HomeMy WebLinkAboutR-2022-088 Awarding 2022 Indian Hills CIPP Project to SAK Construction, LLC RESOLUTION NO. R-2022-088
A RESOLUTION AWARDING CONSTRUCTION OF THE 2022 INDIAN HILLS CIPP
PROJECT AND APPROVING THE AGREEMENT BETWEEN THE CITY AND SAK
CONSTRUCTION, LLC FOR CONSTRUCTION OF SUCH PROJECT
WHEREAS, SAK Construction, LLC provided a bid to St. Joseph, Missouri for Cast-In-Place Pipe
(CIPP); and
WHEREAS, SAK Construction, LLC agrees to honor the pricing of the St. Joseph, Missouri bid for
the City of Riverside project; and
WHEREAS, SAK Construction, LLC agrees to meet the standard specifications of the City of
Riverside as incorporated in the attached project manual; and
WHEREAS, the City of Riverside desires to work with SAK Construction, LLC using the attached
project manual and St. Joseph, Missouri pricing; and
WHEREAS, the City of Riverside has been awarded a Platte County Stormwater Grant in the
amount of$40,000 applicable to the Project; and
WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a contract
with SAK Construction, LLC to perform the Project.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF
THE CITY OF RIVERSIDE MISSOURI AS FOLLOWS:
THAT the proposal of SAK Construction, LLC for the construction of the 2022 Indian Hills
CIPP Project in the amount of$88,246.13 is hereby accepted and approved; and
FURTHER THAT an agreement by and between the City of Riverside and SAK
Construction, LLC in substantially the same form as attached hereto in Exhibit "A" and
incorporated herein by reference is hereby authorized and approved, and the Mayor is
authorized to execute the same on behalf of the City; and
FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are hereby
authorized to execute all documents and agreements necessary or incidental to carry out the
terms and conditions of such bid award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside
Missouri the 161h day of August 2022.
WalteDik?r L/
Kathleen L. Rose, M
��A T:e
Clerk Kincaid, City Clerk
EXHIBIT "A"
2022 INDIAN HILLS CIPP PROJECT
PROJECT MANUAL
2022 INDIAN HILLS CIPP PROJECT
PROJECT NO: 153-025
The City of Riverside, Missouri
July 22, 2022
TABLE OF CONTENTS
DIVISION 0 - PROPOSAL AND CONTRACT DOCUMENTS
SAK EXISTING CONTRACT WITH ST. JOSEPH, MISSOURI
SAK PROPOSAL BASED ON ST. JOSEPH, MO PRICING
AFFIDAVIT for WORK AUTHORIZATION
AGREEMENT
EXHIBIT A PAYMENT BOND
EXHIBIT B TIME FOR COMPLETION
EXHIBIT C SCOPE OF WORK
EXHIBIT D TECHNICAL SPECIFICATIONS
EXHIBIT E NOTICE TO PROCEED
EXHIBIT F EXAMPLE - APPLICATION FOR PAYMENT FORM
EXHIBIT G EXAMPLE -CHANGE ORDER FORM
EXHIBIT H CERTIFICATE OF SUBSTANTIAL COMPLETION
EXHIBIT I CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
EXHIBIT 1 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
EXHIBIT K ENGINEER/CONSULT.CERT. for Acceptance& Final Payment
EXHIBIT L ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION
SPECIFICATIONS
DIVISION I —GENERAL REQUIREMENTS
Section Description
01015 CONTRACTOR USE OF PREMISES
01030 SPECIAL CONDITIONS
01040 COORDINATION
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 CONSTRUCTION SCHEDULE
01410 TESTING LABORATORY SERVICES
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01570 TEMPORARY TRAFFIC CONTROL
DIVISION 2—SITEWORK
Section Description
02532 CURED-IN-PLACE PIPE
DIVISION 0 - PROPOSAL AND CONTRACT
DOCUMENTS
636.385.1000 tel
4°
*iifrS A K 636.385.1100 fax
864 Hoff Road
O'Fallon.MO 63366
Pipeline Infrastructure.Solved.'" www.sakcon.com
February 27,2019
City of St.Joseph,MO
1100 Frederick Avenue
St.Joseph,MO 64501
Mr.Keven Schneider:
SAK Construction,LLC is pleased to offer The City of St.Joseph,MO the following pricing per the TCPN National IPA
purchasing agreement:
Tab 6-Pricing
Not to Exceed Pricing
• TCPN requests pricing be submitted as not to exceed for any participating entity
• Unlike fixed pricing the awarded vendor can adjust submitted pricing lower if needed,but cannot
exceed original pricing submitted for solicitation.
• Vendor must allow for lower pricing to be available for similar product and service purchases.
Quantity Unit Unit Price
Section A: Cured-in-place pipe(CIPP)reconstruction of
gravity sewers Part 1-Installation
6"x4.5mm 1 LF $36.00
8"x 4.5mm 1 LF $26.50
10"x 6.0mm 1 LF $31.00
12"x 6.0mm 1 LF $46.00
15"x 7.5mm 1 LF $52.00 1.1
18"x 9.0mm 1 LF $82.50
21"x9.0mm 1 LF $110.50
24"x 10.5mm 1 LF 5125.00
27"x 10.5mm 1 IF $127.50
30"x 12.0mm 1 IF 5130.00
33"x 12.0mm 1 LF $132.50
36"x 12.0mm 1 LF $135.00
42"x 13.5mm 1 LF $287.85
48"x 15.0mm 1 LF $412.00
54"x 18.0mm 1 LF $543.50
6"&8"Additional 1.5mm 1 LF $1.00
10"&12"Additional 1.5mm 1 LF $2.00
15"&18"Additional 1.5mm 1 LF $10.00
21"&24"Additional 1.5mm 1 LF $15.00
27"Additional1.5mm 1 LF $25.00
30"Additional 1.5mm 1 LF $25.00
33"Additional1.5mm 1 LF $30.00
36"Additional 1.5mm 1 LF $30.00
42"Additional1.5mm 1 LF $40.00
48"Additional 1.5mm 1 LF $50.00
54"Additional1.5mm 1 LF $60.00
6"-10"Backyard Easement Setup Per Install Length 1 LF $4.00
12"-18"Backyard Easement Setup Per Install Length 1 IF $10.00
Timber Matting for Large Diameter Setup 1 SY $20.00
Internal Reconnection of service connection by robotic cutter 1 EA $300.00
Sealingof service connection w/chemical grouting after internal reconnection,minimum quantity 1 EA $450.00
of 15 to be completed per mobilization.
Note:Any CIPP over 54"diameter will be on an individual quote basis.
Part 2-Clean/TV&Evaluation for Gravity Sewers associated with CIPP installation
6"-12"Clean&TV sewer 1 LF $5.50
15"-21"Clean&TV sewer 1 LF $11.25
24"-33"Clean&TV sewer 1 LF $19.75
36"&42"Clean&TV sewer 1 LF $30.50
48"&54"Clean&TV sewer 1 LF $60.00
6"-15"Pos TV Insoec ion after Rehabili a ion 1 LF 52.50
18"-27"Post TV Inspection after Rehabilitation 1 LF $4.00
30"or Larger Post TV Inspection after Rehabilitation 1 IF $5.50
Re-setup for clean&TV Inspection Due to Point Repairs 1 EA $350.00
Root Removal(added to Clean&TV price) 1 IF $5.00
Grease Removal(Added to Clean&TV price) 1 IF $5.00
Other Remote Obstruction Removal(max.10 LF) 1 EA $1,375.00
Sanitary Sewer Debris Removal/Disposal 1 TON $100.00
Above Ground Physical Inspection 1 LF $4.00
Part 3-Bypass pumping system for gravity sewers
Set Up4"Pump(Per Pump) 1 EA $455.00
Set Up 6"Pump(Per Pump) 1 EA $1,060.00
Set Up 8"Pump(Per Pump) 1 EA 51,515.00
Set Up 12"Pump(Per Pump) 1 EA $2,675.00
Set Up4"Piping 1 LF $37.50
Set Up 6"Piping 1 LF $46.50
Set Up 8"Piping 1 IF $80.00
Set up 12"Piping 1 LF $110.00
Set up 18"Piping 1 LF $135.00
Operate 4"Pumping System 1 DAY $95.00
Operate 6"Pumping System 1 DAY $715.00
Operate 8"Pumping System 1 DAY $1,145.00
Operate 12"Pumping System 1 DAY $1,845.00
Bypass Pumping-Lg Diam Install Projects(30"to 54") 1 IF $75.00
Bypass-Driveway Ramp(Setup,Operate,Maintain) 1 EA $465.00
Bypass-Street Ramp(Setup,Operate,Maintain) 1 EA $465.00
Bypass-Street Trenching for 8"Pipe(Setup,Operate,Maintain) 1 LF $68.00
Bypass-Street Trenching for 12"Pipe(Setup,Operate,Maintain) 1 LF $91.00
Bypass-Street Trenching for 18"Pipe(Setup,Operate,Maintain) 1 IF $113.50
Bypass Plan(3rd Party Certified) 1 EA $2,170.00
Section B:CIPP renewal of Potable Water Mains&Pressure Pipes
6"diameter liner 1 LF $150.00
8"diameter liner 1 IF $200.00
10"diameter liner 1 LF $250.00
12"diameter liner 1 IF $300.00
14"diameter liner 1 LF $350.00
16"diameter liner 1 LF $400.00
18"diameter liner 1 LF $450.00
20"diameter liner 1 LF $500.00
24"diameter liner 1 LF $600.00
Re-opening of service connections internally(6"to 12"host pipes only) 1 EA $500.00
Setup fee per liner installation 1 EA $3,500.00
For any pits required refer to"Installation and Valve,Hydrant or Service Connection Pits"in Section C
Section C: Pipe Bursting with HDPE for Sewer Lines
HDPE DR 19
6-inch diameter 1 LF $35.50
8-inch diameter 1 LF $40.50
10-inch diameter 1 LF $45.50
12-inch diameter 1 LF $50.50
14-inch diameter 1 LF $72.50
16-inch diameter 1 LF $93.00
18-inch diameter 1 LF $115.00
20-inch diameter 1 LF $139.00
Setup fee per Pipe Bursting segment 1 EA $2,000.00
Manhole Connections
6-inch 1 EA $150.00
8-inch 1 EA $200.00
10-inch 1 EA $250.00
12-inch 1 EA $300.00
14-inch 1 EA $350.00
16-inch 1 EA $400.00
18-inch 1 EA $450.00
20-inch 1 EA $500.00
Installation and Valve,Hydrant or Service Connection Pits(add Fittings,etc.cost from Section H)
6-12 inch pipe connection
a)0-4 feet deep 1 EA $3,500.00
b)4-6 feet deep 1 EA $5,500.00
c)6-10 feet deep 1 EA $7,500.00
Clean-out Installation
4-inch 1 EA $375.00
6-inch 1 EA $475.00
For any pits required refer to"Installation and Valve,Hydrant or Service Connection Pits"above
Sewer Lateral Pipe Bursting
4-inch 1 LF $31.25
6-inch 1 LF $35.50
For any pits required refer to"Installation and Valve,Hydrant or Service Connection Pits"above
Pipe fusing-applicable to all Polyethylene processes listed on this contract(typically 50 foot joints)
Setup fee per pull segment 1 Per Segment $2,500.00
6 thru 12 inch 1 Per Pipe Joint $400.00
13 thru 18 inch 1 Per Pipe Joint 5575.00
20 thru 24 inch 1 Per Pipe Joint $950.00
30thru 42inch 1 Per Pipe Joint $1,800.00
43 thru 48 inch 1 Per Pipe Joint $2,800.00
Section D:Polyethylene(PE)Sewer Pipe Sliplining
PE Pipe DR 22.5
4-inch 1 LF $25.25
6-inch 1 LF $30.25
8-inch 1 LF $35.50
10-inch 1 LF $40.50
12-inch 1 LF $45.50
Installation Equipment Setup Fee per pipe liner segment insertion 1 EA $7,500.00
AnnularSpace-Grouting 1 CY $303.00
For access pits required refer to"Installation and Valve,Hydrant or Service Connection pits"in Section C
Section E: Manhole and Structure Rehabilitation
Manhole Rehabilitation(std 4-ft diameter)-1-inch Portland-based cementitious 1 VF $172.50
Manhole Rehabilitation(std 5-ft diameter)-1-inch Portland-based cementitious 1 VF $184.00
Manhole Rehabilitation(std 6-ft diameter)-1-inch Portland-based cementitious 1 VF $195.50
Manhole Rehabilitation(std 4-ft diameter)-1-inch Calcium-aluminate-based cementitious 1 VF $230.00
Manhole Rehabilitation(std 5-ft diameter)-1-inch Calcium-aluminate-based cementitious 1 VF $264.50
Manhole Rehabilitation(std 6-ft diameter)-1-inch Calcium-aluminate-based cementitious 1 VF $299.00
Manhole Rehabilitation(std 4-ft diameter)-125 mil Epoxy/Polyurea 1 VF $345.00
Manhole Rehabilitation(std 5-ft diameter)-125 mil Epoxy/Polyurea 1 VF $402.50
Manhole Rehabilitation(std 6-ft diameter)-125 mu Epoxy/Polyurea 1 VF $460.00
Manhole Rehabilitation(std 4-ft diameter)-1-inch Geopolymer liner 1 VF $460.00
Manhole Rehabilitation(std 5-ft diameter)-1-inch Geopolymer liner 1 VF $517.50
Manhole Rehabilitation(std 6-ft diameter)-1-inch Geopolymer liner 1 VF $575.00
Manhole Rehabilitation(std 4-ft diameter)-Composite-1"cementitious+125 mils Epoxy/Polyurea 1 VF $690.00
Manhole Rehabilitation(std 5-ft diameter)-Composite-1'cementitious+125 mils Epoxy/Polyurea 1 VF $747.50
Manhole Rehabilitation(std 6-ft diameter)-Composite-1"cementitious+125 mils Epoxy/Polyurea 1 VF $805.00
Rebuild Bench and Invert 1 EA $1,150.00
Lift/Pump Station Rehab-125 mils Epoxy/Polyurea 1 SF $92.00
Lift/Pump Station Rehab-Composite-1"cementitious+125 mils Epoxy/Polyurea 1 SF $201.25
Lift/Pump Station Rehab-Composite-each additional 1/2 inch cementitious liner 1 SF $28.75
Lift/Pump Station Rehab-1"Geopolymer liner 1 SF $166.75
Lift/Pump Station Rehab-Geopolymer liner each additional 1/2 inch 1 SF $46.00
WWTP Structure Rehab-125 mil Epoxy/Polyurea 1 SF $92.00
WWTP Structure Rehab-Composite-1"Cementitious+125 mils Epoxy/Polyurea 1 SF $201.25
WWTP Structure Rehab-Composite-each additional 1/2 inch cementitious liner 1 SF $28.75
WWTP Structure Rehab-1"Geopolymer liner 1 SF $166.75
WWTP Structure Rehab-Geopolymer liner each additional 1/2 inch 1 SF $46.00
Vacuum Test Manhole(12"mainline and smaller) 1 EA $460.00
Holiday Test Manhole(Epoxy only) 1 EA $460.00
Sewer Structure Rehab(non-circular or manholes greater than 4-ft diameter)-1"cementitious 1 SF $40.25
Sewer Structure Rehab(non-circular or manholes greater than 4-ft diameter)-Epoxy/Polyurea 1 SF $92.00
Sewer Structure Rehab(non-circular or manholes greater than 4-ft diameter)-1"Geopolymer 1 SF $166.75
Installation of FRP rehab structures up to 6'depth(std 4'diameter) 1 EA $2,070.00
Additional depth for FRP rehab structures(std 4'diameter) 1 VF $460.00
All sizes installation of Manhole Chimney Seal 1 EA $634.80
New manhole frame and cover-24" 1 EA $977.50
New manhole frame and cover-32" 1 EA $1,725.00
Adjust manhole frame and cover up to 1 ft 1 EA $1,092.50
Adjust manhole frame and cover over 1 ft 1 VF $575.00
Invert installation-4'diameter 1 EA $1,610.00
Invert installation-5'diameter 1 EA $1,725.00
Invert installation-6'diameter 1 EA $1,955.00
Invert installation-other configurations 1 SF $2,875.00
Grouting of heavy infiltration to facilitate manhole rehab 1 EA MH $1,515.00
Section F: Gravity Sewer CIPP Lateral Renewal Systems
4"-6"internal installation and cure of lateral liner with full wrap connection up to 20"from main 1 EA $2,250.00
4"-6"Internal installation of lateral liner with top hat connection up to 5'from main<15"dia-No cleanout
required 1 EA $3,200.00
4"-6"Internal installation and cure of top hat shaped structure up to 20'from main<15"dia-Cleanout
required 1 EA $5,000.00
4"-6"Installation and cure of structural lateral liner from main beyond 20'from main<15"dia 1 LF $60.00
4"-6"Installation and cure of structural lateral liner from surface clean out to main 1 LF $150.00
4"-6"Set-up charge per line section for installations of<20 total laterals per project 1 EA $2,000.00
4"-6"installation of a surface cleanout or access pit for Items#2 1 EA $3,000.00
Section G:Spin Cast Geopolymer Pipe Lining for Sanitary and Storm Sewer Lines
30"Storm Pipe-QLS Rehabilitation-1."Thickness 1 LF $517.50
36"Storm Pipe-QLS Rehabilitation-1."Thickness 1 LF $368.00
42"Storm Pipe-QLS Rehabilitation-1."Thickness 1 IF $402.50
48"Storm Pipe-QLS Rehabilitation-1."Thickness 1 LF $465.75
54"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 IF $546.25
60"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF S661.25
66"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $822.25
72"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $977.50
78"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 IF 51,063.75
84"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $1,236.25
90"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $1,380.00
96"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $1,725.00
102"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $2,070.00
1
108"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $2,645.00
Greater than 108"Storm Pipe-QLS Rehabilitation-1.5"Thickness 1 LF $3,105.00
Non-CircularSewerPipe/Tunnel 1 SF $51.75
30"Sanitary Sewer-QLS Rehabilitation-1."Thickness 1 LF $517.50
36"Sanitary Sewer-QLS Rehabilitation-1."Thickness 1 LF $368.00
42"Sanitary Sewer-QLS Rehabilitation-1."Thickness 1 LF $402.50
48"Sanitary Sewer-QLS Rehabilitation-1"Thickness 1 LF $465.75
54"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $546.25
60"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $661.25
66"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $822.25
72"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $977.50
78"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $1,063.75
84"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $1,236.25
90"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $1,380.00
96"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $1,725.00
102"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $2,070.00
108"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $2,645.00
Greater than 108"Sanitary Sewer-QLS Rehabilitation-1.5"Thickness 1 LF $3,105.00
Each Additional.5"Thickness 1 SF $13.80
Reinforcement with Welded Wire Fabric-4X4W4 1 SF(of WWF) $17.25
Reinforcement with Rebar X3 1 LF(of Rebar) $11.50
Reinforcement with Rebar X4 1 LF(of Rebar) $23.00
Reinforcement with Rebar#5 1 LF(of Rebar) $46.00
Infiltration Control-Quad-Plug 1 GALLON $115.00
Infiltration Control-Quad-Plug 1 PAIL $57.50
Rebuild Invert 1 CF $86.25
Joint Preparation 1 IF $23.00
Antimicrobial Application 1 SF $5.75
Channel Excavation 1 CY $57.50
Debris Removal 1 CY $74.75
Clearing and Grubbing 1 AC $5,175.00
1 Tree Removal(6"-12") 1 EA $1,725.00
Tree Removal(13"-23") 1 EA $2.00
Tree Removal(>24") 1 EA $3,450.00
Rework Catchbasin Cover To Accept New Manhole Covers 1 EA $1,380.00
Service Lateral Reinstatement-Man Entry 1 EA $287.50
Section H:Additional Items which may apply to each section above
'PassThrough
Bonds and Insurance 1 LS Cost
'Bonds are a%and insurance is as quoted.These are a pass through cost.
