Attachment A Project Scope and Specifications

Attachment A Project Scope and Specifications Summary of Work 1. Cleaning: Furnish all labor, equipment, materials, and supervision required to clean...
Author: Hester Blair
0 downloads 2 Views 83KB Size
Attachment A Project Scope and Specifications Summary of Work 1.

Cleaning: Furnish all labor, equipment, materials, and supervision required to clean up to approximately 30,500 linear feet of 6” to 12” diameter sanitary sewer pipe, removal of the debris, and disposal of the material that is removed. Clean designated sewer manhole sections using high-velocity jet sewer cleaning equipment or other sewer line cleaning equipment approved by the City’s project manager. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. The intent of sewer line cleaning is to remove foreign materials from the lines to facilitate the use of sewer line video equipment for sewer line inspection, and to restore the sewer line to a minimum of 95% of the original carrying capacity. Restoration of any site disturbed shall be to equal or better than existing conditions. Final acceptance of the sewer line cleaning shall be made upon the successful completion of the television inspection and shall be to the satisfaction of the project manager.

2.

Televising and Assessment: Furnish all equipment, materials, and supervision required to perform Sanitary Sewer Condition Assessment and CCTV Inspection Services with GPS survey accuracy to sanitary sewer lines cleaned in item 1 under Summary Work. The Vendor shall comply with the detailed Sanitary Sewer Condition Assessment and CCTV Inspection Services requirements outlined in this ITB and the National Association of Sewer Service Companies’ (NASSCO) using Pipeline Assessment and Certification Program (PACP) manual.

General Specifications 1.

The apparent silence of specifications as to any detail, or the apparent omission from them of a detailed description concerning any work to be done and materials to be furnished, shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used and interpretation of these specifications shall be made upon that basis. References in the specifications to known standards, codes, specifications, etc., transmitted by professional or technical associations, institutions, and societies, is intended to mean the latest edition of each such standard adopted and published as of the date of the Advertisement for Bid on this project except where otherwise specifically indicated. Each such standard referred to shall be considered a part of the specifications to the same extent as if reproduced herein in full.

2.

Utility Installations and Structures: The Bid documents do not contain data relative to existing utility installations and structures above and below the ground surface. It is the responsibility of the Vendor to make its own investigation to inform itself fully of the character, condition and extent of all such installations and structures as may be encountered and as may affect the work. The Vendor shall protect all utility installations and structures from damage during the work. All existing utilities damaged by the Vendor shall be repaired by the Vendor, at their expense, as directed by the City Manager. No separate payment shall be made for such protection or repairs to public utility installations or structures.

3.

Work Inspections: During the progress of the work and up to the date of acceptance, the Vendor shall, at all times, allow the representative of the City the opportunity to inspect the work done or being done under this award. The inspection of any work shall not relieve the Vendor of his obligations to perform proper and satisfactory work as herein specified. Finished or unfinished work found not to be in strict

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 1 of 17

accordance with the award shall be redone or replaced as directed by the City Manager or his designee. 4.

Preservation of Property: The Vendor shall preserve from damage all property along the line of work, or which is in the vicinity of or is in anywise affected by the work, the removal or destruction of which is not called for by the specifications. This applies, but is not limited to, vehicles parked in such parking lots, vehicles transversing public or private rights-of-way, parks or otherwise, the public utilities, trees, lawn areas, sprinkler systems, building monuments, fences, all pipe and underground structures, headstones/monuments/markers, coping, public streets (except natural wear and tear of streets resulting from legitimate use thereof by the Vendor), and wherever such property is damaged due to the activities of the Vendor, it shall be immediately restored to its original condition by the Vendor and at the Vendor’s own expense.

  The Vendor shall respect the rights of property owners, and not enter upon private property without obtaining permission from the owner of the property. For manholes located on easements of private property, the Vendor shall provide the property owner with 24-hour advanced notice for easement access prior to entering the property, unless the property owner provides immediate permission (Note: renters cannot provide access). In case of failure on the part of the Vendor to restore such property or make good such damage or injury, the City may, upon 48 hours written notice, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary and the cost thereof will be deducted from any monies due or which may become due the Vendor under this award. 5.

Hazardous Materials: The Vendor must follow OSHA Regulation 29, Code of Federal Regulation (C.F.R.) Part 1926.59, Rule 17 Florida Administrative Code, the product MSDS, plus any and all other applicable regulations when using substances, containing hazardous materials. These regulations apply to transporting, storing, mixing, application, clean-up and disposal of excess materials and their containers. Any illegal disposal of hazardous materials and/or containers shall place the Vendor in default. The Vendor further agrees to indemnify and hold harmless the City of Plant City and its duly authorized agents from any and all suits of law or actions of any nature for or on account of noncompliance of the above stated regulations and/or product use guidelines as specified by manufacturer.

