the design requirements as required in the contract. D. Chemical resistance - The CIPP system installed shall meet the chemical resistance requirements of ASTM F1216 or ASTM D5813. CIPP samples tested shall be of the fabric tube and the specific resin proposed for actual construction. It is required that CIPP samples without plastic coating meet these chemical testing requirements. A certification may be submitted, by the Contractor, from the manufacturer verifying that the chemical resistance of the CIPP meets the contract requirements. E. Hydraulic Capacity - The installed CIPP shall, at a minimum, be equal to the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. F. The installed CIPP thickness shall be measured for each line section installed as per the ASTM requirements specified. If the CIPP thickness does not meet that specified in the contract and submitted as the approved design by the Contractor, then the CIPP shall be repaired or removed unless the tested physical properties and the thickness of the sample tested meet the design requirements as required in the contract. The CIPP thickness shall have tolerance of minus 5%. In worker-entry size piping, where sampling is by flat plate, a quality based approach using the approved quality plan will be used to accept installed thickness (see discussion in following text box). If the plate sample does not meet the required physical property values, or if any quality checks are deficient, it may be necessary for the Contractor to remove a 2-inch core from the Chemical resistance is a qualification test where CIPP samples tested should be of the fabric tube and resin proposed for the actual construction. For municipal applications, a certification is typically submitted from the manufacturer verifying that the chemical resistance meets the contract requirements. For industrial installations, the chemical resistance of the resin installed must be tested to meet the corrosion resistance requirements of the pipeline being rehabilitated. 24 CIPP 12 o’clock position to check thickness. The openings produced from core samples shall be repaired in accordance with manufacturer’s recommended procedures. G. All costs to the Contractor associated with providing cured CIPP samples for testing shall be included in the Lump Sum price bid for Mobilization. Payment for all testing by a laboratory will be paid for by the Owner directly to the laboratory under the lump sum Reserve for Testing item force bid in the Bid Proposal. 3.8 FINAL ACCEPTANCE A. CIPP sample testing and repairs to the installed CIPP, as applicable, shall be completed before final acceptance, meeting the requirements of these specifications and documented in written form. B. The Contractor shall perform a detailed closed-circuit television inspection in the presence of the Owner after installation of the CIPP and reconnection of the side sewers. Conventional pan and tilt TV camera or sidewall scanning technology, as For small diameter CIPP of 18” inch diameter or less, the restrained sample can be measured for thickness. In sewers larger than 18-inch diameter the flat plate sample can be tested for thickness, but a flat plate can be constructed in any thickness. The thickness can be measured in a manhole once the CIPP ends are cut, but this may result in a low measurement due to resin loss and thinning. A quality based approach can be used where it is determined that if all the quality checks are met, the likelihood of the CIPP installed thickness meeting the required minimum installed thickness is good. For example, if the dry tube is the correct thickness, the correct type and amount of resin is added during wet-out, and the correct pressures, temperatures and procedures are used during installation and cure, the installed thickness should meet the design minimum thickness. If the plate sample does not meet the required physical property values, or if any quality checks are deficient, it may be necessary to remove a core sample from the CIPP at the 12:00 o’clock position to check thickness. The core hole shall be repaired as recommended by the manufacturer. Sample testing and repairs to the CIPP should be completed. Test results must have been received from the independent laboratory and meet the contract specified requirements prior to final acceptance of the installed CIPP. Prior to conducting the final CCTV, the Contractor should thoroughly clean the newly installed CIPP. Sewage flow in the line should be minimized, and any standing water in sags should be cleared. The CCTV visual quality of the final inspection shall be as specified in the contract. If the quality does not meet the specified requirements, the Contractor shall re-CCTV those section that are unacceptable. 