Pre-Construction Video 1 Day 51,000.00
Erosion Control 1 LF $1.50
Chemical Grouting 1 GAL $350.00
Maintenance Of Traffic(Residential/Non-DOT Regulated)
a) Signage 1 Ea-Month $1,000.00
b) Flagmen 1 HR $45.50
c) Arrow Board 1 Day/EA $250.00
d) Traffic Control Plan(certified) 1 EA $2,500.00
Excavation/Backfill
a) 0-4 feet deep 1 Cubic Ft $2.00
b) 4-6 feet deep 1 Cubic Ft $3.00
c) 6-10 feet deep 1 Cubic Ft $4.00
d) over 10 feet deep refer to Section M
Install PVC Sewer Piping
8"-12" 1 LF $150.00
15"-21" 1 LF $250.00
24"-30" 1 LF $350.00
Electrofuse Couplings
10-inch 1 EA $1,500.00
12-inch 1 EA $1,675.00
14-inch 1 EA $2,200.00
18-inch 1 EA $3,675.00
20-inch 1 EA $6,050.00
24-inch and larger price based on Section M time and material cost plus basis
Poly flanges with Backup rings(bolts not included)
10-inch 1 EA 51,100.00
12-inch 1 EA $1,150.00
14-inch 1 EA $1,650.00
18-inch 1 EA $2,350.00
20-inch 1 EA $2,675.00
24-inch and larger price based on Section M time and material cost plus basis
Poly M.I Adapters with Backup rings(bolts not included)
10-inch 1 EA $1,100.00
12-inch 1 EA $1,150.00
14-inch 1 EA $1,650.00
18-inch 1 EA $2,350.00
20-inch 1 EA $2,675.00
24-inch and larger price based on Section M time and material cost plus basis
S.S.HDPE pipe stiffeners
10-inch 1 EA $850.00
12-inch 1 EA $915.00
14-inch 1 EA $1,125.00
18-inch 1 EA $1,775.00
20-inch 1 EA $2,650.00
24-inch and larger price based on Section M time and material cost plus basis
Ductile Iron 90/45/22.5 degree elbows/fittings(bolts not included)
12" 1 EA $2,500.00
14" 1 EA $3,500.00
18" 1 EA $7,500.00
20" 1 EA $10,000.00
24" 1 EA $15,000.00
Mega Lugs
12" 1 EA $1,500.00
14" 1 EA $3,500.00
18" 1 EA $7,500.00
20" 1 EA $10,000.00
24" 1 EA $15,000.00
Sleeves
12" 1 EA $1,050.00
14" 1 EA $1,350.00
18" 1 EA $1,950.00
20" 1 EA $2,250.00
24-inch and larger price based on Section I,time and material cost plus basis
Trench Shoring
a) 4-6 feet deep 1 LFTrench/week $5.00
b) 6-10 feet deep 1 LF Trench/week $10.00
c) over 10 feet deep refer to section M
Surface Restoration
a) Sod 1 SY $18.00
b) 4-inch concrete 1 SY $72.00
c) 6-inch concrete 1 SY $108.00
d) 8-inch concrete 1 SY $126.00
e) 2-inch asphalt 1 SY $36.00
f) 3-inch asphalt 1 SY $54.00
g) 2.5-inch asphalt concrete 1 SY $54.00
h) Curb 1 LF $25.00
Material extras
a)Lime Rock 1 Ton $35.00
b)57/Washed Stone 1 Ton $30.00
c)Imported Sand 1 Ton $25.00
d)Gravel 1 Ton $30.00
To further clarify Section A:Cured-in-place pipe(CIPP)reconstruction of gravity sewers Part 1-Installation—Items 1-12(6"to
36"CIPP)below is a list of inclusions and exclusions for CIPP work orders:
INCLUSIONS
• Pipeline cleaning,measuring of pipe and diameter,televising,and service connection identification via CCTV.
• Bypass Pumping for 8"-24"pipe(up to a 4 inch pump).
• CIPP Installation,curing,and end cutting per ASTM F-1216 latest revision.
• Live service connection reinstatement.Only capped services will not be cut.
• CCTV Acceptance Inspection.
• Traffic Control.
• Price includes one mobilization per work order.
• Performance and Payment Bonds per work order.
EXCLUSIONS:
• Emergency Work to be priced separately.
• Bypass over 24"pipe or for situations where pumping needs exceed a 4 Inch pump,bypass will be priced as a
separate item(extra).
• Point Repairs
• Heavy Cleaning(concrete/brick removal,cutting hanging gaskets/rebar,etc.)
NOTES:
This proposal assumes that the pipe can be lined without excavation(point repairs excluded).
In the event that after pre-cleaning/CCTV inspection an obstruction is found that will impede the lining,the necessary
repair(s),cleaning/CCTV pre and post repair,and additional mobilization(if necessary)may be negotiated with the City of St.
Joseph.
Thank for the opportunity to provide this pricing through the collective bargaining agreement,which you are a member.We
value the relationship that we have with you and we look forward to continuing that working relationship for many years to
come.
Sincerely,
SAK Construction,LLC
(.ark C. show
Cary Shaw
Business Development CIPP—Central Region
Accepted By Date
Printed Name
Title
636.385.100
S A K 636.38 fax
864 Hoffff 1 Road fa Road
O'Fallon,MO 63366
Pipeline Infrastructure.Solved."' www.sakcon.com
July 21, 2022
City of Riverside
2950 NW Vivion Road
Riverside, MO 64150
Re: Riverside, MO —2022 CIPP
Noel Bennion:
SAK Construction, LLC is pleased to offer the following quotation on the above referenced
project per City of St. Joseph, MO terms:
Item Description Diameter Quantity Unit Price Total Price
1 CCTV Pre-CIPP Investigation, 15"-21" Pipe 15"-21" 448 LF $11.25 $5,040.00
2 Cured-in-Place Pipe, 15" diameter 15" 204 LF $149.00 $30,396.00
3 Cured-in-Place Pipe, 18" diameter 18" 244 LF $205.00 $50,020.00
4 CCTV Post Inspection,6" - 15" Pipe 6"-15" 204 LF $2.50 $510.00
5 CCTV Post Inspection, 18" - 27" Pipe 18"-27" 244 LF $4.00 $976.00
Total $86,942.00
Payment Bond = $1,304.13
INCLUSIONS:
TOTAL = $88,246.13
• Normal pipeline cleaning, measuring of pipe and diameter, and televising.
• CIPP Installation, curing, and end cutting per ASTM F-1216 latest revision.
• Live service connection reinstatement. Only capped services will not be cut.
• CCTV Acceptance Inspection.
• Traffic Control.
• Price includes one mobilization.
EXCLUSIONS:
• Grouting of voids in pipe, if necessary, prior to CIPP lining.
• Removal/Trimming of protruding taps, hanging gaskets, etc.
• Any special insurance required, i.e., railroad protective insurance.
• Heavy Traffic Control, Traffic Control Plans, Flaggers, and Arrow Boards.
• Access into the site. We will need access for our equipment.
• Point repairs.
• Permits.
• Performance and Payment Bonds (Add 1.5% if bonding is needed).
NOTE:
This proposal assumes that the pipe can be lined without excavation (point repairs excluded).
In the event that after pre-cleaning/CCTV inspection an obstruction is found that will impede the
lining, the necessary repair(s), cleaning/CCTV pre and post repair, and additional mobilization (if
necessary) may be negotiated with the Prime Contractor/Owner.
This proposal and its unit prices assume that the lengths of each pipe segments provided are
accurate. If the actual length of a segment to be lined is more than 10% less than given, the
price of that segment may be negotiated with the Prime Contractor/Owner at a higher unit price
or lump sum.
PAYMENT TERMS:
• Net 30 days after receipt of an invoice
• Partial monthly payments will be requested
• Final Payment in full within 30 days of completion of SAK work
Thank you for the opportunity to quote on this project. Please call with any questions.
Sincerely,
SAK Construction, LLC
TJf Vu gu.ssev‘,
Tim Bussen
General Manager— Central Region
Accepted By Date
Printed Name:
Title:
AFFIDAVIT for WORK AUTHORIZATION
(as required by Section 285.530,Revised Statutes of Missouri)
As used in this Affidavit,the following terms shall have the following meanings:
EMPLOYEE: Any person performing work or service of any kind or character for hire within the State of
Missouri.
FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work
authorization programs operated by the United States Department of Homeland Security or an equivalent federal
work authorization program operated by the United States Department of Homeland Security to verify
information of newly hired employees,under the Immigration Reform and Control Act of 1986(IRCA),P.L.
99-603.
KNOWINGLY:A person acts knowingly or with knowledge,
(a)with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of
the person's conduct or that those circumstances exist;or
(b)with respect to a result of the person's conduct when the person is aware that the person's conduct is
practically certain to cause that result.
UNAUTHORIZED ALIEN:An alien who does not have the legal right or authorization under federal law to
work in the United States,as defined in 8 U.S.C. 1324a(h)(3).
State of )
County of ) ss:
BEFORE ME,the undersigned notary, personally appeared , who, being duly
sworn,states on his/her oath or affirmation as follows:
1.My name is and I am currently the
of (hereinafter"Contractor"), whose business address is
,and I am authorized to make this Affidavit.
2.I am of sound mind and capable of making this Affidavit,and am personally acquainted with the facts
stated herein.
3. Contractor is enrolled in and participates in a federal work authorization program with respect to the
employees working in connection with the following services contracted between Contractor and the City of
Riverside: 2022 INDIAN HILLS CIPP PROJECT(Project No. 153-025).
4.Contractor does not knowingly employ any person who is an unauthorized alien in connection with the
contracted services set forth above.
5.Attached hereto is documentation affirming Contractor's enrollment and participation in a federal work
authorization program with respect to the employees working in connection with the contracted services.
Further,Affiant sayeth not.
Signature of Affiant
Printed Name:
Subscribed and sworn to before me this day of ,20_
Notary Public
*PLEASE NOTE: Acceptable enrollment and participation documentation consists of the following 2 pages of the E-Verify
Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contractor;and (2)a valid copy
of the signature page completed and signed by the Contractor,and the Department of Homeland Security—Verification.
14
AGREEMENT
BETWEEN
CITY OF RIVERSIDE, MISSOURI AND
Contractor:
FOR
COMPLETION OF
2022 INDIAN HILLS CIPP PROJECT
Project No. 153-025
ORDINANCE / RESOLUTION NO.:
CONTRACT PRICE: $88,246.13
15
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
2022 INDIAN HILLS CIPP PROJECT
Project No: 153-025
THIS AGREEMENT, made and entered into as of the 16th day of August, 2022, by
and between the City of Riverside, Missouri (`City"), and SAK Construction, LLC
("Contractor"), shall govern all Work to be provided by Contractor for City on the Project.
WHEREAS, City, under the provisions of Resolution No. , duly
approved on the 16'" day of August, 2022 and by virtue of the authority vested in City by the
general ordinances of City, intends to enter into one or more contracts for the Project;and
WHEREAS, the Mayor is authorized and empowered by City to execute contracts on
behalf of City, and the City Administrator (`Administrator") is authorized to perform
Administrator's functions set forth in this Agreement; and
WHEREAS, Administrator may designate one or more engineers, architects, or other
persons to assist Administrator in performing Administrator's functions under this Agreement;
and
WHEREAS, City desires to enter into an agreement with Contractor to obtain labor,
services, materials, supplies, tools, equipment, supervision, management, and other items as
set forth in this Agreement; and
WHEREAS, Contractor represents that Contractor is equipped, competent, and able to
provide all the Work, in accordance with this Agreement;
NOW THEREFORE,in consideration of the mutual covenants and consideration herein
contained, IT IS HEREBY AGREED by City and Contractor as follows:
ARTICLE I
DEFINITIONS
As used in this Agreement and the other Contract Documents, the following words and
phrases shall have the respective meanings set forth below. Any capitalized terms used but not
defined in this Agreement shall have the meanings given to such terms in the other Contract
Documents.
A. "Administrator"has the meaning set forth in the recitals of this Agreement.
B. "Application for Payment" has the meaning set forth in Article VI, Paragraph A
of this Agreement.
C. "City" has the meaning set forth in the preamble of this Agreement.
16
D. "Change Order" means a change to the Project, which has been approved in
accordance with the terms of this Agreement, specifically including, without limitation, the
requirements set forth in Article VII of this Agreement.
E. "Contract Amount" has the meaning set forth in Article III, Paragraph A of this
Agreement.
F. "Contract Documents"has the meaning set forth in Article V,Paragraph A of this
Agreement.
G. "Contractor"has the meaning set forth in the preamble of this Agreement.
H. "Notice to Proceed" has the meaning set forth in Article IV, Paragraph A of this
Agreement.
I. "Project" means the building, facility, and/or other improvements for which
Contractor is to provide Work under this Agreement.The Project may also include construction
by City or others.
J. "Resident Project Representative" means the following employee of the City of
Riverside who shall manage the Project on behalf of the City: Travis Hoover -
thoover@riversidemo.gov 816-372-9004.
K. "Subcontractor" means a person, firm or corporation supplying labor and
materials or only labor for the Work for, and under separate contract or agreement with, the
Contractor.
L. "Substantial Completion" means the stage in the progress of the Work where the
Work or designated portion is sufficiently complete in accordance with the Contract
Documents so that the City can occupy or utilize the Work for its intended use.
M. "Work"or"Work on the Project"means work to be performed at the location of
the Project, including the transportation of materials and supplies to or from the location of the
Project by employees of the Contractor and any Subcontractor. Work shall include all labor,
services, materials, supplies, tools, equipment, supervision, management, and anything else
necessary to accomplish the results and objectives described in Exhibit C(Scope of Work)and
Exhibit D (Technical Specifications) to this Agreement and the other Contract Documents, in
full compliance with all requirements set forth in the Contract Documents,subject to additions,
deletions, and other changes as provided for in this Agreement. The Work may refer to the
whole Project, or only a part of the Project if work on the Project also is being performed by
City or others.
ARTICLE II
THE PROJECT AND THE WORK
A. Contractor shall provide and pay for all Work for the Project.
17
B. Contractor represents that it has evaluated and satisfied itself as to all conditions
and limitations under which the Work is to be performed, including,without limitation,(I)the
location, condition, layout, and nature of the Project site and surrounding areas, (2) generally
prevailing climatic conditions, (3) labor supply and costs, and (4) availability and cost of
materials,tools,and equipment.City shall not be required to make any adjustment in either the
Contract Amount or the time for performance of the Work because of Contractor's failure to
do so.
C. The Resident Project Representative shall act as the City's representative during
the construction period,shall decide questions which may arise as the quality and acceptability
of materials furnished and Work performed, and shall interpret the intent of the Contract
Documents in a fair and unbiased manner. The Resident Project Representative may
recommend,but cannot approve Change Orders resulting in an increase in time of performance
or payments due to Contractor. The Resident Project Representative will make visits to the
site and determine if the Work is proceeding in accordance with the Contract Documents. The
Contractor will be held strictly to the intent of the Contract Documents in regard to the quality
of materials, workmanship, and execution of the Work. Inspections may be at the factory or
fabrication plant of the source of the material supply. The Resident Project Representative will
not be responsible for the construction means, controls, techniques, sequences, procedures or
construction safety.
D. Contractor may be furnished additional instructions and detail drawings by the
Resident Project Representative, as necessary to carry out the Work required by the Contract
Documents. The additional drawings and instructions thus supplied will become a part of the
contract drawings, and the Contractor shall carry out the Work in accordance with the
additional detail drawings and instructions.
ARTICLE RI
CONTRACT AMOUNT
A. Provided Contractor performs all Work in accordance with the Contract
Documents and complies fully with each and every obligation of Contractor under the Contract
Documents, City shall pay Contractor the sum of Eighty Eight Thousand Two Hundred Forty
Six Dollars and Thirteen Cents ($88,246.13). This amount shall include all costs, permit fees,
profit, overhead, expenses, taxes, and compensation of every kind related to the Work, and
shall be referred to as the"Contract Amount."