6.

Safety and Health Regulations: The Vendor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-54). CONFINED SPACE ENTRY The Vendor shall comply with all requirements and have all necessary equipment for confined space entry. The Vendor is referred to all applicable laws. Payment for any equipment or labor to meet confined space entry codes will be incidental to the project and no separate payment will be made. The Vendor may be required to provide documentation or other proof of Vendor ability to comply with the confined space requirements.

7.

Environmental Considerations: The Vendor, in the performance of the work under this award, shall comply with all local, State and Federal laws, statutes, ordinances, rules and regulations applicable; and in the event it violates any of the provisions of same, it shall be answerable to the local, State and Federal agencies designed by law for the protection and enforcement of the environment. In the event the City receives, from any of the environmental agencies, a citation

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 2 of 17

which is occasioned by an act or omission by the Vendor, its officers, employees or agents, it is understood and agreed that the Vendor shall automatically become a party-respondent under said citation; and the City immediately shall notify the Vendor and provide it with a copy of said citation. The Vendor shall comply with the requirements of the citation and correct the offending condition(s) within the time stated in said citation and further shall be held fully responsible for all fines and/or penalties. 8.

First Aid: The Vendor shall keep upon the site, at each location where work is in progress, a completely equipped first aid kit and shall provide ready access thereto at all times.

9.

Reports, Records, Data and Communications: The Vendor shall furnish to the City Manager such schedules of quantities and costs, progress schedules, reports, invoices, delivery tickets, estimates and other data as the City Manager may request concerning work performed or to be performed and the materials furnished or to be furnished under the award.

10.

Traffic Regulations: The Vendor shall provide and maintain traffic control / Maintenance of Traffic (MOT) services in accordance with the standards of the Florida Department of Transportation for work in all road right of ways. Prior to starting work in road right of ways, the Vendor shall obtain approval of the MOT plan from the road owner. This project involves roadways owned by the City of Plant City, Hillsborough County, and the Florida Department of Transportation.

11.

Use of Chemicals: All chemicals used must show approval of either EPA or USDA. Use of all chemicals and disposal of residues shall be in strict compliance with EPA, USDA and manufacturer’s instructions. Final approval for use of any and all chemicals on the work site(s) shall rest solely with the City Manager. All chemicals shall be handled in strict accordance with the Federal, State and County regulations.

Responsibilities of and Tasks to be performed by the Vendor 1.

Vendor shall perform the services described in these Technical Specifications.

2.

Vendor shall perform such work with a degree of skill and diligence normally employed by Vendor performing the same or similar services.

3.

Vendor shall provide corrective services in thirty days without charge to the City for services, which fail to meet the standards and the specific guarantee requirements set forth in these Technical Provisions, and are reported to Vendor in writing. Should the Vendor fail or refuse to perform promptly its obligations under this warranty, the City may render or undertake the performance thereof and the Vendor shall be liable for any expenses thereby incurred.

4.

Vendor should take notice that cleaning and inspection operations shall not result in the interruption of sewage service to any customer in the City. Sewage must be controlled within the pipeline at all times.

5.

Vendor shall maintain proper license by the State of Florida to perform the required services during the period of this agreement.

6.

Vendor shall reseal all manholes encountered that were sealed for the control of odors or entry of extraneous water.

7.

Vendor shall notify and request the City for assistance, if needed, in connection with removal, dismantling, and replacements of any special equipment such as cameras or cleaning equipment within the manhole (MH) structures.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 3 of 17

8.

Vendor shall not remove any trees, plants, shrubs, or ornamental vegetation without the prior written consent of property owner and the City.

9.

Vendor shall be in full charge and be responsible for the job site, and all work included in this Contract.

Control of the Work and Materials 1.

Public Convenience: Operations shall be conducted in such a manner as to cause as little inconvenience as possible to property owners and traffic. Convenient access to driveways, houses, and buildings along the line of the work shall be maintained at least each morning and evening, and temporary approaches to crossings or intersecting streets shall be provided and kept in good condition at all times. Vendor shall daily clean-up the work area prior to leaving the work site(s).

2.

Protection and Restoration of Existing Improvements: The Vendor shall be responsible for the protection of public and private property adjacent to the work and shall exercise due caution to avoid damage to such property. The Vendor shall repair or replace all existing improvements within or adjacent to the area of work (i.e. lawns, trees, shrubs, hedges, fences, walls, sprinkler systems, sidewalks, driveways, curbs, gutters, valves, manholes, pavement, etc.) which are damaged or removed as a result of his operations. New improvements shall be constructed and modified to match existing improvements and existing field condition with proper grade.

3.