25 approved by Owner, shall be used. The finished CIPP shall be continuous over the entire length of the installation and shall be free of significant visual defects, damage, lifts, holes, leaks and other defects that are not a reflection of the existing pipe condition. Unedited digital documentation of the inspection shall be provided to the Owner within ten (10) working days of the CIPP installation. The data shall note the inspection date, location of all reconnected side sewers, debris, as well as any defects in the CIPP, including, but not limited to, gouges, cracks, bumps, or bulges. If post installation inspection documentation is not submitted within ten (10) working days of the CIPP installation, the Owner may at its discretion suspend any further installation of CIPP until the post-installation documentation is submitted. As a result of this suspension, no additional working days will be added to the contract, nor will any adjustment be made for increase in cost. Immediately prior to conducting the closed- circuit television inspection, the Contractor shall thoroughly clean the newly installed CIPP removing all debris and build-up that may have accumulated at no additional cost to the Owner. C. If required by the Owner in the specifications, and if the pipe diameter is less than or equal to 36”, the CIPP shall be tested for leakage using the water exfiltration test (ASTM F1216 8.2) or a low pressure air test (refer to Appendix A). Testing is limited to pipe lengths with no reinstated service laterals and could delay service lateral reinstatement. Water exfiltration or air testing is not recommended in pipe diameters exceeding 36” diameter. In these cases, a visual inspection for leakage shall be performed, if specified. Any unacceptable leakage through the CIPP wall should be repaired as required in the specifications or agreed to by the owner. If required by the Owner in the specifications, leakage can be determined through visual inspection (water or air installations), hydrostatic testing (water installations), air testing (air installations) or infiltration testing (water or air installations). For small diameter sewers installed with air pressure (UV/LED cure or steam cure), it does not make sense to do hydrostatic (exfiltration) testing for leakage. This leaves visual inspection or air testing as viable alternatives. For large diameter sewers, visual inspection for leakage is the most common method. Air and hydrostatic testing should not be performed for sewers greater than 36” diameter because of worker safety. Any unacceptable leakage through the CIPP wall should be repaired as required in the contract documents or agreed to by the owner. Final CCTV inspection should be performed using water jets to eliminate standing water in sags and bellies while the line is being televised. 26 Not all CIPP line segments can be air tested because of end configurations in the manhole, shape of the CIPP and CIPP irregularities. It is recommended that only a set percentage of the line segments in any one project be tested in lieu of testing each line segment. Low pressure air testing can be a dangerous operation. It is imperative that all safety protocols for plug operation & maintenance and air testing be followed, including proper blocking/bracing of plugs during the air test and limiting air tests to a maximum diameter of 36 inches. D. Bypass pumping or plugging from the upstream manhole shall be utilized to minimize sewage from entering the line during the inspection. In the case of bellies in the line, the pipe shall be cleared of any standing water to provide continuous visibility during the inspection. 3.9 TYPICAL BID ITEMS A. Mobilization – Lump Sum - Includes all PWS information, submittals, safety plan, as- built drawings, testing samples, mobilization/demobilization of labor, equipment and materials to the project site. Generally limited to 5% of the total amount bid for the project. B. Pre-Installation CCTV Inspection – Per linear foot - Includes pre-cleaning and post cleaning CCTV for Owner review. Does not include CCTV inspection just prior to CIPP installation. All inspections will be performed by PACP trained and certified personnel. C. Dye Testing of Service Connections – Per each - Includes dye testing and documentation of existing service connection on each pipe length to be lined. D. Point Repairs – Per each or by Lump Sum Contingency - Includes excavation and restoration of a section or sections of pipe that are beyond rehabilitation using CIPP. Note: Point repair items shall be categorized by pipe size, a minimum length of excavation and depth category of excavation to be paid for in the Proposal. If point repairs are not identified in the contract documents, payment shall be on a contingency basis. E. Standard Pipe cleaning – Per linear foot for each pipe size category – including all labor, equipment, materials and cost of material disposal. Additional items such as pre-liner and flowable backfill can be added to specific contracts requiring these items. 