B. The Contract Amount is subject to final determination of Work performed at unit
prices set forth in the Proposal completed by Contractor. The quantities of unit price Work set
forth in Contractor's Proposal are estimates only, are not guaranteed, and are solely for the
purpose of determining an initial Contract Amount. Unless otherwise stated elsewhere in the
Contract Documents,(I)determination of the actual quantities and classifications of unit price
Work performed will be made by City and (2)final payment for all unit price items set forth in
Contractor's Proposal will be based on actual quantities as determined by City. The Contractor
is responsible for verifying the unit quantities before excavation and/or installation at the
Project site. Contractor shall identify and notify the City of any variance in unit quantities in
excess of ten percent (10%) of the amount set forth in Contractor's Proposal IN ADVANCE
I8
of performing the Work. Any increase in quantities of materials or Work performed as a result
of over-excavation by Contractor will not be compensated.
C. Payment of the Contract Amount shall be full compensation for all labor,services,
materials,supplies,tools,equipment, supervision,management,and anything else necessary to
complete the respective items in place, in full compliance with all requirements set forth in the
Contract Documents. All costs, permit fees, profit, overhead, expenses, taxes, and
compensation of every kind related to the Work are included in the Contract Amount. No
labor, services, materials, supplies, tools, equipment, supervision, management, or anything
else required by the Contract Documents for the proper and successful completion of the Work
shall be paid for outside of or in addition to the Contract Amount. The Work set forth in the
Contract Amount shall be itemized in Contractor's Proposal. All Work not specifically set
forth in Contractor's Proposal as a separate pay item is a subsidiary obligation of Contractor,
and all costs, permit fees, profit,overhead,expenses, taxes and compensation of every kind in
connection therewith are included in the Contract Amount set forth in Contractor's Proposal.
D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND
PAYMENT SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR
APPROPRIATION FOR THE WORK BY THE BOARD OF ALDERMEN. THE TOTAL
PAYMENT UNDER THIS AGREEMENT SHALL NOT EXCEED THE APPROPRIATION
CONTAINED IN THE APPLICABLE RESOLUTIONS OR ORDINANCES ADOPTED BY
THE BOARD OF ALDERMEN AUTHORIZING THE WORK AND CONTRACTOR
SHALL NOT SEEK,NOR BE ENTITLED TO, PAYMENT EXCEEDING THIS AMOUNT
UNLESS CITY DIRECTS CONTRACTOR TO PERFORM ADDITIONAL WORK IN
ACCORDANCE WITH THIS AGREEMENT, AND CITY ENACTS ANOTHER
RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY AGREES TO
PAY UNDER THIS AGREEMENT.
ARTICLE IV
PROGRESS OF WORK/SUBMITTALS
A. COMMENCEMENT OF WORK. The date of beginning and the time for
completion of the Work are essential conditions of the Contract Documents. Contractor shall
commence performance of the Work on the date indicated in a written notice ("Notice to
Proceed")that shall be given by City to Contractor.
B. TIME FOR COMPLETION.Contractor shall achieve Substantial Completion,as
defined in Article I hereof, no later than 11/01/2022. The Contractor will proceed with the
Work at such rate of progress to ensure Substantial Completion within the contract time. It is
expressly understood and agreed,by and between the Contractor and the City,that the contract
time to achieve Substantial Completion of the Work described herein is a reasonable time,
taking into consideration the average climatic and economic conditions and other factors
prevailing in the locality of the Work.No extensions will be granted,except in case of unusual
(unseasonable) weather conditions or additional work requested by the City under Change
Order. Following Substantial Completion, Contractor shall proceed to complete all
uncompleted Work items as promptly as permitted by weather conditions or any other
conditions affecting completion of the Work.
19
C. TIME OF THE ESSENCE. Time is of the essence in the performance of the
Work and any other Contractor obligations under the Contract Documents. Contractor shall
upon commencement of construction work daily to complete the Work except for Saturdays,
Sundays, holidays, and days of inclement weather. This Paragraph does not preclude
Contractor from working Saturdays, Sundays, holidays, or days of inclement weather.
Contractor shall give the City at least 48 hours notice if intending to work on Saturday,Sunday,
holidays or days of impending inclement weather.
D. CONSTRUCTION SCHEDULE. Promptly after the execution of this
Agreement, and in any event before commencing performance of the Work, Contractor shall
submit to City for approval a construction schedule that specifies the dates on which Contractor
plans to begin and complete various parts of the Work, including dates on which information
and approvals are required from City. Upon City's written approval of the schedule,Contractor
shall comply with it unless directed by City to do otherwise. Contractor shall update the
schedule on a monthly basis or at more frequent appropriate intervals if required by the
conditions of the Work and the Project. With each Application for Payment under Article VI
of this Agreement, Contractor shall submit an updated, current schedule. Neither the original
schedule nor any update shall exceed time limits for the entire Project under the Contract
Documents.
E. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the
Project site in the number,type, and stage as enumerated below:
1. Pre-Construction photos- minimum of 15 ground level digital shots
2. Construction photos of significant changes -minimum of 15 ground level digital shots
3. Post Construction photos-minimum of 15 ground level digital shots
F. DELAY IN PERFORMANCE. In the event the City determines that performance
of the Work is not progressing as required by the Contract Documents or that the Work is being
unnecessarily delayed or will not be finished within the prescribed time, the City may, in the
City's sole discretion and in addition to any other right or remedy City may have, require
Contractor, at Contractor's sole cost, to accelerate Contractor's progress. Such acceleration
shall continue until the progress of the Work complies with the Contract Documents and clearly
indicates that all Work will be completed within the prescribed time.
G. SUSPENSION OF WORK. The City may suspend the Work or any portion
thereof for a period of not more than ninety (90) days or such further time as agreed upon by
the Contractor,by written notice to the Contractor which shall fix the date on which Work shall
be resumed. The Contractor will resume the Work on the date so fixed.The Contractor will be
allowed an increase in the contract price or an extension of the contract time, or both, directly
attributable to any suspension
H. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and
specifications is that the Contractor shall furnish all labor, materials, tools, equipment and
transportation necessary for the proper execution of the Work in accordance with the Contract
Documents and all incidental Work necessary to complete the Project in an acceptable manner,
ready for use, occupancy or operation by the City. In case of conflict between the drawings
20
and specification, the specifications shall govern. Figure dimensions on drawings shall govern
over general drawings. Any discrepancies found between the drawings and specifications and
site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be
immediately reported to the Resident Project Representative in writing, who shall promptly
correct such inconsistencies or ambiguities in writing. Work done by the Contractor after
discovery of such discrepancies, inconsistencies or ambiguities shall be done at the
Contractor's risk.
I. SHOP DRAWINGS. Contractor shall submit to Resident Project Representative
for review all shop drawings, samples, product data, and similar submittals required by the
Contract Documents. Contractor shall be responsible to City for the accuracy and conformity
of its submittals to the Contract Documents. Shop drawings shall bear the Contractor's
certification that it has reviewed, checked and approved the shop drawings and that they are in
conformance with the requirements of the Contract Documents. Contractor shall prepare and
deliver its submittals to City in a manner consistent with the construction schedule and in such
time and sequence so as not to delay performance of the Work. Portions of the Work requiring
a shop drawing or sample submission shall not begin until the shop drawing or submission has
been reviewed by the Resident Project Representative. Review of any Contractor submittal
shall not be deemed to authorize deviations, substitutions, or changes in the requirements of
the Contract Documents unless express written approval is obtained from City specifically
authorizing such deviation, substitution, or change. When submitted for the Resident Project
Representative's review, any shop drawing which substantially deviates from the requirement
of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents
do not contain submittal requirements pertaining to the Work, Contractor agrees upon request
to submit in a timely fashion to City for review by Resident Project Representative any shop
drawings, samples, product data, manufacturers' literature, or similar submittals as may
reasonably be required by City. Contractor shall perform all Work strictly in accordance with
approved submittals. Resident Project Representative's review does not relieve Contractor
from responsibility for defective Work resulting from errors or omissions of any kind on the
reviewed submittals.A copy of each shop drawing and each sample shall be kept in good order
by the Contractor at the site and shall be available to the Resident Project Representative.
1. MATERIALS, SERVICES AND FACILITIES. It is understood that except as
otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay
for all materials, labor, tools, equipment, water, light, power, transportation, supervision,
temporary construction of any nature, and all other services and facilities of any nature
whatsoever necessary to execute, complete, and deliver the Work within the specified time.
Materials and equipment shall be so stored as to insure the preservation of their quality and
fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be
located so as to facilitate prompt inspection. Manufactured articles, materials and equipment
shall be applied, installed,connected,erected, used, cleaned and conditioned as directed by the
manufacturer. Material, supplies and equipment shall be in accordance with samples
submitted by the Contractor and approved by the Resident Project Representative. Materials,
supplies or equipment to be incorporated into the Work shall not be purchased by the
Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale
contract or other agreement by which an interest is retained by the seller.
21
K. INSPECTION AND TESTING OF MATERIALS. All materials and equipment
used in the construction of the Project shall be subject to adequate inspection and testing in
accordance with generally accepted standards, as required and defined in the Contract
Documents. The Contractor shall provide at the Contractor's expense the testing and inspection
services required by the Contract Documents. The City shall provide all inspection and testing
services not required by the Contract Documents. I f the Contract Documents,laws,ordinances,
rules, regulations or orders of any public authority having jurisdiction require any Work to
specifically be inspected, tested or approved by someone other than the Contractor, the
Contractor will give the Resident Project Representative timely notice of readiness. The
Contractor will then furnish the Resident Project Representative the required certificates of
inspection, testing approval. Inspections, tests or approvals by the Resident Project
Representative or others shall not relieve the Contractor from the obligation to perform the
Work in accordance with the requirements of the Contract Documents. The Resident Project
Representative and the City's representatives will at all times have access to the Work. In
addition, authorized representatives and agents of any participating Federal or State agency
shall be permitted to inspect all Work, materials, payrolls, records or personnel, invoices of
materials and other relevant data and records. The Contractor will provide proper facilities for
such access and observation of the Work and also for any inspection or testing thereof.
If any Work is covered prior to inspection by the Resident Project Representative
it must, if requested by the Resident Project Representative, be uncovered for the Resident
Project Representative's observation and replaced at the Contractor's expense. If the Resident
Project Representative considers it necessary or advisable that covered Work be inspected or
tested by others, the Contractor,at the Resident Project Representative's request,will uncover,
expose or otherwise make available for observation, inspection or testing as the Resident
Project Representative may require, that portion of the Work in question, furnishing all
necessary labor, materials,tools and equipment.
L. CORRECTION OF WORK. The Contractor shall promptly remove from the Project
site all Work rejected by the Resident Project Representative for failure to comply with the
Contract Documents, whether incorporated in the construction or not, and the Contractor shall
promptly replace and re-execute the Work in accordance with the Contract Documents and without
expense to the City and shall bear the expense of making good all work of other contractors
destroyed or damaged by such removal or replacement. All removal and replacement Work shall
be done at the Contractor's expense. If the Contractor does not take action to remove such rejected
Work within ten(10)days after receipt of written notice,the City may remove such Work and store
the materials at the expense of the Contractor.
NI. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is
identified on the drawings and specifications by referenced to brand name or catalog numbers,
it shall be understood that this is referenced for the purpose of defining the performance or
other salient requirements and that other products of equal capacitates, quality and function
shall be considered. The Contractor may recommend the substitution of material, article or
piece of equipment of equal substance and function for those referred to in the Contract
Documents by referenced to brand name or catalog number, if, in the opinion of the City, such
material, article or piece of equipment is of equal substance function to that specified,the City
may approve, in writing, its substitution and use by the Contractor. Any cost differential shall
be deductible from the contract price and in such event the Contract Documents shall be
22
modified by Change Order.The Contractor warrants that if substitutes are approved, no major
changes in the function or general design of the Project will result. Incidental changes or extra
component parts required to accommodate the substitute will be made by the Contractor
without a change in the contract price or contract time.
N. LANDS & RIGHT OF WAY. Prior to issuance of Notice to Proceed, the City
shall obtain all lands and rights-of-way necessary for the carrying out and completion of Work
to be performed pursuant to the Contract Documents, unless otherwise mutually agreed by the
Contractor and City, in writing. The City shall provide to Contractor information which
delineates and describes the lands owned and right of way acquired. The Contractor shall
provide at its own expense and without liability to the City any additional land and access
thereto that the Contractor may desire for temporary construction facilities, or for storage of
materials.
O. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all
boundary surveys and establish all base lines for locating the principal component parts of the
Work together with a suitable number of benchmarks adjacent to the Work as shown in the
Contract Documents. From the information provided by the City,unless otherwise specified in
the Contract Documents, the Contractor shall develop and make all detail surveys needed for
construction such as slope stakes, batter boards, stakes for pipe locations and other working
points, lines,elevations and cut sheets.
The Contractor shall carefully preserve benchmarks, reference points and stakes
and, in case of willful or careless destruction, shall be charged with the resulting expense and
shall be responsible for any mistake that may be caused by their unnecessary loss or
disturbance.
Permits and licenses of temporary nature necessary for the prosecution of the
Work shall be secured and paid for by the Contractor unless otherwise stated in the
supplemental general conditions. Permits, licenses and easements for permanent structures or
permanent changes in existing facilities shall be secured and paid for by the City, unless
otherwise specified.The Contractor shall give all notices and comply with all laws,ordinances,
rules and regulations bearing on the conduct of the Work as drawn and specified. If the
Contractor observes that the Contract Documents are at variance therewith,the Contractor shall
promptly notify the City in writing, and any necessary changes shall be adjusted as provided
in Article VII changes in the Work.
P. SUBSURFACE CONDITIONS. The Contractor has the responsibility to become
familiar with the Project site and the conditions under which Work will have to be performed
during the construction period. Excavating for foundations of surface structure: buildings,
bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor
shall promptly, and before such conditions are disturbed (excepting an emergency), notify the
City by written notice of subsurface or latent physical conditions at the site differing materially
from those indicated in the Contract Documents. Contractor shall also be required to notify
City of any unknown physical conditions at the site of unusual nature,differing materially from
those ordinarily encountered and generally recognized as inherent in work of the character
provided for in the Contract Documents at the location of the Project. The City shall investigate
the conditions, and if it is found that such conditions do so materially differ and cause an
23
increase or decrease in the cost of, or in the time required for, performance of the Work, the
Contract Documents may be modified by Change Order as provided in Article VII. Any claim
of the Contractor for adjustment hereinafter shall not be allowed unless the required written
notice has been given; provided that the City may, if the City determines the facts so justify
consider and adjust any such claims asserted before the date of the final payment. Excavating
for below-surface structures: water mains, storms, power and telephone cables and other types
of below surface structures. No extra compensation will be paid for rock excavation or varying
geologic features encountered on the Project, unless so shown in the Proposal. If man-made
hazards are encountered by the Contractor, excluding utilities, which are not visible from the
surface, such as buried concrete foundations, buried garbage dumps that cannot be by-passed
and requires additional Work consult the Resident Project Representative.
Q. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct
the Work. The Contractor will be solely responsible for the means, methods, techniques,
sequences and procedures of construction. The Contractor will employ and maintain on the
Work a qualified supervisor or superintendent who shall have been designated in writing by
the Contractor or the Contractor's representative at the site. The supervisor shall have full
authority to act on behalf of the Contractor and all communications given to the supervisor
shall be a binding as if given to the Contractor.The supervisor shall be present on the site at all
times as required to perform adequate supervision and coordination of the Work.
ARTICLE V
CONTRACT DOCUMENTS
A. The following documents, and any other documents that are attached to,
incorporated by reference into, or otherwise included in them, and all Change Orders, are
hereby incorporated into this Agreement, and form the entire agreement between City and
Contractor, and are referred to as the Contract Documents:
I. EXPERIENCE QUESTIONNAIRE
2. AFFIDAVIT OF WORK AUTHORIZATION
3. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND
CONTRACTOR
4. PAYMENT BOND
5. TIME FOR COMPLETION
6. SCOPE OF WORK
7. TECHNICAL SPECIFICATIONS
8. NOTICE TO PROCEED
9. APPLICATION FOR PAYMENT FORM
10. CHANGE ORDER FORM
11. CERTIFICATE FOR SUBSTANTIAL COMPLETION
12. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
13. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
24
14. ENGINEER/CONSULTANT CERTIFICATE for Acceptance & Final
Payment
B. Contractor represents that it has examined and become familiar with the Contract
Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts
observed by Contractor have been called to City's attention in writing and have been resolved
in writing to Contractor's satisfaction. Except for actual conflict between provisions in the
Contract Documents, making it impossible for Contractor to comply with all provisions of the
Contract Documents, the Contract Documents shall be cumulative, and Contractor shall
comply with all provisions of all Contract Documents. In case of actual conflict, Contractor
shall notify City of the conflict in writing and then shall comply with such provisions of the
Contract Documents as City directs.
ARTICLE VI
PAYMENTS
A. Prior to submitting its first application for payment in accordance with the terms
hereof in substantially the form attached hereto as Exhibit F (an "Application for Payment"),
Contractor shall provide City with a schedule of values dividing the Work, and the Contract
Amount, into workable categories in a form acceptable to City. Each Application for Payment
shall be based upon the percentage of actual completion of each category, multiplied by the
dollar value of such category.
B. On or about the first day of Contractor's monthly accounting period, Contractor
shall submit an Application for Payment to the Resident Project Representative. In addition to
the amount of payment requested in the Application for Payment,each Application for Payment
shall list the original Contract Amount, the amount Contractor has invoiced City to date, the
amount Contractor has received to date, total additions to and deletions from the Contract
Amount pursuant to approved Change Orders,and an itemization of any further additions to or
deletions from the Contract Amount that Contractor claims. Contractor shall identify each
Subcontractor and supplier whom Contractor intends to pay from the requested payment and
shall state the amount Contractor intends to pay each such Subcontractor and supplier. An
Application for Payment shall not include a request for payment for any portion of the Work
that was performed or furnished by a Subcontractor or supplier if Contractor does not intend to
pay such Subcontractor or supplier from such payment, nor shall the Application for Payment
include a request for payment for any Work performed deemed unsatisfactory by City.