Repairs and replacements shall be equal to or better than existing improvements, and shall match them in finish and dimension. Old materials shall be replaced with new materials. Full compensation for furnishing all labor, materials, tools, equipment, traffic control, mobilization, and incidentals, and for doing all the work involved in protecting and restoration of existing improvements is considered included in the various contract prices of this contract.

Cleaning and Root Removal This section covers the preparatory cleaning and root removal from sanitary sewer mains prior to the internal inspection of the sewer lines by closed-circuit television. The Vendor shall furnish all necessary materials, labor, equipment, and services required for cleaning the sanitary sewer lines including the removal of roots and debris. The intent of the sewer line cleaning is to remove foreign materials from the lines and restore the sewer to a minimum of 95% of the original carrying capacity. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, upon notice from the Vendor to the City’s Project Manager, the Vendor will not be required to clean those specific segments of the sewer line. 1.

Hydraulic Cleaning Equipment A.

Hydraulically Propelled Equipment--the equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, are used special precautions to prevent flooding of the sewers and public or private property shall be taken.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 4 of 17

B.

2.

3.

High-Velocity Jet (Hydro-cleaning) Equipment – All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. The equipment shall carry its own water tank, auxiliary engines, pumps and hydraulically driven hose reel.

Execution A.

The cleaning equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines.

B.

When cleaning the sanitary mains, if an entire segment of the main cannot be successfully performed from one manhole, the equipment shall be set up in the opposing manhole and cleaning attempted again. If after reversing the setup, successful cleaning cannot be performed or the equipment fails to traverse the entire length of the main segment, it will be assumed that a major blockage exists and the cleaning effort shall be abandoned. The Vendor shall document the cause of the blockage if possible.

Cleaning Precautions A.

During the cleaning and preparation operations all necessary precautions shall be taken to protect the sanitary system from damage. During these operations, precautions shall also be taken to insure that no damage is caused in the use of cleaning equipment. When hydraulically propelled cleaning tools (which depend upon water pressure to provide their cleaning force) or tools which retard the flow in the sewer line are used, precautions shall be taken to insure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible, the flow of sewage in the sewer shall be utilized to provide the necessary water for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant.

B.

If a source of water is needed the Vendor shall obtain one or more hydrant water meter(s) from City. A service charge and refundable deposit is required for each meter. The current rates at the time of advertisement for this bid are as follows: Deposit for a 2” meter Meter Installation Fee Base Rate for a 2” meter Commercial Consumption Rate Tax is 10%

$416.00 $100.00 $53.45 $2.07

(non-refundable) per 1,000 gallons

Please note the rates are subject to change. For verification of current information and fee schedules please call Utility Billing at 813659-4222.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 5 of 17

4.

Material Removal: A.

All sludge, dirt, sand, rocks, grease, roots and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the segment being cleaned. Passing material from segment to segment which could cause line stoppages and/or accumulations of sands shall not be permitted.

B.

Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into the streets, ditches, storm drains or other sanitary sewers.

5.

Disposal of Materials: All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of by the Vendor in a legal and sanitary manner as approved by appropriate authorities, at the Vendor’s cost. The City will allow the vendor to dispose of the materials at a designated area located in the WRF, at no cost to the Vendor.

6.

Root Removal: Special attention should be used during the cleaning operation to assure complete removal of roots from the joints. All roots shall be captured and removed from the line segments.

7.

Acceptance of Cleaning Operation: Acceptance of sewer line cleaning shall be made upon the successful completion of the CCTV inspection. If the CCTV inspection shows the cleaning to be unsatisfactory, the Vendor shall be required to re-clean and re-inspect the sewer line until the cleaning is shown to be satisfactory.

Television Survey/Closed Circuit Television After cleaning, as specified in under, “Cleaning and Root Removal”, each line segment shall be visually inspected by means of closed-circuit television (CCTV) in the presence of the Project Manager or Inspector. The inspection shall be performed one line segment at a time. The flow in the segment being inspected shall be suitably controlled as described under, “Wastewater Flow Control”. 1.

Vendor shall make a video recording of the television inspection and supply three (3) copies to the City. The video recordings shall be in color and give clear video/pictures of conditions of pipelines. All data and video recording will become the sole property of the City without restrictions of future use, duplication, modification, and dissemination. Vendor shall have no vested rights to the completed work and may not sell or reuse it without the City's permission. The project data furnished to the Vendor for use in rendering project services shall remain the property of the City and shall be returned on termination of the agreement. Vendor may not distribute, sell or otherwise use data without permission of the City. A.