27 F. Heavy Pipe Cleaning – Per linear foot for each pipe category – including all labor, equipment, materials and cost of material disposal. G. Pre-liner Installation – per linear foot installed by size category. Includes all labor, equipment and materials required. H. CIPP Installation – Per linear foot for each pipe size category - Includes all labor, equipment and materials required for the complete installation of a CIPP. I. Flowable Fill – per cu. yd. of material installed and documented including all labor, equipment and materials required for the complete backfilling of soil voids. J. Traffic Control – Lump Sum – Includes all labor, equipment and materials required to implement a traffic control plan for the entire project and shall include all costs associated with sub-contracted traffic control specialists. K. Sewage Bypass – Lump Sum – Includes all labor, equipment and materials required to implement a flow bypass plan for the entire project, including the cost of all sub- contracted flow bypass specialists. L. Service Reconnections – Per each – Includes reconnecting existing live sewer service connections to the installed CIPP. Owner shall review and verify those connections that are not live and will be left unopened. M. Service connection sealing – Per each – Includes sealing the interface between the installed CIPP and the host pipe at the location of the service connection. N. Manhole/Wall Interface Sealing – Per each – Includes sealing the interface between the installed CIPP and the manhole wall O. Post Construction CCTV Inspection - Per linear foot - Includes post lining CCTV for submission to the Owner. All inspections will be performed by PACP trained and certified personnel. P. Reserve for Testing – Lump Sum Reserve – For Owners use to include testing required as directed by the Owner, under this contract, by an independent laboratory. (The amount will be set by the Owner in the Bid Proposal) **END OF SECTION** 28 Appendix A: Air Testing of CIPP 29 Pressure gauges used for this test shall have a minimum division of 0.1 psi and an accuracy of 0.0625 psi. Test Procedure: 1.The tested pipe may be wet or dry. 2.The minimum test pressure should equal 3.5 psi plus 0.433 psi for each foot of average water or groundwater depth over the crown of the pipe. The maximum test pressure shall be 6 psi. 3.Slowly add air to the section of pipe being tested until the internal air pressure is raised to 4 psi greater than the average back pressure due to water or groundwater. The maximum air pressure shall be 6 psi. 4.Once the test pressure is reached, allow a period of time for the air temperature to stabilize. The stabilization period can vary from a few minutes to an hour or more dependent upon the temperature of the air and CIPP under test. Add air to maintain pressure. 5.After the temperature stabilization period, disconnect the air supply. 6.Record the time in seconds required for the air pressure to drop from 3.5 to 2.5 psi greater than the average back pressure due to water or groundwater. Acceptance Criteria: The tested section is acceptable if the time recorded is not less than the time in seconds (T): T = K/C Where: K = the sum of the computations (0.011d2L) for each size of CIPP and its length in the section C = the sum of the computations (0.0003882 dL) for each size of CIPP and its length in the section; the minimum value for C = 1 d = inside diameter of CIPP in inches L = length of CIPP in feet If the tested section fails the air test (time recorded is less than T), check all connections of the test apparatus with soapy water for leaks. Complete another stabilization period (# 4 above) and retest. If the tested section fails again but the results are better (time recorded is still less than T but closer), the problem may be temperature stabilization or re-rounding or expansion of the CIPP. Repeat the stabilization/test cycle if results continue to improve until the section passes. If after repeated test/stabilization cycles the results are not improving, there is most likely a leak in the CIPP or the test apparatus. If it is determined that there is a leak in the CIPP test section, then a visual test will be performed to locate the leak and repair it, if possible. Repairs will be in accordance with manufacturer’s recommendations. Once repaired, the section should be retested. Not all CIPP line segments can be air tested because of end configurations in the manhole, shape of the CIPP and CIPP irregularities such as wrinkles. It is recommended that only a set percentage (typically 10%) of the line segments in any one project be tested in lieu of testing each line segment. 