Contractor shall include with each Application all supporting documentation as City may
require. The City shall, within fifteen (15) days, review and approve such Application for
Payment, or return the Application for Payment to the Contractor indicating in writing the
reasons for refusing to approve payment. In the latter case, the Contractor may make the
necessary corrections and resubmit the Application. Within fifteen (15) days of its receipt of
payment from City,Contractor shall pay all Subcontractors and suppliers to whom payment is
owed from the amount paid to Contractor.
C. All payments under this Agreement shall be made only upon the approval of
Resident Project Representative and Administrator. Resident Project Representative shall
review each Application for Payment and certify for payment such amounts as Resident Project
Representative determines are due Contractor. From the total amount certified, City shall
25
withhold five percent(5%)as retainage until final completion and acceptance of the Work.The
five percent (5%) retainage may be reduced by Change Order if final completion and
acceptance of the Work is delayed due to unforeseen circumstances and the Work is usable for
its intended purpose by the City. If reduction in the retainage is approved, the remaining
retainage shall be an amount equal to or greater than 200%of the estimated amount necessary
to complete the Work.
D. The City Treasurer, upon presentation of an Application for Payment, shall
prepare a check for the sum certified to be due(exclusive of retainage),payable out of the funds
in the City Treasury available for Contractor under the authorizing Resolution or Ordinance
approved by the Board of Aldermen. Payment shall be made to Contractor after the Board of
Aldermen review and approve the payment and authorize the Mayor and City Treasurer to sign
and deliver the check.
E. Neither Administrator or Resident Project Representative's approval certificate
nor payment made to Contractor shall constitute acceptance of any part of the Work.Contractor
shall remain obligated to perform all Work in accordance with the Contract Documents.
F. With each Application for Payment, Contractor shall submit a signed certificate
of receipt of prior payments and release of claims and rights in connection with prior payments,
in a form approved by City.City may,at its option,also require a similar receipt and release of
claims and rights from each Subcontractor or supplier performing any Work, prior to making
any payment to Contractor. The Subcontractors' and suppliers' receipts and releases shall be
in a form approved by City and shall indicate that (except for retainage) all debts for Work
performed or materials supplied included on any previous Application for Payment to City
from Contractor have been satisfied and that the Subcontractor or supplier waives and releases
any and all claims or rights in connection therewith.
G. Contractor shall not be entitled to final payment for the Work until Contractor
submits a final Application for Payment, all requirements of the Contract Documents are
complied with, and Resident Project Representative issues his or her certificate to that effect.
The Engineer's Certificate of Acceptance will be on the form attached hereto as Exhibit K.
City, within thirty (30) days after the delivery of Engineer's Certificate of Acceptance, shall
pay Contractor all remaining funds which Contractor is due under this Agreement.
II. Acceptance of final payment by Contractor shall release City from all further
obligations to Contractor, except as to such amounts, if any, Contractor has identified in its
final Application for Payment as claimed by Contractor. All claims not identified in the final
Application for Payment are waived. Any payment, however final or otherwise, shall not
release the Contractor or its sureties from any obligations under the Contract Documents or the
Payment Bond.
I. City may withhold final or any other payment to Contractor on any reasonable
basis, including but not limited to the following:
1. Unsatisfactory job progress,
2. Defective Work,
26
3. Failure to make payments to Subcontractors or suppliers,
4. Reasonable evidence that all Work cannot be completed for the unpaid
balance of the Contract Amount,
5. Damage by Contractor or Subcontractors or suppliers to property of City
or others,
6. Contractor's breach of this Agreement, or
7. Contractor's failure to provide requested documentation.
J. The Contractor shall, at the request of City, furnish satisfactory evidence that all
obligations to Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of
the performance of the Work have been paid,discharged or waived. If Contractor does not pay
Subcontractors or suppliers for labor and/or material properly provided,City may,but shall not
be required to, pay Subcontractors and suppliers directly. Any payments made to
Subcontractors and suppliers shall be charged against the Contract Amount. City shall not be
liable to Contractor for any such payments made in good faith. This provision shall not confer
any right upon any Subcontractor or supplier to seek payment directly from City.
K. Notwithstanding any other provision for payment contained herein, in the event
the Missouri Department of Labor and Industrial Relations has determined that a violation of
Section 292.675 RSMo has occurred and that a penalty shall be assessed, the City shall
withhold and retain all sums and amounts due and owning when making payments to
Contractor under this Agreement.
ARTICLE VII
CHANGES/CLAIMS
A. City, without invalidating this Agreement, may at any time and without notice to
any surety, order additions to, deletions from, or other changes to the Work. Upon receipt of
such an order,in writing,Contractor shall proceed as and when directed in the order.Contractor
shall not proceed with any addition, deletion, or other change without a written order. No oral
direction or order shall constitute authority for Contractor to proceed with any addition,
deletion, or other change. If Contractor undertakes any addition, deletion, or other change
without a written order from City, Contractor shall not be entitled to any increase in the
Contract Amount or the time for performance of the Work, and Contractor shall be solely and
completely responsible for the acceptability to City of the addition, deletion,or other change.
B. If a change to the Work causes a net increase or decrease in the cost of
Contractor's performance,the Contract Amount shall be increased or decreased as follows:
1. If the Work is covered by unit prices set forth in Contractor's Proposal, by
application of such unit prices to the quantities of the items involved; or
27
2. If the Work involved is not covered by unit prices set forth in Contractor's
Proposal, by a lump sum as to which Contractor and City mutually agree prior to
the commencement of performance of the change.
C. If a change to the Work causes an increase or decrease in the time required for
Contractor's performance, an equitable adjustment to the time for performance shall be made.
D. A change in the Contract Amount or the time for performance of the Work shall
be accomplished only by written Change Order, which shall state the increase or decrease, if
any, in the Contract Amount or the time for performance. No course of conduct or dealings
between the parties, nor express or implied acceptance of alterations or additions to the Work,
and no claim that City has been unjustly enriched by any alteration or addition to the Work,
whether or not there is, in fact, any such enrichment, shall be the basis of any claim to an
increase in any amounts due under the Contract Documents or a change in the time for
performance of the Work.
E. Agreement on any Change Order shall constitute a final settlement of all matters
relating to the change in the Work that is the subject of the Change Order, including but not
limited to all direct and indirect costs associated with such change and any and all adjustments
to the Contract Amount and time for performance of the Work.
F. If Contractor is delayed or interfered with at any time in the commencement or
prosecution of the Work by an act or neglect of City, an employee,officer,or agent of City, or
an architect or engineer or separate contractor engaged by or on behalf of City, or by changes
ordered in the Work, an act of God, fire, or other cause over which Contractor has no control
and that Contractor could not reasonably anticipate,the time for performance of the Work shall
be equitably extended, provided that Contractor gives notice as provided for in Paragraph G
below.
G. Any claim by Contractor for additional time or money for the performance of the
Work, including but not limited to any claim based on or arising out of an addition to,deletion
from, or other change to the Work and/or delay to or interference with commencement or
prosecution of any of the Work, shall be submitted to City's designated representative within
five(5)working days of the beginning of the event for which the claim is made or on which it
is based. If any claim is not submitted within the five-day period, it shall be deemed waived.
H. No change or claim, nor any delay or dispute concerning the determination of any
increase or decrease in the amount of time and money for the performance of the Work, shall
excuse Contractor from proceeding with prosecution of the Work, including any Work as
changed.
ARTICLE VIII
INSURANCE
A. Contractor shall,at all times during the performance of any of the Work,maintain
not less than the following insurance coverages and amounts:
28
I. COMMERCIAL GENERAL LIABILITY - Contractor shall provide
coverage for Contractor, City, its employees, officers, and agents, and any
architects, engineers, or other design professionals engaged by or on behalf
of City against claims for damage to property and/or illness of, injury to, or
death of any person or persons related to or arising out of the Work. Such
coverage shall name the City, together with its employees and officers, as
an additional insured and have not less than the following limits:
a. Each occurrence $3,000,000.00
b. General aggregate $3,000,000.00
c. Products/completed operations aggregate $3,000,000.00
d. The following coverage shall be included:
• Blanket contractual liability
• Products/completed operations
• Personal/advertising injury
• Broad form property damage
• Independent contractors
• Explosion, Collapse, and Underground Damage
2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase,
maintain and deliver to the City for operations of the Contractor of any
Subcontractor in connection with execution of the agreement Owner's
Protective Liability insurance in the same minimum amounts as required for
Commercial General Liability Insurance above.
3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for
Contractor, City, its employees, officers, and agents, and any architects,
engineers, or other design professionals engaged by or on behalf of City
against claims for bodily injury and/or property damage arising out of the
ownership or use of any owned, hired, and/or non-owned vehicle and shall
include protection for any auto, or all owned autos, hired autos, and non-
owned autos. The coverage shall have not less than a combined single limit
of$3,000,000.00 for each accident.
4. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY -This
insurance shall protect Contractor against all claims under applicable state
workers' compensation laws. Contractor also shall be protected through
employer's liability coverage against claims for injury, disease, or death of
employees which, for any reason, may not fall within the provisions of a
workers' compensation law. The limits shall not be less than the following:
a. Workers' Compensation Statutory
b. Employer's Liability:
29
• Bodily injury by accident $1,000,000.00
• Bodily injury by disease $500,000.00 each
employee
B. All insurance shall be written by an insurer or insurers acceptable to City and with
a minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. All
insurance shall be written on an occurrence basis, and all aggregate limits shall apply in total
to the Work only. Each policy providing general liability coverage or automobile liability
coverage (including any umbrella or excess policy that provides any required general or
automobile liability coverage) shall provide contractual liability coverage for all indemnity
obligations of Contractor under the Contract Documents. Each policy providing general
liability or automobile liability coverage(including any umbrella or excess policy that provides
any required general or automobile liability coverage) shall, in form satisfactory to City, (I)
name as additional insureds City, its employees, officers, and agents, and any architects,
engineers, or other design professionals engaged by or on behalf of City, and (2) provide that
it is primary to any other insurance maintained by any additional insured,which other insurance
shall be excess or contingent. The insurance provided to the additional insureds shall apply,
without limitation, to injury or damage caused by Work included in the products/completed
operations hazard.
C. Contractor shall maintain the products and completed operations coverage for not
less than one (I) year after the date of final acceptance by City of all of Contractor's Work.
D. Contractor shall obtain property insurance upon the entire Work for the full cost
of replacement at the time of loss.This insurance shall list as named insureds City,Contractor,
Subcontractors, and suppliers. This insurance shall be written as a Builder's Risk/Installation
Floater"all risk"or equivalent form to cover all risks of physical loss except those specifically
excluded by the policy and shall insure at least against the perils of fire, lightning, explosion,
wind storm, hail, smoke, aircraft and vehicles, riot and civil commotion, theft, vandalism,
malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind,
testing, and collapse. This insurance shall, without limitation, insure portions of the Work
stored on or off the Project site or in transit, when at the risk of City, Contractor, or a
Subcontractor or supplier. Contractor shall be solely responsible for any deductible amounts.
This insurance shall remain in effect until final payment has been made to Contractor or until
no person or entity other than City has an insurable interest in the property to be covered by
this insurance, whichever is sooner.City and Contractor waive all rights against each other and
their respective employees, agents, contractors, Subcontractors, and suppliers for damages
caused by risks covered by the property insurance provided for in this Paragraph, except such
rights as they may have to the proceeds of the insurance.
E. All policies and certificates of insurance shall provide no less than thirty (30)
days' prior written notice to City in the event of cancellation, expiration, non-renewal,
alteration, or reduction (including but not limited to reduction by paid claims) of coverage or
limits contained in the policy or evidenced by the certificate of insurance. Contractor shall
furnish City a certificate or certificates and copies of policies, all satisfactory to City,
evidencing that Contractor has all the required insurance and is in compliance with this Article.
The certificate or certificates and copies of policies shall be delivered to City's designated
30
representative not less than seven (7) days before Contractor first performs any of the Work.
All policies except Workers' Compensation and Employer's Liability shall contain a waiver of
subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or
other design professionals engaged by or on behalf of City.
F. Contractor also shall maintain any additional insurance coverages and any higher
limits provided for elsewhere in the Contract Documents and shall furnish City any additional
insurance documentation provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted, each Subcontractor, or Contractor on
behalf of the Subcontractor, shall maintain liability and worker's compensation insurance
coverages and amounts satisfying all the requirements of this Article. Certificates and copies
of policies, satisfactory to City, evidencing the required insurance and compliance with this
Article shall be delivered to City's designated representative not less than seven(7)days before
the Subcontractor first performs any of the Work.
H. If Contractor is a transient employer as defined in Section 285.230 RSMo,
Contractor must post in a prominent and easily accessible place at the Work site a clearly
legible copy of the following: (I)the notice of registration for employer withholding issued to
such transient employer by the Director of Revenue; (2) proof of coverage for workers'
compensation insurance or self-insurance signed by the transient employer and verified by the
Department of Revenue through the records of the Division of Workers' Compensation; and
(3) the notice of registration for unemployment insurance issued to such transient employer by
the Division of Employment Security. Any transient employer failing to comply with these
requirements shall, under Section 285.234 RSMo be liable for a penalty of$500 per day until
the notice required by this Paragraph are posted as required by law.
ARTICLE IX
INDEMNITY
A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and
hold harmless City, its employees,officers,and agents, and any architects, engineers, or other
design professionals engaged by or on behalf of City,from and against claims,damages, losses,
and expenses, including but not limited to attorney's fees, arising out of or resulting from the
performance of the Work, provided that such claim, damage, loss, or expenses is attributable
to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property
(other than the Work itself),but only to the extent caused or allegedly caused by the negligent
or willful acts or omissions of Contractor, a Subcontractor or supplier, or anyone directly or
indirectly employed by them, or anyone for whose acts they may be liable, regardless of
whether such claim, damage, loss, or expense is caused in part by a party indemnified
hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other
rights or obligations of indemnity that would otherwise exist as to a party or person as set forth
in this Agreement.
B. In claims against any person or entity indemnified herein by an employee of
Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them or
for whose acts they may be liable, the indemnification obligation shall not be limited by a
31
limitation on the amount or type of damages, compensation, or benefits payable by or for
Contractor or a Subcontractor or supplier under workers' compensation acts, disability benefit
acts, or other employee benefit acts.
ARTICLE X
PATENT LIABILITY
Contractor agrees to defend, indemnify,and hold harmless City, its officers,employees
and agents from and against any claim, action or suit that may be brought against them for
Contractor's infringement of any Letters Patent in the performance of this Agreement or any
breach or violation of trademark or proprietary or trade secret rights of others,as well as against
any judgments,decrees,damages,costs and expenses sought,adjudicated,or recovered against
any of them, on account of any such actual or alleged infringement.
ARTICLE XI
COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE
A. Contractor represents and warrants that it has not employed or retained any
company or person,other than a bona fide employee working for Contractor,to solicitor secure
this Agreement, and that it has not paid or agreed to pay any company or person, other than a
bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other
consideration contingent upon or resulting from the award or making of this Agreement. For
breach or violation of this warranty, City shall have the right to void this Agreement without
liability and, in its discretion, to deduct from the Contract Amount, or otherwise recover, the
full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
B. Contractor represents and warrants that no payments have been or shall be made,
directly or indirectly, by or on behalf of Contractor to or for the benefit of any officer,
employee, or agent of City who may reasonably be expected to influence the decision to
requisition issue or take any action with respect to this Agreement. Contractor shall allow a
mutually agreeable nationally recognized certified public accounting firm to examine,at City's
expense, such of Contractor's books and records as may be necessary, in the accountant's
reasonable opinion,to verify Contractor's compliance with this Article.
C. No official of the City who is authorized in such capacity and on behalf of the
City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting,
or approving any architectural, engineering, inspection, construction, or material supply
contract or any subcontract in connection with the construction of the Project, shall become
directly or indirectly interested personally in this Agreement or in any part hereof. No officer,
employee,architect,attorney,engineer,or inspector of or for the City who is authorized in such
capacity and on behalf of the City to exercise any legislative, executive, supervisory, or other
similar functions in connection with the construction of the Project, shall become directly or
indirectly interested personally in this Agreement or in any part thereof, any material supply
contract, subcontract, insurance contract, or any other contract pertaining to the Project.
32
ARTICLE XII
RECORDS REGARDING PAYMENT
For a period of at least two(2)years after final payment to Contractor,Contractor shall
maintain, in accordance with generally accepted accounting principles, such records as are
necessary to substantiate that all Applications for Payment hereunder were valid and properly
chargeable to City. For lump sum contract Work, the records shall demonstrate that the City
was billed at appropriate times for proper percentages of completion and for payments to
Subcontractors and suppliers. For any Work,including extra Work,not charged on a lump sum
basis, the records to be maintained hereunder include but are not limited to all contracts,
subcontracts, material bills, correspondence, accounting records, time sheets, payroll records,
canceled checks, orders, and invoices pertaining to City's account. City or its representative
shall,upon reasonable prior notice to Contractor,be given the opportunity to audit these records
at any time during normal business hours to verify the accuracy of Contractor's invoices and
charges.
ARTICLE XIII
NOTICES
A. The following persons are designated by the respective parties to act on
behalf of such party and to receive all written notices and Applications for Payment:
If to the City: If to the Contractor:
Travis Hoover Name: Tom Qualls
2950 NW Vivion Rd. Title:Chief Estimator
City of Riverside, MO Street Address: 864 Hoff Rd
Riverside, MO 64150 City, State Zip: O'Fallon, MO 63366
thoover@riversidemo.gov Email: tquallsAsakcon.com
B. Any notice required by the Contract Documents to be given in writing or that
either City or Contractor wishes to give to the other in writing shall be signed by or on behalf
of the party giving notice. The notice shall be deemed to have been completed when sent by
certified or registered mail to the other party at the address set forth herein, or delivered in
person to said party or their authorized representative.
C. Contractor's designated representative shall be available to meet with City at any
time during the performance of the Work and shall have full authority to act on Contractor's
behalf on any matter related to this Agreement and/or the Work.