The video inspection of each line segment shall be complete and continuous from beginning to end (manhole to manhole, etc.) with no breaks, skips, or blackouts in the video except as provided for failure of the closed circuit television camera to pass through the line, Each video inspection shall be recorded and submitted on a DVD disk. Video inspections of multiple line segments may be on a single DVD disk; provided all the video inspections for those line segments are recorded on the same DVD disk (e.g. When the camera cannot pass through a line segment, the video inspection from the initial set up and the video inspection from the reverse set up shall be recorded and submitted on the same DVD disk).

B.

The recording(s) deemed unacceptable by the City shall be reproduced at no cost to the City including but not limited to the following: incomplete video inspection; video inspections with blackouts; breaks in the video; skips in the footage counter; or other defects found to be unacceptable to the City. When necessary the Vendor shall be

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 6 of 17

required to perform and submit another inspection of the line segment in question at no additional cost to the City. 2.

Vendor shall create pipeline reports, containing the measurement of faults and other features inside the pipeline. This includes measurements of pipe size, laterals, water levels and other features, as well as automatic analysis of pipe ovality.

3.

The camera shall be moved through the line in either direction at a uniform rate stopping when necessary to ensure proper documentation of the sewer's condition but in no case shall the television camera be pulled at a speed greater than thirty feet per minute (30 fpm).

5.

As the camera approaches a lateral connection or substantial defect, the camera progress shall be halted and the camera lens panned to further view the lateral pipe and connection (including looking up the lateral) or defect to thoroughly evaluate its condition.

6.

Manual winches, power winches, TV cable powered rewind or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the line. !f during the inspection operation the television camera will not pass through the entire manhole section, Vendor shall re-set his equipment in a manner so that the inspection can be performed from the opposite maintenance access hole. If again, the camera fails to pass through the entire section, Vendor shall notify the City immediately.

7.

If during the television inspection Vendor encounters a condition where public safety is threatened (such as, but not limited to, a pipe hole, pipe collapse, stoppage, blockage and/or eminent sewer spill) City Project Manager shall be notified immediately. Furthermore, the Vendor shall provide a videotape copy of the section of line containing the condition within 24 hours to City.

8.

If during the television Inspection, the camera is jammed inside the sewer and cannot be retrieved, the Vendor shall not excavate the pipe to retrieve it. Vendor shall inform the City immediately for assistance, but it is Vendor's responsibility to remove the camera and ensure that the sewer is not damaged.

9.

Whenever non-remote powered and controlled winches are used to pull the television camera through the line, telephone, radios or other suitable means of communication shall be set up between the two manholes of the section being inspected to ensure that adequate communications exists between members of the crew.

10.

All existing sanitary sewer manholes accessed for televised inspection shall be located in the field using GPS technology with survey grade accuracy. For the purpose of this project, “survey grade accuracy” shall mean ±0.1 foot.

CCTV Equipment The television camera used for the inspections shall be one specifically designed and constructed for conducting sanitary sewer CCTV inspections. Picture quality and definition shall be to the satisfaction of the Project Manager/Inspector. If the equipment is found to be unsatisfactory, it shall be removed and replaced with adequate equipment at the Vendor’s expense. The video camera shall include a title feature capable of showing the following information at the beginning of the video playback: 1.

The Vendor’s CCTV equipment shall include video cameras, a video monitor cable, power sources, and all equipment necessary to perform a CCTV inspection as outlined in this Technical Specifications.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 7 of 17

2.

The cameras shall meet OSHA requirements for operating in the sanitary sewer environment.

3.

The cameras shall have Pan-and-Tilt capabilities, and shall have a minimum of 360 x 270 degree rotation and illumination sensitivity shall be three lux or less and provide a minimum of 460 lines of resolution. The focal distance shall be adjustable through a range from 35 mm (1 inch) to infinity.

4.

During CCTV inspection, lighting intensity shall be adjusted to minimize glare. Lighting and picture quality shall be adjusted to provide a clear, in-focus picture of the entire periphery of the pipeline for all conditions encountered.

5.

All camera systems shall be able to navigate around minor objects, roots, and debris. The system used to move the camera through the pipe shall not obstruct the camera’s view or interfere with proper documentation of the sewer conditions.

6.

The camera cable shall be retracted to remove slack and to ensure an accurate footage reading.

7.

The distance shall be measured between the exit of the start manhole and the entrance of the finish manhole for a true measurement of the length of the pipe segment, as required by Pipeline Assessment and Certification Program (PACP). It shall be recorded in standard units and the video display readout shall display units to one-tenth of a foot.

8.

The cable footage-counter shall be accurate to plus or minus 3 feet per 1,000 feet. The Vendor shall calibrate their measuring device monthly with a known distance prior to starting the inspection and recording process.

9.

Video inspection and reporting shall be submitted in a NASSCO-compatible format.

10.

The camera lens shall be kept clear of condensation and debris during the CCTV inspection.