30 Low pressure air testing can be a dangerous operation. It is imperative that all safety protocols for plug operation & maintenance and air testing be followed, including proper blocking/bracing of plugs during the air test and limiting air tests to a maximum diameter of 36 inches. Table 1: Example Air Test Chart for Gravity Sewers *Adapted from “Oregon Standard Specifications for Construction, 2015, Section 00445.72 Pipe Testing, pp. 330-331” Table 1: Example Air Test Chart for Gravity Sewers 1 PWK 30U 12 10 2024 (Short form: small construction job under $50,000, Prevailing Wages and Turnkey, Bonds) PUBLIC WORKS AGREEMENT CON-XX-XXX This agreement (hereafter “AGREEMENT”) is made and entered into this __________ day of ________, 2024, by and between the Costa Mesa Sanitary District, a sanitary district (hereafter “DISTRICT”), and _____________., a California corporation (hereafter “CONTRACTOR”). (Recitals: Optional) 1.Scope of the Work. CONTRACTOR agrees to furnish to DISTRICT all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately perform the services described in Exhibit “A,” attached hereto and incorporated by reference. The services described in Exhibit “A” shall be referred to as the “PROJECT.” The PROJECT shall be subject to, and performed in accordance with, this AGREEMENT, the attached exhibits, and all applicable local, state, and federal laws, rules, and regulations. CONTRACTOR shall provide the services described herein in a competent and skillful manner and in “turnkey” form. DISTRICT reserves the right to test the work before accepting. CONTRACTOR warrants that the work shall be fit for its intended purposes. 2.The Contract Sum. DISTRICT agrees to pay and CONTRACTOR agrees to accept in full payment for all work agreed to herein the sum of: _____________Dollars ($______). 3.Time of Performance and Liquidated Damages. Time is of the essence of this AGREEMENT. The work shall commence within five (5) days of DISTRICT issuing a “Notice to Proceed” and shall be completed within thirty (30) working days thereafter. CONTRACTOR shall forfeit as liquidated damages the amount of ___________ Dollars ($____) per calendar day to compensate DISTRICT for the loss of use of the public facility. The parties agree that liquidated damages only measure the damage to the public caused by loss of use or untimely completion of a public facility and that actual damages may also be recovered in addition to liquidated damages. DISTRICT may deduct liquidated damages and actual damages from payments owed to CONTRACTOR. Attachment 5 2 PWK 30U 12 10 2024 4.Extra Work and Change Orders. At any time during the term of this AGREEMENT, DISTRICT may request that CONTRACTOR perform EXTRA WORK. “EXTRA WORK” means any work that is necessary for the proper completion of the PROJECT but which the parties did not reasonably anticipate would be necessary at the time of execution of this AGREEMENT or work outside of this AGREEMENT that is requested by DISTRICT. CONTRACTOR shall not perform, nor be compensated for, EXTRA WORK without a written change order that is authorized and signed by DISTRICT. The written change order requirement cannot be waived. If CONTRACTOR encounters conditions that require EXTRA WORK, CONTRACTOR must notify DISTRICT in writing in a written change order request within fifteen (15) days of encountering said conditions. The failure to submit a written change order request shall constitute a waiver of CONTRACTOR’s claim for additional time or compensation for EXTRA WORK. The written change order requirement cannot be waived. The following formula shall be used to measure CONTRACTOR’s damages or EXTRA WORK. CONTRACTOR shall be limited to the following: Direct costs Mark-up Labor 20% Materials 15% Equipment Rental 15% Other Items 15% Subcontracted work 10% (first $5000) Subcontracted work 5% (work in excess of first $5000) Specialty Subcontracting 5% (Provided at least three (required by EXTRA WORK) competitive bids are obtained and contractor selected the lowest bidder) Excluded from recovery shall be “Eichleay damages” including, but not limited to, home office overhead, insurance and bonding costs, lost bonding capacity, lost profits, and lost interest. CONTRACTOR acknowledges that CONTRACTOR’s recovery for damages or EXTRA WORK is limited as provided in this paragraph. CONTRACTOR’s Initials________ 5.Contractor’s Performance and Qualifications. CONTRACTOR shall perform all services required under this AGREEMENT in a