ARTICLE XIV
DEFAULT AND TERMINATION
A. If Contractor fails to comply, becomes unable to comply, or with reasonable
probability (as determined solely by City) will become unable to comply with any of
Contractor's obligations under the Contract Documents, including but not limited to(1) failure
33
at any time to furnish sufficient labor or supervision, sufficient materials or services(including
but not limited to insurance and bonds) complying with the Contract Documents, or sufficient
or properly operating tools, equipment, or other items necessary for the performance of the
Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3)
causing any stoppage of, delay in, or interference with any work of City or any others on the
Project, (4) abandonment by Contractor of all or any part of the Work, or (5) bankruptcy,
insolvency or general assignment for the benefit of creditors by Contractor, Contractor shall be
in default,and if the default is not corrected to City's satisfaction within seventy-two(72)hours
of delivery of a written notice to Contractor to correct such default, City may, in addition to
any other right or remedy City may have, terminate the services of the Contractor and take
possession of the Project and of all materials, equipment, tools, construction equipment and
machinery thereon owned by the Contractor and finish the Work by whatever method the City
may deem expedient to correct the default,at Contractor's expense. In such case the Contractor
shall not be entitled to receive any further payment until the Work is finished. If such costs
exceed the unpaid balance due to Contractor,the Contractor will pay the difference to the City.
B. If City exercises its right to take over and complete any part or all of the Work,
City and its designees shall have access to and may take possession of Contractor's materials,
tools, equipment,and other items at the Project site, en route to the site, or in storage or being
manufactured or fabricated away from the site, as may be necessary to prosecute the Work
taken over by City,and may employ Contractor's employees or former employees, all without
any liability to Contractor.
C. Contractor shall be liable for and shall pay to City all costs and expenses of
whatsoever nature incurred by City as a result of any default by Contractor, including but not
limited to the cost of labor, supervision,materials, tools, equipment,services, overhead,travel,
and legal and accounting fees. Contractor also shall be liable for and shall pay to City all
charges, liabilities, fines, penalties, losses, damages, and claims sustained by or assessed
against City as a result of any delay or disruption resulting from any default by Contractor.The
total amount of such costs, expenses, charges, liabilities, fines,penalties, losses, damages, and
claims may be deducted by City from the amount, if any, otherwise due Contractor, and
Contractor shall pay City the full amount of any excess of such total over the amount otherwise
due Contractor.
D. No right or remedy conferred upon or reserved to City by the Contract Documents
is exclusive of any other right or remedy provided or permitted in the Contract Documents or
by law or equity, but each right or remedy is cumulative of every other right or remedy, and
every right or remedy may be enforced concurrently or from time to time. No exercise by City
of any right or remedy shall relieve Contractor from full and absolute responsibility for all of
Contractor's obligations under the Contract Documents.
E. No failure or delay of City to give notice to correct any default of Contractor or
to exercise any of City's rights or remedies shall waive or excuse the default, and City shall
remain free to pursue all rights and remedies. No failure of City to insist, in any one or more
instances, upon the performance of any of Contractor's obligations under the Contract
Documents shall be deemed or construed as a waiver or relinquishment of City's right to insist
upon strict performance of the obligation in any future instance.
34
F. If through no act or fault of the Contractor,the Work is suspended for a period of
more than ninety (90) days by the City or under an order of court or other public authority, or
the City fails to act on any request for payment within thirty(30)days after it is submitted, or
the City fails to pay the Contractor substantially the sum approved by the Resident Project
Representative and Administrator, then the Contractor may after ten (10) days from delivery
of written notice to the City terminate the Agreement and recover from the City payment for
all Work executed.
G. The City, without terminating the service of the Contractor or written notice to
the Surety,through the Administrator may withhold, without prejudice to the rights of the City
under the terms of the Agreement,or on account of subsequently discovered evidence, nullify
the whole or part of any approved partial payment estimate to such extent as may be necessary
to protect the City from loss on account of(1)defective Work not remedied, (2)claims filed or
reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make
payments property to Subcontractors or for material or labor, (4) a reasonable doubt that the
Work can be completed for the balance then unpaid, (5)damages to another contractor, or(6)
performance of Work in violation of the terms of the Contract Documents.
ARTICLE XV
TERMINATION FOR CONVENIENCE
Notwithstanding anything contained herein to the contrary, City may, at any time, for
any reason, and without Contractor's being in default, terminate Contractor's performance of
any part or all of the Work for City's own convenience by giving written notice to Contractor.
Upon receipt of notice of termination for City's convenience, Contractor shall, to the extent
directed by City, stop Work and turn over to City or City's designee materials and equipment
purchased for the Work.City shall pay Contractor,in accordance with the Contract Documents,
for only so much of the Work as is actually performed as of the termination for convenience.
City shall not be obligated to Contractor for any further payment, including but not limited to
prospective overhead or profit on unperformed Work. If a termination by City of Contractor's
right to proceed on the ground of default by Contractor is determined later to have been
improper, the termination automatically shall be converted to a termination for City's
convenience, and City's obligation to Contractor shall be limited to payment to Contractor as
provided in this Article.
ARTICLE XVI
COMPLIANCE WITH LAWS
A. Contractor shall comply strictly with all federal,state,and local laws, ordinances,
rules, regulations, orders,and the like applicable to the Work, including, but not limited to any
applicable prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules,
regulations,and criteria for Work within or adjacent to a flood control project area. Contractor
shall secure all permits from public and private sources necessary for the fulfillment of
Contractor's obligations under the Contract Documents.
35
B. With each Application for Payment submitted by Contractor to City, Contractor
shall include (a) a signed statement, in form acceptable to City, showing, for each weekly
payroll period that ended during the period covered by the Application for Payment,the name,
address, social security number,occupation, and craft of each worker employed by Contractor
in connection with the Work and, for each such worker,the number of hours worked each day,
the total hours worked during the payroll period,the gross amount earned, an itemization of all
deductions, and the net wages paid and(b)a corresponding statement from each Subcontractor
of any tier that employed any workers in connection with the Work during the period covered
by the Application for Payment.
C. This Agreement shall be governed by and construed in accordance with the laws
of the State of Missouri.
ARTICLE XVII
LABOR STANDARDS PROVISIONS
A. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment
(any month immediately following two consecutive calendar months during which the level of
unemployment in the state has exceeded five percent (5%) as measured by the United States
Bureau of Labor Statistics) only Missouri labors(persons who have resided in Missouri for at
least thirty days and intend to become or remain Missouri residents) and laborers from non-
restrictive states (persons who are residents of a state which has not enacted state laws
restricting Missouri laborers from working on public works projects in that state,as determined
by the Labor and Industrial Relations Commission), may be employed under the contract,
except that other laborers may be used when Missouri laborers or laborers from nonrestrictive
states are not available, or are incapable of performing the particular type of work involved, if
so certified by the Contractor and approved by the City.
B. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the
Contractor or by any Subcontractors to laborers or mechanics employed by the Contractor or
Subcontractor upon the Work covered by this Agreement, the City, in addition to such other
rights as may be afforded it under this Agreement shall withhold from the Contractor, out of
any payments due the Contractor, so much thereof as the City may consider necessary to pay
such laborers or mechanics the full amount of wages required by this Agreement. The amount
so withheld may be disbursed by the City, for and on account of the Contractor or the
Subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the
same is due or on their behalf to plans, funds, or programs for any type of fringe benefit
prescribed in the applicable wage determination.
C. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen (16)
years and no person who, at the time, is serving sentence in a penal or correctional institution
shall be employed on the Work covered by this Agreement.
ARTICLE XVIII
EQUAL EMPLOYMENT OPPORTUNITY
The Contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The Contractor will take affirmative
36
action to ensure that applicants and employees are treated during employment, without regard
to their race,color,religion,sex,or national origin. Such action shall include,but not be limited
to, employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship.
ARTICLE XIX
SUBCONTRACTS,ASSIGNMENT,OR TRANSFER
A. Except with the prior written consent of City, Contractor shall not assign this
Agreement or any money due or to become due Contractor or issue a subcontract or purchase
order to any person or entity for any or all of the Work. City's consent to any assignment,
subcontract, or purchase order shall not relieve Contractor from any obligation under the
Contract Documents, nor shall it create any obligation from City to any assignee,
Subcontractor, or vendor.
B. Each subcontractor purchase order issued by Contractor for any of the Work shall
be in writing and shall provide that City is an intended third-party beneficiary of the subcontract
or purchase order.
C. The Contractor shall be fully responsible to the City for the acts and omissions of
its Subcontractors, and of person either directly or indirectly employed by them, as the
Contractor is for the acts and omissions of person directly employed by it.
D. The Contractor shall cause appropriate provisions to be inserted in all
subcontracts relative to the Work to bind Subcontractors to the Contractor by the terms of the
Contract Documents insofar as applicable to the Work of Subcontractors and give the
Contractor the same power as regards terminating any Subcontract that the City may exercise
over the Contractor under any provision of the Contract Documents. Nothing contained in this
Agreement shall create any contractual relation between any Subcontractor and the City.
E. Each subcontract or purchase order issued by Contractor for any of the Work shall
provide that it is freely assignable by Contractor to City. Contractor hereby assigns to City all
its interest in any present or future subcontract or purchase order issued by Contractor for any
or all of the Work. This assignment shall be effective upon acceptance by City in writing and
only as to the specific subcontract(s) and/or purchase order(s) that City designates in the
writing. This assignment may be accepted by City at any time, whether before or after final
payment to Contractor, and may not be withdrawn by Contractor without City's written
consent.
ARTICLE XX
SEPARATE CONTRACTS
A. The City reserves the right enter into other contracts in connection with the
Project. The Contractor shall afford other contractors reasonable opportunity for the
introduction and storage of their materials and the execution of their Work, and shall properly
connect and coordinate the work with theirs. If the proper execution or results of any part of
37
the Contractor's Work depends upon the work of any other contractor, the Contractor shall
inspect and promptly report to the Administrator any defects in such work that render it
unsuitable for such proper execution and results.
B. The City may perform additional work related to the Project or the City may enter
into other contracts containing provisions similar to these.The Contractor will afford the other
contractors who are parties to such contracts(or the City,if the City is performing the additional
work) reasonable opportunity for the introduction and storage of materials and equipment and
the execution of work, and shall properly connect and coordinate the Work with theirs.
C. If the performance of additional work by other contractors or the City is not noted
in the Contract Documents prior to the execution of the contract, written notice thereof shall
be given to the Contractor prior to starting any such addition work. If the Contractor believes
that the performance of such additional work by the City or others involves it in additional
expense or entitles it to any extension of the contract time the Contractor may make a claim
thereof as provided in Article V I I.
ARTICLE XXI
ACCESS TO SITE/CLEANING UP
A. Contractor shall ensure that the Work, at all times, is performed in a manner that
affords reasonable access, both vehicular and pedestrian, around the site of the Work and all
adjacent areas.
B. Representatives of City may inspect or review any Work performed by Contractor,
and consult with Contractor, at any time. City's inspections or reviews shall not constitute
acceptance or approval of Work unless specifically stated in writing.Contractor shall meet with
City at the request of City.
C. Contractor shall at all times, during performance of the Work, keep the Project site
clean and free from debris resulting from the Work. Prior to discontinuing Work in an area,
Contractor shall clean the area and remove all rubbish and its construction equipment, tools,
machinery, waste, and surplus materials. Contractor shall make provisions to minimize and
confine dust and debris resulting from construction activities. If Contractor fails to comply with
cleanup duties within twenty-four (24) hours after written notification from City of non-
compliance, City may implement cleanup measures without further notice and deduct the cost
from any amounts due or to become due Contractor.
ARTICLE XXII
COMPETENCE
Contractor represents and warrants that it maintains all necessary licenses, registration,
competence, and experience to perform all the Work.
ARTICLE XXIII
WARRANTY
A. Contractor shall exercise high professional skill, care, and diligence in the
38
performance of the Work,and shall carry out its responsibilities in accordance with customarily
accepted good professional practices. The Contractor shall guarantee all materials and
equipment furnished and Work performed for a period of one (I) year from the date of
completion and acceptance of the Work. The Contractor warrants and guarantees for one (I)
year from the date of completion and acceptance of the Work that the completed Work is free
from all defects due to faulty materials or workmanship. The date of completion for all scopes
of work shall be the last date of acceptance of all Work in this Agreement. Contractor shall
promptly make such corrections as may be necessary be reason of such defects including the
repair of any other damages that were caused by defects in the Work,at its own expense. The
City will give notice of observed defects with reasonable promptness. In the event that the
Contractor fails to make such repairs,adjustments or other Work that may be necessary by such
defects, the City may do so and charge the Contractor the cost thereby incurred. In emergency
where, in the judgment of the City, delay would cause serious loss or damage, repairs and
replacement of defects in the Work and damage caused by defects may be made without notice
being sent to the Contractor, and the Contractor shall pay the cost thereof. Neither final
payment,Engineer's Final Certificate,nor any other provision in the Contract Documents shall
affect Contractor's obligation to complete the Work free of defects in workmanship and
material.
B. Contractor shall remain solely responsible for the performance of the Work as
required by the Contract Documents, notwithstanding any suggestions or observations made
by another person or entity with respect to the Work.
C. This Article does not establish a period of limitation with respect to any obligation
of Contractor under the Contract Documents, and does not limit the time allowed by law for
any action for breach of such obligation.
ARTICLE XXIV
STORAGE OF MATERIALS AND EQUIPMENT
The Contractor shall provide at its own expense and without liability to the City any
additional land and access thereto that the Contractor may desire for temporary construction
facilities, or for storage of materials. Only materials and equipment that are to be used directly
in the Work shall be brought to and stored at the Project site by Contractor. After equipment is
no longer required for the Work, it shall be promptly removed from the Project site. Protection
of construction materials and equipment stored at the Project site from weather, theft, and all
other casualty or damage is solely the responsibility of Contractor.
ARTICLE XXV
TAXES
A Missouri Sales Tax Project Exemption Certificate(Missouri Department of Revenue
Form 5060)will be provided by the City for the purchase of any materials or personal property
incorporated into or consumed in the Project,pursuant to RSMo 144.062. The Contractor will
pay all other sales, consumer, use and other similar taxes required by the State of Missouri or
other taxing jurisdiction.
39
ARTICLE XXVI
SAFETY
A. Contractor shall be responsible for initiating, maintaining, and supervising all
safety precautions and programs in connection with performance of the Work and shall take
reasonable precautions for the safety of, and shall provide reasonable protection to prevent
damage, injury, or loss to (1) employees and other persons at the Project site or who may be
affected by the Work, (2)materials and equipment stored at on-site or off-site locations for use
in performance of the Work, and (3) other property at the Project site or in its vicinity, such as
trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for
removal,relocation, or replacement in the course of construction.
B. Contractor shall give notices required by and comply strictly with applicable laws,
ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or
their protection from damage, injury, or loss. The Contractor will erect and maintain, as
required by the conditions and progress of the Work, all necessary safeguards for safety and
protections. The Contractor will notify owners of adjacent utilities when prosecution of the
Work may affect them. The Contractor will remedy all damage, injury or loss to any property
caused directly or indirectly, in whole or part, by the Contractor, any Subcontractor or anyone
directly or indirectly employed by any of them or anyone whose acts any of them may be liable.
C. The Contractor shall exercise proper precaution at all times for the protection of
persons and property and shall be responsible for all damages to persons or property. either on
or off the site, which occur as a result of its prosecution of the Work. The safety provisions of
applicable laws and building and construction codes shall be observed and the Contractor shall
take or cause to be taken, such additional safety and health measures as the City may determine
to be reasonably necessary.
D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten (10) hour
Occupational Safety and Health Administration (OSHA) construction safety program for all
employees who will be on-site at the Project. The construction safety program shall include a
course in construction safety and health that is approved by OSHA or a similar program
approved by the Missouri Department of Labor and Industrial Relations which is at least as
stringent as an approved OSHA program as required by Section 292.675 RSMo. Contractor
shall require its on-site employees to complete a construction safety program within sixty(60)
days after the date Work on the Project commences. Contractor acknowledges and agrees that
any of Contractor's employees found on the Project site without documentation of the
successful completion of a construction safety program shall be required to produce such
documentation within twenty (20) days, or will be subject to removal from the Project.
Contractor shall require all of its Subcontractors to comply with the requirements of this
Paragraph and Section 292.675 RSMo.
E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars
($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by
Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site
employee is employed without the construction safety training required herein. The penalty
described in this Paragraph shall not begin to accrue until the time periods herein have elapsed.
40
Violations of this requirement and imposition of the penalty described in this Paragraph shall
be investigated and determined by the Missouri Department of Labor and Industrial Relations.
F. If City deems any part of the Work or the Project site unsafe, City, without
assuming responsibility for Contractor's safety program, may require Contractor to stop
performance of the Work or take corrective measures satisfactory to City,or both. If Contractor
does not adopt corrective measures,City may perform them or have them performed and deduct
their cost from the Contract Amount. Contractor shall make no claim for damages, for an
increase in the Contract Amount,or for a change in the time for performance of the Work based
on Contractor's compliance with City's reasonable request.
ARTICLE XXVII
AUTHORIZED EMPLOYEES
Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or
employer from knowingly employing, hiring for employment, or continuing to employ an
unauthorized alien to perform work within the State of Missouri. Contractor therefore
covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and
that it will not knowingly employ, hire for employment, or continue to employ any
unauthorized aliens to perform Work on the Project,and that its employees are lawfully eligible
to work in the United States.
ARTICLE XXVIII
INDEPENDENT CONTRACTOR
Contractor is an independent contractor, and neither Contractor or any Subcontractors,
suppliers,employees,or agents shall be deemed an employee or agent of City for any purpose.
ARTICLE XXIX
CONFLICT
Contractor shall promptly upon discovery notify City of any conflict, ambiguity or
inconsistency in the Contract Documents,or between any Contract Document and actual field
conditions, and City shall resolve such conflict, ambiguity or inconsistency in its sole
discretion.