11.

A Nationally Recognized Testing Laboratory must approve all electrical equipment, including CCTV cameras, for use in a Hazardous location and wet environments. This equipment must be approved for use in Class I, Division I, and Group 0 Hazardous Locations as defined by the National Fire Protection Association (NFPA) Code 830-1999.

12.

Vendor shall have the ability to communicate with its crew at all times (i.e. cellular phone, radio, etc.)

13.

Vendor shall have replacement equipment available within twenty-four (24) hours in the event of equipment breakdown.

Software Requirements 1.

The Vendor shall perform all CCTV inspections using the Granite XP software compatible. It is intended that the Vendor shall make a continuous digital recording of the complete pipe inspection. The recording shall also be used as a permanent record of defects. Unless directed otherwise by the City, the recording shall be MPEG 4. The Vendor shall store a single video file for each pipeline inspected.

2.

All pictures shall be recorded as a JPEG image. For each picture, indexing shall exist as a separate text file of the observation noted. The data shall be time coded using the elapsed time from the video file. This shall allow the user in WinCan to use the indexing feature and go to that defect with a click instead of fast forwarding or rewinding. All pictures shall have the same file

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 8 of 17

name as the pipeline video plus the footage where the picture is taken, as shown in the following example, or as specified by the City: i. ii. iii. iv. v. vi. viii. ix. x. xi. xii. xiii. 3.

2-447_2-448_20110801_135 (From MH_To MH_YYYYMMDD_Footage) CCTV Time City Name Street Name · Upstream Manhole ID Direction of Survey - Upstream/Downstream Pipe Diameter. Pipe Material Pipe Length, ft (Est.) Weather. Location Code (Ground Cover)

Separate video and data files shall be created for each sewer line segment. In case of reverse setup, such inspection shall be stored in a separate video and data files. If an undocumented manhole is discovered during the inspection, then a separate inspection shall be started for the additional pipe segment.

Video Requirements All CCTV inspections shall be recorded in a DVD format. All DVDs shall be submitted to the Project Manager and will become the property of the City. Each disk shall have the following included in the label printed on the disk: Date and City Name Vendor Name Line Segment Identifiers (Upstream manhole and downstream manhole IDs) Street Name 1.

The Vendor shall make a continuous color digital recording in MPEG 4 format for each pipe segment inspected, unless specified by City.

2.

Video files shall have a minimum resolution of 352 x 240 pixels and an interlaced frame rate at a minimum of 24 frames per second.

3.

Video inspection will not exceed a traverse rate of 30 feet per minute.

4.

The Vendor shall pause the digital recording at any time there is a delay in the inspection and restart the digital video recording in the same digital file. The pause shall in no way affect, freeze, or interrupt the replay of the video and shall not close the video file during the inspection.

5.

Each pipe segment (manhole to manhole) shall be identified with an initial text screen and completed in accordance with PACP’s CCTV inspection form header Instructions and shall be as follows: Line Line Line Line Line Line

# 1: 2: 3: 4: 5:

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Number & Description Surveyed By Street Location Code* Weather* Direction of Survey (upstream/downstream) Page 9 of 17

Line Line Line Line Line Line Line Line

6: 7: 8: 9: 10: 11: 12: 13:

Use of sewer* Pipe Material Pipe Diameter/Height Pipe Length (on plans) Start Manhole Number End Manhole Number Pipe ID (PSR or MMS #) Inspection Time/Date

6.

Line items noted with an asterisk (*) are optional depending on the line capacity of the text overlay equipment.

7.

This data must completely match the data entered in the database header information.

8.

The initial text screen shall appear no more than 15 seconds at the beginning of the video footage, and shall appear before the 360 degree pan of the starting manhole.

9.

During the CCTV inspection, the video shall show the following text at all times: Line Line Line

1: 2:

Line Line

3: 4:

Number Description City Street/ Start Manhole Number/ Direction of Inspection/ End Manhole Number Pipe Material / Pipe Size Inspection Time/Date/Running Total

10.

During the CCTV inspection, the camera shall stop at all joints and defects and significant observations to ensure a clear and focused view of the pipe condition and shall rotate the camera head at the defect to allow for adequate evaluation at a later time.

11.

The video recording shall include on-screen observation text for every observation recorded in the database.

12.

The naming of the video file shall consist of the “FROM MANHOLE STATION NUMBER”, “TO MANHOLE STATION NUMBER”, and the eight digit inspection date, as shown in the following example, or as pre-approved by City: 2-447_2-448_20110801.mp4 (From MH Station_To MH Station_YYYYMMDD)

14.