skillful and competent manner, consistent with the standards generally recognized as being employed by persons and professionals in the same discipline in the State of California. CONTRACTOR represents 3 PWK 30U 12 10 2024 and maintains that it is skilled in the calling necessary to perform the PROJECT. CONTRACTOR warrants that all employees and subcontractors have sufficient skill and experience to perform the services assigned to them. CONTRACTOR represents that it, its employees, and subcontractors have all of the licenses, permits, qualifications, and approvals that are legally required to perform the PROJECT, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this AGREEMENT. CONTRACTOR agrees that CONTRACTOR has the contractor’s license required to do this job, and any other contractor’s license requested by DISTRICT, and that CONTRACTOR’s License No is: . 6. Prevailing Wages. This is a Public Work. (Labor Code § 1781.) This job, if over One Thousand Dollars ($1,000.00) in value and not exempt, requires compliance with the prevailing wage law. (Labor Code §§ 1720 et seq.) As such, DISTRICT will ascertain the prevailing wages to be paid on this job from the Director of Industrial Relations. Said amounts are listed at http://www.dir.ca.gov/dlsr/pwd/index.htm. CONTRACTOR understands that CONTRACTOR is required to pay prevailing wages, unless exempt, and is required to maintain prevailing wage records and comply with statutory requirements relating to certified copies of payroll records. (Labor Code § 1776.) CONTRACTOR shall defend, indemnify, and hold DISTRICT, its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the prevailing wage laws. CONTRACTOR recognizes that state law makes eight (8) hours a legal day’s work, and any worker working in excess of that time must be paid overtime. (Labor Code § 1810.) Statutory provisions for penalties for failure to comply with wage and hour laws will be enforced. (Labor Code §§ 1775, 1813.) CONTRACTOR must comply with statutory requirements relating to the employment of apprentices. (Labor Code § 1777.5.) 7. Workers’ Compensation. CONTRACTOR must secure the payment of workers’ compensation to its employees. (Labor Code § 1860; Civil Code § 3400.) By signing this AGREEMENT, CONTRACTOR acknowledges the following: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. 8. Progress Payments. Progress payments may be authorized if this job will take in excess of thirty (30) days. DISTRICT agrees to promptly make progress payments 4 PWK 30U 12 10 2024 on undisputed and properly submitted payment requests within thirty (30) calendar days and to comply with the provisions of Public Contract Code Section 20104.50. If this AGREEMENT is for at least Five Thousand Dollars ($5,000.00) and progress payments are made, DISTRICT will retain five percent (5%) of the total contract amount until sixty (60) days after the notice of completion is filed. (Public Contract Code §§ 7107, 9203.) CONTRACTOR may substitute securities in lieu of retention pursuant to Public Contracts Code Section 22300. 9. Insurance. A. Time for Compliance. CONTRACTOR shall not commence work under this AGREEMENT until it has provided evidence satisfactory to DISTRICT that it has secured all insurance required under this Section. In addition, CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until it has provided evidence satisfactory to DISTRICT that the subcontractor has secured all insurance required under this Section. B. Minimum Requirements. CONTRACTOR shall, at its expense, procure and maintain for the duration of the AGREEMENT insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the AGREEMENT by CONTRACTOR, its agents, representatives, employees, or subcontractors. CONTRACTOR shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the AGREEMENT. Such insurance shall meet at least the following minimum levels of coverage: i. Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and (3) Workers’ Compensation and Employer’s Liability: Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. ii. Minimum Limits of Insurance. CONTRACTOR shall maintain limits no less than: (1) General Liability: One Million Dollars ($1,000,000.00) per occurrence for bodily injury, personal injury, and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this AGREEMENT/location or the general aggregate limit shall be twice the required occurrence limit; (2) Automobile Liability: One Million Dollars ($1,000,000.00) per accident for bodily injury and property damage; and (3) Workers’ Compensation and Employer’s Liability: Workers’ Compensation limits as required by the Labor Code of the State of California. Employer’s 5 PWK 30U 12 10 2024 Liability limits of One Million Dollars ($1,000,000.00) per