ARTICLE XXX
PAYMENT BOND
The Contractor shall within ten (10) days after the receipt of the Notice of Award
furnish the City with a Payment Bond in the form set forth in Exhibit A in an amount at least
equal to one hundred percent (100%) of the contract price, conditioned upon the prompt
payment by the Contractor to all persons supplying labor and materials in the prosecution of
the Work provided by the Contract Documents. Such bond shall be executed by the Contractor
and a corporate bonding company licensed to transact such business in the state in which the
Work is to be performed and named on the current list of"Surety Companies Acceptable on
41
Federal Bonds"as published in the Treasury Department Circular Number 570 and shall have
a rating of at least "A-" from Best's. The expense of these bonds shall be borne by the
Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to
do business the state in which the Work is to be performed or is removed from the list of Surety
Companies accepted on Federal Bonds,Contractor shall within ten(10)days after notice from
the City to do so, substitute an acceptable bond in such form and sum and signed by such other
surety or sureties as may be satisfactory to the City.The premiums on such bond shall be paid
by the Contractor. No further payment shall be deemed due nor shall payment be made to
Contractor until the new surety or sureties shall have furnished an acceptable bond to the City.
ARTICLE XXXI
SEVERABILITY
Should any specific provision of this Agreement or other Contract Documents be found
to be unenforceable, the remaining provisions shall remain in full force and effect.
ARTICLE XXXII
NO PRESUMPTION AGAINST THE DRAFTER
No presumption or inference against the City shall be made because of the City's
preparation of this Agreement or other Contract Documents.
ARTICLE XXXIII
DISPUTES/ATTORNEY FEES
A. !fa dispute arises out of or relates to this Agreement or other Contract Documents,
or the breach thereof, and if the dispute cannot be resolved through negotiation, City and
Contractor shall first try in good faith to resolve the dispute by mediation before resorting to
litigation. Unless City and Contractor agree otherwise,the mediation shall be administered by
the American Arbitration Association under its Construction Industry Mediation Rules.
B. In the event of litigation between Contractor and City concerning the Project or
this Agreement or other Contract Documents, the prevailing party shall be entitled to recover
from the other party its reasonable attorney fees, costs, and expenses arising from such
litigation.
ARTICLE XXXIV
TITLES
The titles given to the Articles in this Agreement are for ease of reference only and
shall not be relied upon or cited for any other purpose. Specifically, but without limitation,the
titles shall not define or limit any of the provisions of any of the Articles.
ARTICLE XXXV
PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this
42
Agreement shall be deemed to be inserted herein and this Agreement shall be read and enforced
as though it were included herein, and if through mistake or otherwise any such provision is
not inserted, or is not correctly inserted, then upon the application of either party this
Agreement shall forthwith by physically amended to make such insertion or correction. All
such laws, orders and regulations are applicable to this Project and are made a part hereof by
reference.
ARTICLE XXXVI
ENTIRE AGREEMENT
This Agreement and the other Contract Documents constitute the entire agreement
between the parties with respect to their subject matter.Any prior agreements, understandings,
or other matters,whether oral or written,are of no further force or effect.Subject to Article V I I
of this Agreement, this Agreement and any other Contract Document may be amended,
changed,or supplemented only by written agreement executed by both of the parties.
THIS AGREEMENT shall be binding on the parties only after it has been duly executed
by City and Contractor.
[THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK]
43
DocuSign Envelope ID 68C8F48B-5DD54532-87I A-09C34A6E334A
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by
their authorized representatives.
APPROVED AS TO FORM:
ATTORNEY:
By:
Attorney, Pin v l A C Cr rM�r e
COUNTERSIGNED BY:
CITY PURCHASING ENT:
By:
Bri E. ora
Cit Administ for
CITY OF IVERSIDE:
K thleenL. Rose, ayor
• ATTET:' • •
Robin Kincaid,City Clerk
CONTRACTOR:
SAK Construction, LLC
r-oo.sq..a uY-.
By 9o.. sbbo.N,
FEones4oF4o3(Signature)
Printed Name: Joe Feuerborn
Title: Vice President
ATTEST: No ardamIdt
A4A4641 EFrgD43s
SECRETARY, Roger Archibald
(Name Printed)
44
EXHIBIT A
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS: that
a [insert corporation,
partnership or individual], hereinafter called Principal, and
[insert name of surety], hereinafter called Surety,
are held and firmly bound unto the CITY OF RIVERSIDE, MISSOURI ("City"), and unto all
persons, firms and corporations who or which may furnish labor, or who furnish materials to
perform as described under the Agreement and Contract Documents more fully described
below and to their successors and assigns in the total aggregate penal sum of One Hundred Six
Thousand Seven Hundred Fifty Dollars and Forty-Two Cents ($106.750.42) in lawful money
of the United States, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal
entered into a certain Agreement with the City, dated the day of
, 20 , for the construction of 2022 INDIAN HILLS CIPP
PROJECT(153-025)approved by Resolution No.
NOW,THEREFORE,in the event Principal shall pay the prevailing hourly rate of wages
for each craft or type of worker required to execute the Work required by the Contract
Documents described in the Agreement in the locality as determined by the Department of
Labor and Industrial Relations of Missouri or by final judicial determination pursuant to the
provisions of Sections 290.010 to 290.340 and 290.550 through 290.580, inclusive, of the
Revised Statutes of Missouri, and shall timely pay to the proper parties all amounts due for
material, machinery, equipment and tools, consumed or used in connection with the
construction of such Work, and all insurance premiums, workers' compensation, and all other
kinds of insurance, on such Work, and for all labor performed in such Work whether by
Principal, Subcontractor, or otherwise, then this obligation to be void, otherwise to remain in
full force and effect,and the same may be sued on at the instance of any Subcontractor,material
45
supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside, to
the use of such parties, for any breach of the considerations hereof.
Surety hereby stipulates and agrees that no change. extension of time, alteration or
addition to the terms of the Contract Documents or to the Work to be performed thereunder
shall in any wise affect its obligation on this Bond,and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract Documents or to
the Work.
The Payment Bond above is accepted by the City this day of ,2022.
CONTRACTOR AS PRINCIPAL
By:
(Signature)
Printed Name:
Title:
I hereby certify that(I) I have authority to execute this document on behalf of Surety;
(2) Surety has an A.M. Best rating of A- or better; (3) Surety is named in the current
list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most
current revision) by the Financial Management Service, Surety Bond Branch, U.S.
Department of the Treasury;and(4)Surety is duly licensed to issue bonds in the State
of Missouri and in the jurisdiction in which the Project is located.
SURETY
By:
(Signature)
Printed Name:
Title:
Date:
Note:
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT
• If Contractor is a partnership, all partners must execute the Bond.
SURETY POWER OF ATTORNEY MUST BE ATTACHED
46
EXHIBIT B
Time for Completion
2022 INDIAN HILLS CIPP PROJECT (Project No. 153-0251
Time for Completion: 11/01/2022
47
EXHIBIT C
SCOPE OF WORK for
2022 INDIAN HILLS CIPP PROJECT (Project No. 153-0251
Contractor shall perform the following Work as more fully set forth in the Contract Documents:
All Work necessary to construct the 2022 INDIAN HILLS CIPP as shown on and in accordance
with the Technical Specifications and/or Drawings referred to in Exhibit D to the Agreement.
Contractor to provide all necessary equipment, labor, and material to perform the Project
construction and related work as shown in the Contract Documents. The Work includes, but
is not limited to,the following:
I. Schedule and Coordinate all necessary inspections.
2. Contractor shall coordinate with all utilities prior to the work starting, including
contacting underground locator services.
3. Include all temporary utility fees and permits.
4. Include 3rd party Special Inspections as required to demonstrate compliance with
project specifications.
5. Include all surveying, layout and field engineering required for the performance of this
work.
6. Provide digital photographs of the preconstruction, construction, and post construction
site(see Article IV Progress of Work/Submittals(F) for specifics)
7. Provide all weather provisions to meet the schedule set forth in the contract documents.
8. Provide clean up associated with the contractors work. Site is to remain free of debris
during the construction process.
9. Provide all traffic control as required throughout the construction process.
48
EXHIBIT C
SCOPE OF WORK
' ,, ,..1: • ' k.
. .•'...'''':1 4‘ • . . ,
•
, .411tr '6_, •
;..
M H 190 , ..
.------ - % .,'• --- r------ M H 188
i' 10, \ :?.•
ii
.
—
k - .-
..,
"( I
„Olt
.t,, •
416'
,
1 t .
•
lti,..,'• ., •
lo• iii :e ,'I,. i: •
i . • . ..4- -,, -
• VIP• ,
101111 . .,. ' -- - -I:
... .
, . ,.
, ..
...
*Ito, M H 191 -V
N ' I.i
• 1 ,
, '..4,,•
6// MH 187
*No Jay ' ‘,,,...
N
.1.,
. . -,•; if,, ...,
•
.1..
• . . . 0
.tf.
'• .1.-e ' f ' :1 . ) •; .
t. , 4.'`,M, ,., . . •-, : i. • , —
- '. — '' . t "• -
`. '- : ' 4.*i i Z. , '', • , .
i , . • ,.. „ . . ,,,,,
• t
t .
41$. *4104
, .
, .. A.
. ,
, .
. . ,.
. :
ice
01-.!.- •
/
...,,:[•'.,;.4..,1:::, ,,..-• -_ , .,.. . _
. .....„,,,„:„..... . . . .,.._ „i‘s,..
• ,.
. . . _,_ ...,•_ ,. . _ ihn,.... '
CIPP STORM WATER PIPE LINING 1 0 .5 1 2
===
— —Pipes to be lined
50 0 25 50 100
**Lengths shown are approximate. 11111111j.
SCALE 1" = 50'
EXHIBIT C
SCOPE OF WORK
o ,
.. ;.
P
M H 159 It / --... . ,.
-
(;) ,,
_
\)4 t "An
Iiiii4;44.'0 7 f.,...4_.
liteN4froommok.. , . ' -
.1
M H154
'Ail
1 '''' •
•
Vol' 1
...,
• ,.
.,, ..._
. . _ .
'
, .
Air
101144
CIPP STORM WATER PIPE— LINING 1 0 .5 1 2
lay
Pipes to be lined 50 0 25 50 100
**Lengths shown are approximate.
SCALE l'l = 50'
EXHIBIT C
SCOPE OF WORK
.: .-..,.. .. . 7
vor. ,, - . - . -.. .'''l . .....007:-- •
• .-st • ,:. . ..0.- ,
. ..
' ' ' - A 's'• ifi... MY .
:.,„4.4%.' .:':..:.- • *, ... - .41 f •:.4. ,
':•••• ' -,.:,. .44 " • ',.. ., 4 . 'C : ..".1. , .
ii el, N.4;i ,.., '4', ' , :4'' 1. : lkir 4 .. - ..,e ' .v.- .4? - ..
' - • -.. 0. -.... , .,. .:-:i_' ,. , .:!'".• ;. '• 1, Mr- *.4%,'. .."' • '„ •i•.--ir ••:'' ,-• ',,„...,
. . ;.-I...'-• ,• -' - ..,f,,..,1 • .' t. •, . , . , : •
. • ..
i "
''',:& ,• 41E.3 .' ..., 4.
I ' - •-
- . r.
•
i
..
....------
.3< '
'''
fli Si e.', . &
• .
/ Mia
N:
WOODLAND RD /
,/ . .
, . .. •
. , . .
- --. .....
1111111r61111111111
S: .0- ow ---„. . ,..i. *,,„ /
,1 -
•., ....,,f , . . . .,..... ....
, . _ • . ,0
''- •• , , ,
.0 . •," .. .....•
. M H 164 / ,
, , .. .
•- • -- .
. , .
. • . ..- _... , :... _, . . ••
.. , „, .•
..,-.. .e. .- . •.
_ • .
4 - '-..' tr., Vrp, ....:,
. . ,
i
..- , . i • .. • , .• • . „ . . , . . .
• . ;*.•• i . .
- _
. d1171 ' • - . . .-_
4 a 1 '
, .
4,11 .
••-.4 lok• p. - .
•.
LA . , ... - .
t, „. i,v,--• *„,.
4 ...„,,,, ai
' ".4 fr. .11 er-,, , .1-. • - . • . , . -„ e . • - 1 - tr,• . . .
y,", fr.. ... .. -,tp, . ' `t 1 '0' • .i ''; 'it ..1 . ' -- • - ..4.... -
4.-.4"•, .-4,i, ,if . '-., . i.. i . ,;:. ' '4"1-r. ii* ...-...,* ,_....: i ..... . . .. •••;- . itjr.
• . -......;. •
_ :., , ••• •
...— ..„... .
_..
• ' : ,,
--..,- •
4
, .
CIPP STORM WATER PIPE LINING 1 0 .5 1 2
simm=m
— —Pipes to be lined
**Lengths shown are approximate. VIIIIF- 50 0 25 50 100
SCALE 1" = 50'
EXHIBIT C
SCOPE OF WORK
4 .4 $ ..._ ... , •
. _
1 ).. .. ., '0
..., .
4 . ....v k
.. ,
• ..t
• ,,,• 4
' ' ' ' . •
• ,,:,-- . ..A.
-,A. A * . ' '• ,. rt?'., r' r- M H 166
,. , -I , ., • '
. ,
• . ,
r .1•'
. :15.03fe . • N. .
'• ,
2B,
. . ,
. 1
, •
.. .. ,
\
M H 167
•?;\- . itiii M H 1 6.3
\ • ,
0..,,,,....
_ .
t. ., t .t•
•
,, .•
.. )
• , • 4
\-09 l 'C)
ipoir ir.1‘;91,, *
ip.
, , t
...,' r4A 4, i.Iff• , , .
., . ,.,
..-,„..." .Irlittili*" ,, „,.! , ,• .
•
„ .
, . .,
, , .,,,, .. ...,-,44,. .
1 . • ', - - ,..", ,, -i-,-‘ ,, : .-.., c : ,1;,--„,'
I.. .. , ., ,4,,- t • . : ....r .
.., , , tr.-144: 4,,-. 4.,,, . , • , .... .
, , • 1 - - k., ‘ ,.. , !-. .4, • ..-, ,,,,, ,
., • t- I ' 1 ••4 4tit* • , -- , '
• ' 0. • .,,,,,:,cit .., .:,,,, '
' '',,e's ' . C t .:' ,,,• ., ' 4.
., r • _. .. < •. „
.. . . . , . .
CIPP STORM WATER PIPE LINING 1 0 .5 1 2
r,-
- —ripes to be lined riliMillinill
**Lengths shown are approximate. lap"- 50 0 25 50 100
SCALE 1" = 50'
EXHIBIT D
TECHNICAL SPECIFICATIONS
2022 INDIAN HILLS CIPP PROJECT (Project No. 153-025)
The following Specifications govern Contractor's performance of the Work:
ENUMERATION OFSPECIFICATIONSAND ADDENDA:
Following are the Specifications and Addenda governing the work, which form a part of this
contract, as set forth the Contract Documents:
SPECIFICATIONS:
Division I —General Requirements
Section Description
01015 CONTRACTOR USE OF PREMISES
01030 SPECIAL CONDITIONS
01040 COORDINATION
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 CONSTRUCTION SCHEDULE
01410 TESTING LABORATORY SERVICES
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01570 TEMPORARY TRAFFIC CONTROL
Division 2—Site Work
Section Description
02532 CURED-IN-PLACE PIPE
ADDENDA:
No. Date
53
EXHIBIT E
CITY OF
RIVERS
MISSOURI
Upstream from ordinary.
NOTICE TO PROCEED
DATE:
PROJECT: 2022 INDIAN HILLS CIPP PROJECT
PROJECT NO.: 153-025
ORD/RESO: (approved
TO: Contractor:
(address)
You are hereby notified to commence work on or after the day of , 2022 in
accordance with the Agreement dated
The date of substantial completion is 11/01/2022. The project shall be completed and ready
for final payment by
CITY OF RIVERSIDE
BY:
Brian E. Koral, City Administrator
Receipt of the above NOTICE TO PROCEED is hereby acknowledged
BY:
(Signature) (Printed)
(Title) (Company)
this the day of ,2022.
54
EXHIBIT F
APPLICATION FOR PAYMENT
Continuation Sheet for Application for Payment
(Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside
for an electronic version nbennion(Eiriversidemo.gov or by calling 816-372-9028)
M MMIrIOO PRI Yur
' wr
oros
sass
sosst
sanoss
was s
ass nes
��lr• _-Ir.=rr -w—
L yi Y = W r=4
55
EXHIBIT G
CHANGE ORDER
(Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for
an electronic version nbennionAriversidemo.pov or by calling 816-372-9028)
RrvCny Or CHANGE ORDER NO. y.m..s. ra
CO D•a*
Cot NamE: Para
P ad an:
n od lvr
iw t&...Tap.pp.(...n m.rvi a.omne.wd n♦m¢n mowed her
Peed lean nxenY.undo Cane ram Fermat seems•e.md h the Ceneadal at a mu Si enrpn M flea
mIINCIR P1.1.+f.vman to efanud. ..elm m wa ad P.rrP
can:t can er Nova
Owl:, lM tna Mean pent ameba•Paean.Came ovine.dawn we ee.eel fan ear d nw m Capeed �W Mead !Md
DO l MadhC aII s_CS.Miraumfaaf PPnfm =
Lent Plea Paean
tate Is
tl®
88 181
.Tads _ „.dTa. �m
11Pardeseel Caine.
ape Coma Moen In CO
t Th
tea Cased Mon e a SOX
P•mmiC =C<..a.ad WOO
«.a
DESIGN ENG LEER: CRY OF RIVERSIDE.MISSOURI-
Dae
newrf fora
'Ogleref
Ganes Peal
CONTRACTOR: ON-SITE PROJECT 'AMENDER:
OMRACTOR'S CruIRMAr•lye Mom GMT MI RTE R•
re mama coinacira Ina r raay.ao- .u.Ad.ra.sa.r
weneezawomi :yams ea ma me mita caner ea Ian ea Ile weed MOWS e}
om m mom missed enm . eeape..
atom mama myna po-donw nmiweammree Ili o
.m an a.o-m— W-a d.w arespor Raw Tap Po-.