A full 360 degree pan of all manholes is required. This video footage shall occur at the beginning of each pipe segment survey inspection from the bottom of the manhole panning up the manhole shaft. The Vendor shall cover the manhole opening to prevent too much light from entering the structure and to ensure a clear and focused view of the manhole interior. In instances when the manhole is the terminating manhole, then the pan shall occur at the end of the pipe segment survey inspection.

15.

Video footage shall be taken centered on the pipe with the water level running horizontally. The camera shall run along the invert of the pipe and not at its side, unless it is passing a point obstacle. If extended driving on the side of the pipe is required, then either the pipe needs a more thorough cleaning or an observation should be noted from the PACP codes describing the nature of the obstacle.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 10 of 17

16.

Obstructions may be encountered during the course of the CCTV inspection that prevents the travel of the camera. In instances when obstructions are not passable, the Vendor shall withdraw the equipment and begin a CCTV inspection from the opposite end of the sewer reach.17. If a particular line is inspected more than once, then the Vendor shall include all versions of the inspections in the database. The Vendor shall provide an explanation for the additional inspections in the Remarks section.

Submittals, Deliverables and Review 1.

2.

Submittals A.

Equipment and Materials – The Vendor shall submit for approval a complete list of equipment and materials that is proposed for use in performing the CCTV inspection of the sewer lines.

B.

Logs – The Vendor shall submit for approval a copy of the reporting logs that are proposed for use when inspecting the sanitary sewer system. The Logs are to be utilized in the field for a record of daily cleaning and inspection available for inspection by the City’s representatives. Vendor shall provide an electronic copy of all field inspection and cleaning to be entered into the City’s computer in a format acceptable to the City. For the purpose of backup, a paper copy of the completed log sheets will be kept by the Vendor

C.

Pipeline Assessment and Certification Program (PACP) Certificate – The Vendor shall submit copies of all operators PACP certifications.

D.

Sample Deliverable -- The Vendor shall provide a sample submittal of the CCTV video output, inspection log, digital photos, and inspection evaluation database, after completing approximately 1 to 2 days of CCTV inspection. City staff shall determine the typical video quality, quality of cleaning of the pipe, and judgment exercised on the evaluation of pipe condition. This submittal shall note any changes to the Specifications listed regarding video format, compression or other conditions for review and approval by the City.

E.

A schedule of work shall be submitted to the City for review and approval prior to setting up for work.

Deliverables The vendor shall provide all required items in the format(s) outlined within the timeframe(s) indicated. All deliverables become the property of the City. A.

Report -- A final report formally outlining the findings of the CCTV inspection inclusive of an executive summary shall be provided within two (2) weeks from the completion of the inspections. The vendor shall provide three (3) hard copies in a 3-ring binder labeled Cleaning and Televised Inspection of Sanitary Sewer Lines (include date of report) containing the following information: The report shall also include the following: a. b.

Footage calibration report for each camera · Summary list of all pipeline segments inspected with the following fields in the order listed:· (*NOTE: The table shall be sorted by Start Manhole) i. Column 1: Date of Inspection ii. Column 2: Start Manhole iii. Column 3: Stop Manhole

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 11 of 17

iv. Column 4: Total Pipe Length (per as-built plan) v. Column 5: Televised Length vi. Column 6: Quick Maintenance Rating (per PACP) vii. Column 7: Quick Structure Rating (per PACP) viii. Column 8: Section Number c. Pipe graphic reports (log sheets) of each segment b. An observation table of all pipeline segments inspected with the following fields in the order listed: i. Column 1: Section Number ii. Column 2: Position of Defect iii. Column 3: Observation Code (per PACP) Technical Provisions – Sewer Condition Assessment and CCTV Inspection Services iv. Column 4: Observation Description (per PACP) v. Column 5: Structural Grade (per PACP) vi. Column 6: O&M Grade (per PACP) (*NOTE: The table shall be sorted by Section Number) c. B.

Vendor shall also submit the written report in digitized form.

Video Inspection Results -- The Submittal will consist of: a.

b.

c.

All video recording, image files, databases and reports shall be submitted in a digital format approved by the City and electronically stored in a WinCan V7, PACP database format, for proper data management. The digital CCTV inspections shall be submitted on an external hard drive with USB 2.0 connection or DVD(s). DVD’s or External hard drive(s), binder cover and binder spine label shall include the following information on computer-generated labels: i. City of Plant City Utilities Department ii. General Vendor Name and Sub-Vendor Name iii. Project Name and City Agreement No. iv. Start Date of CCTV Inspections (e.g. MM/DD/YYYY) v. Finish Date of CCTV Inspections (e.g. MM/DD/YYYY) All files included as part of the deliverables shall be contained within one single folder on the DVD or hard drive and labeled with the project name and the date as: Submittal (Project Name_YYYYMMDD_Submital Name)

C.