accident for bodily injury or disease. C. Insurance Endorsements. The insurance policies shall contain the following provisions, and a separate endorsement stating to add the following provisions to the insurance policies shall be submitted and approved by DISTRICT: i. General Liability. The general liability policy shall be endorsed to state that: (1) DISTRICT, its directors, officials, officers, employees, agents, and volunteers shall be covered as additional insureds with respect to the work or operations performed by or on behalf of CONTRACTOR, including materials, parts, or equipment furnished in connection with such work; and (2) the insurance coverage shall be primary insurance as respects DISTRICT, its directors, officials, officers, employees, agents, and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of CONTRACTOR’s scheduled underlying coverage. Any insurance or self-insurance maintained by DISTRICT, its directors, officials, officers, employees, agents, and volunteers shall be excess of CONTRACTOR’s insurance and shall not be called upon to contribute with it in any way. ii. Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) DISTRICT, its directors, officials, officers, employees, agents, and volunteers shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading, or unloading of any auto owned, leased, hired, or borrowed by CONTRACTOR or for which CONTRACTOR is responsible; and (2) the insurance coverage shall be primary insurance as respects DISTRICT, its directors, officials, officers, employees, agents, and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of CONTRACTOR’s scheduled underlying coverage. Any insurance or self-insurance maintained by DISTRICT, its directors, officials, officers, employees, agents, and volunteers shall be excess of CONTRACTOR’s insurance and shall not be called upon to contribute with it in any way. iii. Workers’ Compensation and Employer’s Liability Coverage. The insurer shall agree to waive all rights of subrogation against DISTRICT, its directors, officials, officers, employees, agents, and volunteers for losses paid under the terms of the insurance policy which arise from work performed by CONTRACTOR. iv. All Coverages. Each insurance policy required by this AGREEMENT shall be endorsed to state that: (A) coverage shall not be suspended, voided, reduced, or canceled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to DISTRICT; and (B) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to DISTRICT, its directors, officials, officers, employees, agents, and volunteers. D. Separation of Insureds; No Special Limitations. All insurance required by this Section shall contain standard separation of insureds provisions. In 6 PWK 30U 12 10 2024 addition, such insurance shall not contain any special limitations on the scope of protection afforded to DISTRICT, its directors, officials, officers, employees, agents, and volunteers. E. Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by DISTRICT. CONTRACTOR shall guarantee that, at the option of DISTRICT, either: (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects DISTRICT, its directors, officials, officers, employees, agents, and volunteers, or (2) CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigation costs, claims, and administrative and defense expenses. F. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A:VIII, licensed to do business in California, and satisfactory to DISTRICT. G. Verification of Coverage. CONTRACTOR shall furnish DISTRICT with original certificates of insurance and endorsements effecting coverage required by this AGREEMENT on forms satisfactory to DISTRICT. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf and shall be on forms provided by DISTRICT if requested. All certificates and endorsements must be received and approved by DISTRICT before work commences. DISTRICT reserves the right to require complete, certified copies of all required insurance policies, at any time. 10. Indemnification. CONTRACTOR shall defend, indemnify, and hold the DISTRICT, its officials, officers, employees, and agents free and harmless from any and all claims, demands, causes of action, expenses, liabilities, losses, damages, and injuries to property or persons, including wrongful death, where the same arise out of, pertain to, relate to, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this AGREEMENT by CONTRACTOR or by any individual or entity for which CONTRACTOR is legally liable, including, but not limited to, officers, agents, employees, or subcontractors of CONTRACTOR, save and except that caused by DISTRICT’s sole or active negligence or willful misconduct. 