Amm mwv
mmnim m Alm
Vim
56
CITY OF [Igy�pp EXHIBIT H
MISSOURI
Certificate of Substantial Completion
(to be completed after substantial completion of the rolect)
Project Name: 2022 INDIAN HILLS CIPP PROJECT Project#: 153-025
Requestor of Project: City of Riverside
This [tentative] [definite] Certificate of Substantial Completion applies to:
❑All Work under the Contract Documents: ❑The following specified portions of the Work:
Date of Substantial Completion
The Work to which this Certificate applies has been inspected by authorized representatives of
the City, Contractor, and the Engineer, and found to be substantially complete. The Date of
Substantial Completion of the Project or portion thereof designated above is hereby declared
and is also the date of commencement of applicable warranties required by the Contract
Documents, except as stated below.
A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list
may not be all-inclusive, and the failure to include any items on such list does not alter the
responsibility of the Contractor to complete all Work in accordance with the Contract
Documents.
The responsibilities between the City and Contractor for security, operation, safety,
maintenance,heat,utilities,insurance and warranties shall be as provided in the Contract
Documents except as amended as follows:
Amended Responsibilities Not Amended
The City's Amended Responsibilities:
Contractor's Amended Responsibilities:
57
The following documents are attached to and made part of this Certificate:
This Certificate does not constitute an acceptance of Work not in accordance with the Contract
Documents nor is it a release of Contractor's obligation to complete the Work in accordance with
the Contract Documents.
Executed by Engineer (Print& Sign) Date
Accepted by Contractor (Print& Sign) Date
Accepted by the City (Print& Sign) Date
58
EXHIBIT I
CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of protect)
2022 INDIAN HILLS CIPP PROJECT (Project No. 153-025)
STATE OF
) SS:
COUNTY OF
The Undersigned, of lawful age, being first duly sworn, states
under oath as follows:
1. 1 am the of who is the
general CONTRACTOR on the above referenced project.
2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have
been paid and all Claims of whatever nature have been satisfied,as required by the Contract.
3. ( ) Prevailing wage does not apply;or
( ) All provisions and requirements set forth in Chapter 290,Section 290.210 through and including 290.340,Missouri
Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been
fully satisfied and there has been no exception to the full and complete compliance with these provisions and
requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work.
CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract
and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming compliance with the
prevailing wage law as stipulated in the Contract.
4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection
with the Contract.
5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside,
Missouri,the certification of completion of the Project and receiving payment therefore.
CONTRACTOR
By
Title
On this day of 20 before me appeared
, to me personally known to be the
of , and
who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of
as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and
year first above written.
My commission expires: Notary Public
59
EXHIBIT J
SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
2022 INDIAN HILLS CIPP PROJECT (Project No. 153-0251
STATE OF
SS:
COUNTY OF
After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury
that:
I. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor) and I make this
affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo.
Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows:
Subcontract with: Contractor
Work Performed:
Total Dollar Amount of Subcontract and all Change Orders:$
Business Entity Type: Subcontractor's Legal Name and Address
( )Missouri Corporation
( )Foreign Corporation
( )Fictitious Name Corporation
( )Sole Proprietor
( )Limited Liability Company Phone No.
( )Partnership Fax:
( )Joint Venture
E:mail:
( )Other(Specify) Federal ID No.
I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor.
By: .
(Signature) (Print Name)
(Title) (Date)
NOTARY
Subscribed and sworn to before me this day of ,20
My Commission Expires:
(Signature)
60
EXHIBIT K
ENGINEER/CONSULTANT'S CERTIFICATION
For Acceptance and Final Payment
(to be completed at conclusion of project)
City of Riverside,Missouri
Project Name: 2022 INDIAN HILLS CIPP PROJECT
Project No: 153-025
Contractor:
Contract Date:
Date of Completion and Acceptance:
The Contractor has notified me that he has completed all work in accordance with the Contract
Documents and that it is functioning properly.
I hereby certify that a final inspection of all work under the Contract Documents was conducted
by me and to the best of my knowledge;the work has been completed in accordance with the drawings
and specifications and is functioning properly.
I have approved all payment estimates,and prepared and received approval of all change orders.
I have received the required certifications; instructions for operating the equipment,manuals,and other
documents that are applicable to this project from the Contractor and have delivered them to the City.
The City is now responsible for the security,operation, safety, maintenance,and insurance as
applicable to the project. The Contractor will warranty all specified work for a period of one(1)year
(or a longer period if governed by Missouri Statutes) from this date of completion. Notification has
been given to the proper Government agencies that the work is completed.
I recommend, under the provision of the Contract Documents that the Work be accepted and
that final payment be made.
Executed by the Engineer on this day of ,20 .
Signature:
(SEAL) Typed Name:
The work described above accepted by the consultant is hereby acknowledged and
final payment authorized.
Kathleen L. Rose, Mayor
(SEAL) Date:
Attest:
Robin Kincaid,City Clerk
cc: Contractor
61
EXHIBIT L
ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION
Pursuant to RSMo. §34.600,a public entity shall not enter into a contract to acquire or dispose of
services,supplies,information technology,or construction valued at SI00,000,or with a contractor
having ten or more employees, unless the contract includes a written certification that the person or
company is not currently engaged in,and shall not,for the duration of the contract,engage in a
boycott of:
Goods or services from the State of Israel;
Companies doing business in,or with, Israel
Companies authorized by, licensed by, or organized under,the laws of the State of Israel;or
Persons or entities doing business in the State of Israel.
For a definition of the term"boycott", please refer to RSMo. §34.600.3.
By signing below,the entity agrees and certifies that it does not currently,and will not for the duration
of this contract,engage in any of the types of boycotts listed above.
Contractor:
By:
Name:
Title:
62
DIVISION 1 - GENERAL REQUIREMENTS
63
01015 CONTRACTOR USE OF PREMISES
The Contractor shall confine all construction activities to the limits of the project right-of-way
and easements. Any additional easements and access to private property that are desired
outside the project limits are the responsibility of the Contractor.
If the Contractor desires access to private property that is outside the project limits, the
Contractor shall obtain a written agreement between the Property Owner and the Contractor
and submit this written agreement to the City prior to accessing the private property.
01030 SPECIAL CONDITIONS
A. Examination of the Site: Contractors may visit the site and inform themselves of all
conditions presently existing. Failure to visit the site will in no way relieve the
successful contractor from the necessity of furnishing all materials and performing all
work required to complete the work in accordance with the specifications.
B. Measurements: Any dimensions provided shall be verified by the Contractor. Any
discrepancies between the specifications and the existing conditions shall be referred to
the Owner for adjustment, before the work is performed.
C. Protection of Monuments: The Contractor must carefully preserve bench marks,
references or stakes and in case of willful or careless destruction, shall be charged with
the resulting expense and shall be responsible for any mistakes that may be caused by
their unnecessary loss or disturbance.
D. Breakage and Damage: The Contractor shall be responsible for any breakage, damage
or other injury to existing or new facilities caused directly or indirectly by the
Contractor's operations and shall replace, at Contractor's own expense, in a manner
approved by the Owner any such broken or damaged material.
E. Delivery of Materials: The delivery of all materials, equipment, and miscellaneous
items entering into the construction of the work is a part of this contract, including
freight and hauling charges both to and from transportation points. Payment of charges
for the above items shall be made by the Contractor. An amount covering all charges
for freightage and delivery of items shall be included as a part of the contract price and
in no case will an extra be allowed for such charges.
F. Storage of Materials: All materials delivered to the job shall be stored so as to keep
them in first class condition and free from deterioration or contamination.
G. Coordination: All contractors, subcontractors and trades shall cooperate in
coordination of their several works, but the principal responsibility for coordinating the
project as a whole and the operations of the contractors and subcontractors shall lie with
the Prime Contractor.
H. Blasting: No blasting will be allowed on this project.
64
01040 COORDINATION:
A. All construction activities shall be coordinated with all utility owners and the City of
Riverside. Contractor shall be responsible for notifying all utility owners with facilities
within the project limits prior to construction so the utilities can be located and
identified.
B. All construction activities shall be coordinated with adjacent property owners affected
by construction of the project to assure access to their properties. Driveways to adjacent
properties shall be accessible at the end of each working day.
C. The Contractor will be responsible for notifying the Resident Project Representative in
writing of the dates when construction will begin and end. The City will notify the
school district, fire,and police departments, and the local newspapers.
D. The Contractor shall be responsible for obtaining all necessary permits, and paying for
any and all inspection and permit fees as required by the City.
E. Project Coordination Meetings: In addition to the above said coordination
responsibilities, the Contractor shall attend construction progress meetings with the
Resident Project Representative on a monthly basis (at a minimum). Additional
meetings may be held as needed. No direct payment will be made for this item but shall
be considered subsidiary to the proposal.
F. The Contractor shall coordinate his/her work to ensure that the Work is complete and
to ensure efficient and orderly sequence of installation of construction elements.
G. In the event certain parts of work are assigned to subcontractors, the Contractor shall
be responsible to ensure each subcontractor completes work and that all interfaces
between trades are properly addressed. All subcontractors shall also coordinate their
work with the Owner through the Contractor.
Fl. The Contractor is solely responsible for all Assignments of Work among
subcontractors.
I. The Contractor shall be responsible for assigning and coordinating work and ensuring
that suppliers and installers are familiar with all requirements in Contract Documents
relating to each item of work, regardless of location of information in Contract
Documents.
01270 MEASUREMENT AND PAYMENT
A. The quantities as given in the Proposal are not guaranteed to be the exact or total
quantities required for the completion of the Work shown on the drawings and
described in the specifications. Increases or decreases may be made over or under the
Proposal estimated quantities to provide for needs that are determined by the Owner
65
during the process of the Work. Contract unit prices shall apply to such increased or
decreased quantities.
B. The Contractor agrees that he will make no claim for damages, anticipated profits, or
otherwise, on account of any difference between the amounts of Work actually
performed and materials actually furnished and the estimated amounts thereof. The
Owner will not pay for or be responsible for unused materials which may have been
ordered by the Contractor in accordance with the estimated quantities listed in the
Proposal.
C. It is the intent of the Contract Documents that all costs in connection with the Work,
including furnishing of all materials,equipment,supplies and appurtenances;providing
all construction plant, equipment, and tools; and performing of all necessary labor to
fully complete the Work, shall be included in the unit and lump sum prices named in
the Proposal. No item of Work that is required by the Contract Documents for the
proper and successful completion of the Contract will be paid for outside of or in
addition to the prices submitted in the Proposal. All Work not specifically set forth in
the Proposal as a pay item shall be considered a subsidiary obligation of the Contract,
and all cost in connection therewith shall be included in the process named in the
Proposal.
D. If item does not appear in the Proposal, or if said item is a part of another item listed in
the Proposal, it will not be measured for payment.
E. Whenever in the Proposal there is a discrepancy between unit prices and extensions or
totals, the unit prices will govern, and the extensions or totals will be corrected
accordingly.
F. Items for payment will be measured in accordance with the stipulations of these
specifications and as further shown on the drawings. Pay limits given are maximum,
and where actual quantities of work items are less than as computed by said pay limits,
the Contractor will be paid only for the actual quantities.
G. Payment will be made as the sum of the following:
1. Final authorized quantity of each item in the Proposal multiplied by the
contract unit price therefore.
2. Lump sum payment for each item so listed in the Proposal, at the contract
lump sum price therefore.
3. Any special payment or adjustment, plus or minus, as provided for in the
Agreement.
01310 JOB SITE ADMINISTRATION
66
A. The Contractor, or a duly authorized representative to act for the Contractor, shall
continually be present at the site of the work, whenever construction activities are
underway, for the duration of this project.
B. The Contractor shall designate, in writing, the duly authorized representative(s) at the
preconstruction meeting. The duly authorized representative(s) will be the official
liaison between the Owner and Contractor regarding the signing of pay estimates,
change orders, workday reports and other forms necessary for communication and
project status inquiries. Upon project commencement, the Owner shall be notified, in
writing, within five (5) working days of any changes in the Contractor's
representative(s).
01320 CONSTRUCTION SCHEDULE
A. General: The Contractor shall prepare and maintain a construction schedule for the
duration of the project.
B. Baseline Schedule:The Contractor shall prepare a baseline schedule to be presented to
the Owner for review at the pre-construction meeting. The baseline construction
schedule shall be in a form approved by the Owner and shall include at least the
following information for each significant work item during each phase of the project:
1. Beginning date of Project.
2. Ending date of Project.
3. Beginning Date of Each Phase.
4. Completion Date of Each Phase.
Anticipated Notice to Proceed: 08/07/2022
Project Completion: November 1,2022
The Owner will review the proposed progress schedule,and may require the Contractor
to revise the same if, in the Owner's judgment, revisions are required to provide for
completion of the project within the Contract Time.
C. Schedule Updates: In addition to submitting a baseline project schedule,the Contractor
shall update the project schedule prior to each monthly construction progress meeting.
The updated schedule shall show the original baseline schedule, the actual work
progress and the estimated completion of each significant work item for each phase of
the project. The updated schedule shall be distributed to the City at each progress
meeting.
D. Payment: No direct payment shall be made.
67
01410 TESTING LABORATORY SERVICES
A. General: Work under this item shall consist of furnishing all materials, labor and
equipment necessary for a private testing laboratory to provide the material testing for
items incorporated into the project. The tests,frequency and reports required to confirm
contract compliance shall be as specified in the KCAPWA Standard Specifications
unless otherwise noted below:
One copy of the test results shall be submitted to the Owner electronically within 24
hours of the test completion.
The testing lab must be agreed upon by the Contractor and the Owner.
B. Payment: No direct payment shall be made. This item shall be considered subsidiary
to the proposal items of the materials being tested.
01524 WASTE AREA,MATERIAL STORAGE AND SITE APPEARANCE
A. General: The Contractor shall make his own arrangements for material and equipment
storage areas and non-soil waste area.
The Contractor shall keep the site clean and free of all refuse,rubbish, scrap materials,
and debris as a result of construction activities so that at all times the site of the work
shall present a neat, orderly and workmanlike appearance. This includes the removal
of earth and debris from streets and roads that resulted from the Contractor's activity.
The Contractor shall restore the site of work and adjacent disturbed areas to the
condition existing before work began as a minimum.
B. Payment: No direct payment shall be made. This item shall be considered subsidiary
to the Proposal item, "Mobilization".
01570 TEMPORARY TRAFFIC CONTROL
A. General: Temporary traffic control on this project shall be done in accordance with
Section 616 and all referenced sections of the Missouri Standard Specifications for
Highway Construction (current edition) as published by the Missouri Highways and
Transportation Commission.
This section shall cover all temporary traffic control devices as detailed on the plans or
as directed by the Owner in charge of construction.
B. Temporary Traffic Control Devices: All temporary traffic control devices shall be in
conformance with "Part 6 of the Manual on Uniform Traffic Control Devices
(MUTCD)," Current Edition and its latest revisions.
C. Payment: No direct payment shall be made.
68
DIVISION 2 - SITEWORK
69
02532 CURED-IN-PLACE PIPE
PART I: GENERAL
1.01 SCOPE: This section governs all work, materials, and testing for installation of
Cured-In-Place Pipe (CIPP) for the lining of storm pipes. A flexible, polyester felt
liner,saturated with a thermosetting resin, shall be inverted into the existing pipeline
utilizing hydrostatic head or compressed air, or pulled into place. Curing shall be
accomplished by circulating hot water or pressurized steam to cure the resin into a
hard impermeable pipe. When cured,the hardened liner shall extend from end to end
(manhole to manhole) of the section being lined in a continuous tight fitting
watertight pipe-within-a-pipe.
1.02 GENERAL:
A. Description: This specification references ASTM F-1216 and ASTM F-1743,
which describe the requirements for the installation of cured-in-place pipe.
Liner installation shall consist of furnishing all labor, materials and
equipment for the complete installation of cured-in-place pipe in accordance
with Contract Drawings, General Conditions, and these specifications.
R. Specification Modifications: It is understood that throughout this section
these Specifications may be modified by appropriate items in the
Modifications to Detailed Specifications or notes on the Contract Drawings.
C. Revisions of Standards: When reference is made to a Standard
Specification, i.e., ASTM, ANSI, AWWA, the Specification referred to shall
be understood to mean the latest revision of said specification as amended at
the time of the Notice to Contractor, except as noted on the Drawings or in
the Modifications to Detailed Specifications.
D. Items Furnished by Owner: Owner will provide water necessary to perform
the work, and a disposal site for debris removed in the performance of the
work.
1.03 PERFORMANCE CRITERIA:
A. The following performance criteria shall apply:
I. The trenchless reconstruction process must be proven technology.
2. The CIPP process shall be a custom designed pipe that will provide
structural repair to the host pipe.
3. The process must be a cured-in-place pipe process so as to be the
most effective in reducing infiltration.
4. There must be independent third-party verification of long-term
physical properties and the enhancement factor in pipe design.
5. The end pipe product shall not reduce flow after installed in the host
pipe.
6. A 24-hour emergency response time is mandatory.
70
7. Pulled-in-Place methods will be allowed, unless the pipe condition is
not conducive to this method.
8. UV cured CIPP processes will not be allowed.
1.04 UNIT PRICES: Each item listed under this specification shall be measured and
paid for at the unit price per lineal foot, at set forth on the Proposal.
A. The unit price shall include all labor, materials, equipment,overhead and
profit, and incidentals necessary to complete the work, including the
following:
1. Cleaning and removal of roots from the storm pipe,as required.
2. Trimming of intruding lateral taps, as required. Lateral taps shall
be trimmed flush with the inside of the main pipe.
3. Pre-installation closed-circuit color television inspection
recordings on media specified by the Owner.Also surface video
inspection.
4. By-passing of existing storm flows required on all inversions
except where noted.
5. Installation of pre-liner membrane, if indicated on the Proposal.
6. CIPP wet out, placement by inversion or pull-in, curing, and
finishing per ASTM F-1216, ASTM F-1743 and D 5813.
7. Post-installation Television Inspection recordings on media
specified by the Owner as well as written report form.
8. Traffic control using cones and flashing barricades as required.
9. Complete conformance to O.S.H.A.confined space entry safety
regulations.
10. Fences removed and replaced; traffic control; site restoration; and
other incidental construction.