If requested by the City, the Vendor shall have the ability to provide copies of said DVD recordings within 24 hour of the completed portions of the assignment. Vendor shall have all DVDs and necessary playback equipment readily accessible for review by the City during the life of the contract. The DVDs shall give clear pictures of conditions of pipelines requiring cleaning and any other structural problems. DVD(s) deemed unacceptable by the City shall be reproduced at no cost to the City. DVD shall include the following information: Visual - Manhole ID numbers - Pipe Material - Date of TV Inspection - Current distance along reach (tape counter footage) and

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 12 of 17

-

D.

The Project Inspection Report for each segment shall be as specified above and the database shall contain at least the fields listed below or as specified by the City. All fields shall be completed in accordance with PACP procedures: • • • • • • • • • • • • • • • • • • • • • • • • • • • • •

E.

Printed labels on DVD container and tape cartridge with location information, date format information, and other descriptive information

Surveyed by - Operator Name PACP Certification Number System Owner · Survey Customer (City of Plant City – Utilities Division). Pipe ID CCTV Date CCTV Time · Street Name and Number Further Location Details - nearest cross street name Upstream Manhole ID · Downstream Manhole ID · Direction of Survey - Upstream/Downstream Pipe Diameter Pipe Shape Pipe Material Total Length Survey DVD/Media Number Pre-cleaning Weather Location Code Water Level (initial depth of water surface to invert) Water Mark (depth of high water mark to invert) Observation descriptions Observation - JPEG image (each) Observation - footage (each) Observation - clock position (each) Observation - PACP defect code (each) Observation - comments (each, if any) Schematic of pipeline showing laterals and observations Photographs of major defects or typical pipe condition

Video or DVD and written reports shall be submitted to: City of Plant City Frank I. Coughenour, PE Utilities Director 1803 Spooner Drive Plant City, Florida 33563

3.

Review A.

The video recordings, photographs, and data shall be reviewed by the CITY for focus, lighting, clarity of view, and technical quality.

B.

Videos or photographs recorded while a camera has flipped over in the process of traveling or the viewing of laterals, obstructions, or defects are blocked by cables, skids or other equipment will not be accepted.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 13 of 17

C.

Shape, focus, proper lighting, and clear, distortion-free viewing during the camera operations shall be maintained. Failure to maintain these conditions will result in the rejection of the video and/or photographs by the CITY.

D.

Videos or photographs recorded showing steam, inadequate lighting, or other poor image quality will be cause for rejection by CITY.

Sewage Spills If any form of raw sewage is spilled, discharged, leaked, or otherwise deposited in the open environment due to the Vendor’s work during any form of Wastewater Flow Control, the Vendor is responsible for any cleanup of solids and disinfection of the area affect. This work shall be performed at the Vendor’s expense with no addition cost to the Owner. The Vendor is also responsible for notifying the Utilities Maintenance personnel within 2 hours and complying with any and all regulatory requirements and/or fines at no additional cost to the Owner (City). The Vendor shall complete the attached Vendors Sanitary Sewer Overflow (SSO) form and contact the project manager within 24 hours. 1.

In the event of any Vendor-related overflow or interruption/backup of customer service, the Vendor shall immediately notify the Utilities Maintenance Division and shall contain and eliminate the overflow. The contractor shall also immediately notify the City’s Project Manager.

2.

The Vendor shall be responsible for any fines levied by others, reimbursement of any agency incurred costs, damage, cleanup, restoration of flow, and any disruption of service costs to customers as a result of the Vendor’s work. This is in addition to any and all costs incurred by the customer. City reserves the right to deduct any costs resulting from the above by reducing the amounts from the next invoice owed to the Vendor or by direct billing to the Vendor which shall be paid no later than thirty (30) days following invoice date.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 14 of 17

SANITARY SEWER OVERFLOW FORM Date: To: DEP/EPC From: Date of Event: Time of Event Facility Number and Location

WWTP Name: Permit No.: Time Taken to Repair: Description of Source/Cause (Check One)? … Pump Station Failure … Line Break or Blockage … Failure on Plant Site … Manhole Failure … Other Property damage, if any: Ultimate Destination of the Overflow (check one)? … Into Storm Drain … Into Ditch … On the Street Only Other

… … …

Surface water(s) Contained on Site On adjacent Property with no flow to ditch or … surface water(s)

Steps Taken to Minimize Property Damage: Cause of Discharge: Corrective Action or Plans to Eliminate Future Discharges: Duration and Volume of Overflow/Discharge: Investigate by:

Name: Phone Number:

Problem Reported to City (check one)? …

Yes

…

No

Date:

Time:

Problem Reported to City (check one)? …

Yes

…

No

Date:

Time:

Problem Corrected (check one)?