11. Bonds. If this PROJECT is over Twenty-Five Thousand Dollars ($25,000.00), CONTRACTOR must post a payment (labor and materials) bond on DISTRICT’s form. (Civil Code § 9550.) No work shall be performed until all insurance and bonds required by this AGREEMENT are on file and this AGREEMENT has been properly executed. 12. Warranty. CONTRACTOR shall perform, at its own cost and expense and without reimbursement from DISTRICT, any services necessary to correct errors or omissions which are caused by CONTRACTOR’s failure to comply with the standard of care provided for herein. CONTRACTOR shall guarantee work done on the PROJECT for a one-year (1) period commencing on the date of substantial completion. 7 PWK 30U 12 10 2024 CONTRACTOR shall warrant that all services provided and equipment installed shall perform in a workmanlike manner and be fit for its particular purpose. 13. Termination. DISTRICT reserves the right to terminate this AGREEMENT at any time, with or without cause. CONTRACTOR will be entitled to payment for work performed up until receipt of the notice of termination unless CONTRACTOR was in default in CONTRACTOR’s performance. Any employee of CONTRACTOR or its subcontractors who is determined by DISTRICT to be uncooperative, incompetent, a threat to the adequate or timely completion of the PROJECT, or a threat to the safety of persons or property, or any employee who fails or refuses to perform PROJECT in a manner acceptable to DISTRICT, shall be promptly removed from the PROJECT by the CONTRACTOR and shall not be re-employed to perform any of the PROJECT. 15. Miscellaneous. DISTRICT acknowledges that if it provides CONTRACTOR with locations of underground pipelines and DISTRICT is incorrect and those utilities must be relocated, DISTRICT will pay for those relocation costs in accordance with statutory requirements. (Government Code § 4215.) CONTRACTOR shall comply with Government Code Section 2016 and contact the Regional Notification Center and delineate areas to be excavated and will seek authorization to excavate. CONTRACTOR agrees to provide DISTRICT with notice of any hazardous materials or subsurface or latent physical site conditions if encountered if this work involves excavations deeper than four feet (4’). If this work exceeds Twenty-Five Thousand Dollars ($25,000.00) and the excavations exceed five feet (5’), CONTRACTOR must provide a detailed trenching plan. (Public Contracts Code § 7104; Labor Code § 6705.) CONTRACTOR shall provide the DISTRICT with a copy of each Safety Data Sheet (SDS) for those chemical substances that may be used on DISTRICT property and/or may pose a hazard to DISTRICT employees. DISTRICT shall give CONTRACTOR timely notice of third-party claims. For claims that are less than Three Hundred Seventy-Five Thousand Dollars ($375,000.00), the provisions of Public Contracts Code Sections 20104 et seq. (Article 1.5 – Resolution of Construction Claims) shall be followed. The parties agree to comply with Public Contract Code Section 9204, if applicable, and agree to utilize that procedure to resolve claims. CONTRACTOR is and shall at all times remain as to DISTRICT an independent contractor. No employee benefits shall be available to CONTRACTOR in connection with the performance of this AGREEMENT. Except for the fees paid to CONTRACTOR as provided in this AGREEMENT, DISTRICT shall not pay salaries, wages, or other 8 PWK 30U 12 10 2024 compensation to CONTRACTOR for performing any services hereunder for DISTRICT. DISTRICT shall not be liable for compensation or indemnification to CONTRACTOR for injury or sickness arising out of performing any services hereunder. This AGREEMENT shall be interpreted in accordance with the laws of the State of California. Any action brought between the parties shall be commenced in the superior or federal district court with jurisdiction over the DISTRICT. This AGREEMENT and the attachments hereto shall contain the entire agreement between the parties. This AGREEMENT cannot be modified except in a writing signed by both parties. In the event of inconsistency between this AGREEMENT and any attachment hereto, this AGREEMENT shall control in all respects. This AGREEMENT cannot be assigned without the prior written consent of the District. Each person signing this AGREEMENT warrants that they have the authority to sign and bind the party. CONTRACTOR shall provide DISTRICT with drawings of the construction in its "as built" condition. COSTA MESA SANITARY DISTRICT CONTRACTOR Approved by: Reviewed and Accepted by: ________________________________ ________________________________ General Manager Name Signature: _______________________ Title: ___________________________ Approved as to Form: ________________________________ Harper & Burns LLP District Counsel 9 PWK 30U 12 10 2024