…

Yes

…

No

Were the Regulatory Agencies Notified 744-6100 ext. 309 … Yes … 637-3600 … Yes … 1-800-330-0519 … Yes …

No No No

Date: Date: Date:

Date:

Time:

Time: Time: Time:

If overflow was caused by Vendor, please complete the following: Vendor’s name: Address: Contact Name: Telephone No.:

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 15 of 17

Measurement and Payment The total contract price shall cover all work required by the Contract Documents. All cost in connection with the proper and successful completion of the work, including furnishing all materials, equipment tools and performing all necessary labor and supervision to fully complete the work, shall be included in the unit price and lump-sum Bid prices. All work not specifically set forth as a pay item in the Bid Form, and be considered a subsidiary obligation of the Vendor and all cost in connection with these subsidiary obligations shall be included in the Bid(s) to provide a complete and functional Project. 1.

2.

3

Unit Price A.

For unit price items, payment shall be made based on the actual amount of work accepted by the Owner and for the actual amount cleaned and or televised and assessed at the final completion of the project as confirmed by final measurements.

B.

After the work is completed and before final payment is made, the Engineer will make final measurements, with all required assistance from the Vendor, to determine final footages of the work accepted as the basis for final payment.

Payment for Increased or Decrease Quantities A.

The quantities that listed in the Bid Form are estimates and for the purpose of bid comparison. When quantities are greater than as stated on the Bid Form, The Vendor shall get the addition work approved by the Owner before proceeding. When quantities are less than as stated on the Bid Form, the changes shall be reflected in a Final Change Order at completion of the project. The Vendor shall accept payment in full at the Contract unit price multiplied by the actual linear feet cleaned and/or, televised and assessed, and accepted by the Owner at the completion of the project. No adjustment of unit price is allowed.

B.

The actual percentage of each lump sum bid item completed by the Contract and accepted by the Owner at the final completion of the Project will paid to the Vendor.

The descriptions provided in the following paragraphs are to be used by the bidder in preparing the Bid Form. They generally indicate how the major work scope items and their respective costs are to be separated into the line items listed in the Bid Form. These descriptions are not fully representative nor all inclusive of the work required to complete the project in accordance with the bid documents. It is the Bidder’s responsibility to include all required costs within the most appropriate line item(s). Bid Item 1: Mobilization/Demobilization – This item shall include and cover the costs for performance of construction, preparatory (inclusive of resident notifications), and overhead operations, including but not limited to movement of personnel and equipment to and from the site, sanitary facilities, project administration and management, insurance, bonds, Owner and Engineer indemnification, temporary utilities, permits related to work, and all other similar activities and facilities necessary for executing this project. Bid Item 2: Hydraulic Flushing and Cleaning – This item shall include and cover the cost for furnishing all labor, equipment, material, and traffic control in accordance with the contract documents for the cleaning of the designated sanitary sewer lines including but not limited to Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 16 of 17

flushing, root removal, debris removal, and any and all work associated with performing the work in accordance with the specification outlined in Number 5 under the Technical Specifications of this document. The Vendor shall be paid for actual linear footage of cleaning. Bid Item 3: Condition Assessment Inspection with GPS equipment with survey grade accuracy – This item shall include and cover the cost for furnishing all labor, equipment, material, and traffic control in accordance with the contract documents for televising and condition assessment with GPS equipment with survey grade accuracy of the sanitary sewer line including but not limited to televising, line assessment per PAC, and assets location with GPS equipment with survey grade accuracy. The Vendor shall be paid for actual linear footage of televising and inspection. Bid Item 4: Site (s) Clean-up and Restoration –This item shall consist of providing the labor, materials, and equipment necessary for restoration of the site(s) to equal or better than the pre-construction condition. The Vendor is responsible for keeping the job site clean for the duration of the contract or until completion of the final inspection. Debris shall be removed as soon as possible. Debris and waste materials, from the job site is not allowed on private property and shall be removed immediately if found. All debris shall be disposed of at a location approved location per the State, County and Local regulations for the classification of debris being disposed. The Vendor shall be responsible for a general cleanup of all construction operations. Trash, debris, removed pavement, stripped soil, and excess materials must be hauled away and the premises cleaned and graded to a condition at least equal to that existing before the start of construction. Failure to comply fully with this requirement will result in withholding approval by the Engineer of periodic estimates for partial payment. When work at the job site is suspended, the Vendor shall continue to maintain the job site as clean as possible. This item shall be paid per contract lump sum price, for a cleaned and fully restored site(s) accepted by the Owner.

Attachment A—Project Scope and Specifications Cleaning and Televised Inspection of Sanitary Sewer Lines

Page 17 of 17

Suggest Documents