11. Standard one-year warranty after completion of project.
12. Permits, Licensing,& Insurance as required.
1.05 WARRANTY: In lieu of all other expressed or implied and/or statutory warranties,
including warranties of merchantability and fitness for a particular purpose,
Contractor agrees to correct any defects in the materials or services provided by
Contractor which are brought to the attention of contractor within one year following
acceptance of Contractor's work (date of Final Payment), provided Owner affords
Contractor suitable access and working conditions to accomplish such correction.
1.06 PRODUCT AND INSTALLER QUALIFICATION REQUIREMENTS: Since
products are intended to have a minimum 50 year design life,and in order to
minimize the Owner's risk, only proven products with substantial successful long
term track records will be approved. Products and Installers seeking approval must
possess all of the following criteria to be deemed Commercially Acceptable.
Contractors shall provide documentation of these requirements WITH THE
PROPOSAL.
A. Product Experience: For a Product to be considered Commercially Proven, a
minimum of 1,000,000 linear feet or 4 000 manhole-to-manhole line
71
segments of successful wastewater collection system installations in the U.S.
must be documented to the satisfaction of the Owner to assure commercial
viability. In addition, at least 100 000 linear feet of the product shall have
been in successful service within the State for a minimum of five years.
B. Installing Contractor Experience: For a Contractor to be considered as
Commercially Proven, the Contractor must satisfy all insurance, financial.
and bonding requirements of the Owner, and must have had at least 5 (five)
years active experience in the commercial installation of the product
proposed. In addition, the Contractor must have successfully installed at
least 1,000,000 feet of the same product proposed in wastewater collection
systems. Field Supervisor/Foreman: Minimum five(5)years as a
foreman/superintendent for a cured-in-place lining crew(installing actual
product included with this project), and a minimum of 50,000 lineal feet of
cured-in-place lining installed under his/her supervision. Such experience
shall include the actual product, by trade name, CONTRACTOR proposes to
install. Acceptable documentation of these minimum installations must be
submitted to the Owner.
C. For a product and installer to be Commercially Proven, the installer must
own and operate a legally permitted permanent facility to impregnate the
CIPP tubes. To ensure the Owner all installed products will meet the
minimum product quality control standards set forth by the manufacture,all
CIPP liners shall be impregnated by the approved product's licensed
installer that is performing the work.No pre-impregnated CIPP products
will be accepted from a third-party vendor. Contractors shall provide
documentation of this facility with the proposal.
D Storm rehabilitation products submitted for approval must provide Third
Party Test Results supporting the long term performance and structural
strength of the product and such data shall be satisfactory to the Owner.Test
samples shall be prepared so as to simulate installation methods and trauma
of the product.No product will be approved without independent third party
testing verification.
E. Both the rehabilitation manufacturing and installation processes shall
operate under a quality management system which is third-party certified to
ISO 900I. Proof of certification shall be required for approval.
F. If either the installer or the manufacturer cannot meet the experience and
qualification requirements set forth above, Contractor may furnish a cash
bond to Owner. The cash bond shall be in the amount of 50 percent of the
total Proposal price of the cured-in-place line segments, delivered in
certified funds to Owner. Owner will hold the bond for a period of five
years from the date of Final Acceptance of the Work by Owner.
72
1.07 SUBMITTALS: The Contractor shall submit the following submittal items.
A. Product Data for Review:
Product properties, materials, and data sheets.
a) Flexural Strength ASTM D-790
b) Flexural Modulus ASTM D-790
c) Tensile Strength ASTM D-638
d) Tensile Modulus ASTM D-638
e) Corrosion Resistance ASTM F-1216
f) Impact Strength ASTM D-256, method A
g) Shear Strength ASTM D-732
h) Hardness (Barcol 33) ASTM D-2583
i) Std. Practice for Rehabilitation of existing Pipelines by Inversion
and Curing of a Resin Impregnated Tube, ASTM F-I216,
j) Std. Practice for Rehabilitation of pipelines by pulled-in-place
installation of a cured-in-place thermosetting resin pipe,ASTM
F1743. (If applicable to the proposed reconstruction system)
k) Data from any other laboratory tests which demonstrate the
properties, including long term properties, of the
reconstruction system.
2. Manufacturer's approval of designated installation contractor.
3. Design Methodology: Describe and provide third party test data
and documentation of the design calculations of the thickness
recommendations of the finished reconstruction system. Include
confirmation that the proposed reconstruction system will
withstand the external pressures from ground water and any loads
(depth, water table, soil type,traffic/non-traffic areas, etc.).
Describe the conditions that will constitute fully deteriorated
design calculations. Submit the empirical test data verifying the
individual design calculations.
B. Manufacturer's Certificates: Contractor shall furnish the following prior to
shipment:
Affidavit of compliance with applicable standard.
2. Structural Properties: Storm rehabilitation products submitted for
approval must provide Third Party Test Results supporting the
long term performance and structural strength of the product and
such data shall be satisfactory to the Owner.Test samples shall be
prepared so as to simulate installation methods and trauma of the
product.No product will be approved without independent third
party testing verification. Submit responsible third party test data
to demonstrate compliance with the technical specifications
pertaining to the proposed reconstruction system for each of the
following properties(NOTE: Results shall be of coupons taken
from samples obtained after installation).
3. The rehabilitation product shall have ISO 9002 Certification or
equal for its quality control and assurance programs. Proof of
73
certification shall be required for approval.
C. One-Year Warranty.
PART 2: PRODUCTS:
2.01 PRODUCT REQUIREMENTS: This part governs materials for complete
cured-in-place liner installations.
A. Liner Material and Cured Lining: The lining material shall be a polyester
fiber felt tubing, lined on one side with polyethylene(lined on both sides
for pull-in insertion method) and fully impregnated with a liquid
thermosetting resin as specified. Lining thickness (actual): The Contractor
shall submit a design schedule to the Engineer, reflecting industry standards
for fully deteriorated pipe conditions.The polyester felt tubing, including
the polyethylene covered felt and thermosetting resin, shall meet the liner's
manufacturer's standards. The cured lining material shall conform to the
minimum structural standards set forth herein.
Cured Liner Standard Results
Flexural Stress ASTM D-790 4,500 psi
Modulus of ASTM D-790 400,000 psi
Elasticity (short term)
B. Materials:
I. The liner tube shall meet the requirements of ASTM F-1216,
Section 5.1,or ASTM F-1743, Section 5.The tube shall be
constructed to withstand installation pressures, have sufficient
strength to bridge missing pipe, and stretch to fit irregular pipe
sections.
2. The wet out Tube shall have a uniform thickness that when
compressed at installation pressures will meet or exceed the
Design thickness.
3. The Tube shall be sewn to a size that when installed will tightly fit
the internal circumference and length of the original pipe.
Allowance should be made for circumferential stretching during
inversion.Overlapped layers of felt in longitudinal seams that
cause lumps in the final product shall not be utilized.
4. The outside layer of the Tube(before wet out)shall be coated with an
impermeable, flexible membrane that will contain the resin and
facilitate monitoring of resin saturation during the resin impregnation
(wet out) procedure. The membrane coating shall not be subject to
delamination after curing of the cured-in-place pipe (CIPP).
74
5. The Tube shall be homogeneous across the entire wall thickness containing
no intermediate or encapsulated elastomeric layers. No material shall be
included in the Tube that may cause delamination in the cured CIPP. No dry
or unsaturated layers shall be evident.
6. The wall color of the interior pipe surface of the CIPP after installation shall
be a light reflective color so that a clear detailed examination with closed
circuit television inspection equipment can be made.The wall color and
distribution of pigment shall be uniform, without splotches or mottling.
7. Seams in the Tube shall be stronger than the non-seamed felt.
8. The outside of the Tube shall be marked for distance at regular intervals
along its entire length, not to exceed 5 ft. Such markings shall include the
Manufacturers name or identifying symbol.The tubes must be manufactured
in the USA.
9. Resin-The resin system shall be a corrosion resistant polyester, vinyl ester,
or epoxy and catalyst system that when properly cured within the tube
composite meets the requirements of ASTM F 1216 and ASTM F 1743,the
physical properties herein,and those which are to be utilized in the Design
of the CIPP for this project.The resin shall produce CIPP which will
comply with the structural and chemical resistance requirements of this
specification.
C. Structural Requirements:
1. The CIPP shall be designed as per ASTM F 1216, Appendix X.l. The
CIPP design shall assume no bonding to the original pipe wall.
2. The Contractor must have performed long-term testing for flexural creep of
the CIPP pipe material installed by Contractor's Company. Such testing
results are to be used to determine the Long-term,time dependent flexural
modulus to be utilized in the product design.This is a performance test of the
materials(Tube and Resin) and general workmanship of the installation and
curing. A percentage of the instantaneous flexural modulus value(as
measured by ASTM D-790 testing)will be used in design calculations for
external buckling.The percentage,or the long-term creep retention value
utilized,will be verified by this testing. Values in excess of 50%will not be
applied unless substantiated by qualified third party test data. The materials
utilized for the contracted project shall be of a quality equal to or better than
the materials used in the long-term test with respect to the initial flexural
modulus used in Design.
3. The Enhancement Factor `K' to be used in `Partially Deteriorated' Design
conditions shall be assigned a value of 7. Application of Enhancement
(K) Factors in excess of 7 shall be substantiated through independent test
data.
4. The layers of the cured CIPP shall be uniformly bonded. It shall not be
possible to separate any two layers with a probe or point of a knife blade so
that the layers separate cleanly or the probe or knife blade moves freely
between the layers. If separation of the layers occurs during testing of field
samples, new samples will be cut from the work. Any reoccurrence may
75
cause rejection of the work.
C. Liner Length: The length of the liner shall be that deemed necessary by the Contractor
to effectively carry out the inversion and seal the liner at the inlet and outlet points.
Unless indicated otherwise on the drawings,the liner shall terminate at manholes
and not within the pipe. The Contractor shall verify the lengths in the field before
cutting the liner to length. Individual inversion runs can be made over one or more
access points as determined in the field by the Contractor and approved by the
Owner.
D. Pre-Liner Membrane: A pre-liner membrane shall be used where noted on the Proposal
or Drawings, in locations where heavy infiltration is present. Pre-liner membrane
shall be a 3-ply laminate combining two layers of linear low-density polyethylene
and a high-strength cord grid. Membrane shall have a permeance less than 0.040
grain/hour-sf-in. Hg. Pre-liner shall be Griffolyn TX-1200, or equal.
PART 3: INSTALLATION:
3.01 INSPECTION AND TESTING: Inspection and testing shall be performed by the
Manufacturer's quality control personnel in conformance with applicable standards. Testing
may be witnessed by Owner or approved independent testing laboratory. The Contractor
shall provide three(3)copies of certified test reports indicating that material does conform
to the specifications.
A. Chemical Resistance-The CIPP shall meet the chemical resistance requirements of
ASTM F 1216,Appendix X2.CIPP samples for testing shall be of tube and resin
system similar to that proposed for actual construction. It is required that CIPP
samples with and without plastic coating meet these chemical testing requirements.
B. Hydraulic Capacity -Overall, the hydraulic profile shall be maintained as large as
possible. The CIPP shall have a minimum of 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.
C. CIPP Field Samples- When requested by the Owner,the Contractor shall submit test
results from field installations in the USA of the same resin system and tube materials
as proposed for the actual installation. These test results must verify that the CIPP
physical properties specified in Section 5.5 have been achieved in previous field
applications.Samples for this project shall be made and tested as described in Section
10.1.
3.02 PRE-INSTALLATION:
A. Safety: The Contractor shall carry out his operations in strict accordance with all
OSHA and manufacturers' safety requirements. Particular attention is drawn to those
16
safety requirements involving working with scaffolding and entering confined
spaces.
B. Notice to Public : The Contractor shall notify the affected public at least 2 days, but
no more than 14 days prior to televising, cleaning, or prepping a line segment in
which they may be affected.
1. This notification,approved by Owner,should be in the form of door hangers
and shall make the residents aware of the upcoming project and how it might
affect them.
2. This notice shall include a local telephone number of the Contractor.
3. Also,the Contractor shall notify the public 24 hours before the actual
inversion will take place.
4. The notifications shall be distributed to all homeowners affected by repair, as
well as resident's one segment upstream and downstream of the repair
location.
5. The Contractor shall personally contact any home or business which cannot
be reconnected within the time stated on the written notice.
C. Cleaning of Pipelines: Prior to any lining of a pipe so designated, it shall be the
responsibility of the Contractor to remove internal deposits from the pipeline using
accepted storm cleaning techniques.
1. The Contractor shall remove all internal debris from of the storm line that
will interfere with the installation of CIPP.
2. The Contractor shall properly dispose of all debris removed from the
storms during the cleaning operation.
D. Inspection of Pipelines: Inspection of pipelines shall be performed by experienced
personnel trained in locating breaks,obstacles and service connections by closed
circuit television.The interior of the pipeline shall be carefully inspected to
determine the location and extent of any structural failures. The location of any
conditions which may prevent proper installation of lining materials into the
pipelines shall be noted so that these conditions can be corrected. A video recording
Digital Format and suitable hardcopy log shall be kept and delivered to Owner when
the lining work is complete.
E. Line Obstructions: It shall be the responsibility of the Contractor to clear the line of
all obstructions that will prevent the proper installation of the liner. Obstructions
which cannot be removed by conventional cleaning methods may require an open
cut point repair prior to liner installation.Open cut point repairs, if required prior to
trenchless installation of liner pipe due to blockage or collapsed host pipe, shall be
negotiated by the Owner and Contractor. Said cost to be in addition to unit cost.
F. Protective Measures: In order to reduce homeowner complaints of burnt grass,the
Contractor shall provide protective measures(e.g. felt,blocks of wood)to create a
barrier between the boiler hoses and the grass for each inversion.
3.03 INSTALLATION:
77
A. Wet Out
1. The Contractor shall designate a location where the uncured resin in the
original containers and the unimpregnated liner will be serial vacuum
impregnated prior to installation. The Contractor shall allow the Owner to
inspect the materials and"wet out" procedure.
2. A resin and catalyst system compatible with the requirement of this
method shall be used.
3. The quantity of resin used for the tube impregnation shall be sufficient to fill
the volume of air voids in the tube with additional allowances for
polymerization shrinkage and the loss of resin through cracks and
irregularities in the original pipe wall.
4. A serial vacuum impregnation process shall be used.To insure thorough resin
saturation throughout the length of the felt tube, the point of vacuum shall be
no further than 25 feet from the point of initial resin introduction. After
vacuum in the tube is established, a vacuum point shall be no further than 75
feet from the leading edge of the resin. The leading edge of the resin slug
shall be as near to perpendicular as possible. A roller system shall be used to
uniformly distribute the resin throughout the tube. If the Installer uses an
alternate method of resin impregnation, the method must produce the same
results. Any alternate resin impregnation method must be proven.
B. Inversion/Insertion Method:
The "wet out" liner shall be inserted through an existing manhole or other
approved access by means of an inversion process and the application of a
hydrostatic head sufficient to fully extend the liner to the next designated
access point.
2. As an alternate, the wet-out tube may be inverted using air pressure, as set
forth in ASTM F 1216-09 Par. 7.4.2.
3. The impregnated liner materials shall be inserted into the inversion tube with
the impermeable plastic membrane side out. At the lower end of the inversion
tube,the liner tube shall be turned inside out and attached to the inversion tube
so that a leak-proof seal is created.
4. The inversion head will be adjusted to be of sufficient height to invert the liner
to the next access point designated and to hold the liner snug to the pipe wall
and to produce dimples at side connections and flared ends at the entrance and
exit access points.
5. The use of a lubricant is recommended and if used, such lubricant shall be as
approved by the liner manufacturer's standards.
6. The liner manufacturer's standards shall be closely followed during the
elevated curing temperature so as not to overstress the felt fiber and cause
damage or failure of the liner prior to curing. (In certain cases,the Contractor
may elect to use a Top Inversion. In this method, the liner is pre-inverted to a
distance that corresponds to the minimum inversion head and instead of
attaching to an elbow at the base of the inversion tube;the liner is attached to
a top ring).
78
C. Pull-In Method: CIPP installation shall be in accordance with ASTM F 1743,
Section 6.Temperature gauges shall be placed inside the tube at the invert level of
each end to monitor the temperatures during the cure cycle.
D. Liner Curing
I. After inversion is completed,the Contractor shall supply a suitable heat
source and water re-circulation equipment, or steam delivery equipment.
2. The equipment shall be capable of delivering hot water to the far end of the
liner through a hose, which has been perforated per the liner manufacturer's
recommendations,to uniformly raise the water temperature in the entire liner
above the temperature required to effect a cure of the resin.
3. As an alternate method: the pipeline may be cured using steam circulation, as
set forth in ASTM F 1216-09 Par. 7.6.2.
4. This temperature shall be determined by the resin/catalyst system employed.
The heat source shall be fitted with suitable monitors to gauge the temperature
of the incoming and outgoing heat exchanger circulating water.
5. Water temperature in the line during the cure period shall not be less than
180 degrees F or more than 200 degrees F as measured at the heat exchanger
return line.
6. Initial cure shall be deemed to be completed when inspection of the exposed
portions of the liner appear to be hard and sound. The cure period shall be of
the duration recommended by the resin manufacturer, as modified for the
inversion lining process,during which time the re-circulation of the water
and cycling of the heat exchanger to maintain the temperature in the liner
continues.
D. Cool-Down: The Contractor shall cool the hardened liner to a temperature below 100
degrees F before relieving the static head in the inversion tube. Cool-down may be
accomplished by the introduction of cool water into the inversion tube to replace water
being drained from a small hole made in the end of the liner at the downstream end.
Care shall be taken in the release of the static head such that a vacuum will not be
developed that could damage the newly installed liner. As an alternate: the cool-down
may be accomplished by circulation of cool air. The cool-down process shall comply
with the resin manufacturer's specifications.
3.04 FINISH: The finished lining shall be continuous over the entire length of an insertion run
and be as free as commercially practicable from visual defects such as foreign inclusions,
dry spots, pinholes and delamination. The lining shall be impervious and free of any
leakage from the pipe to the surrounding ground or from the ground to the inside of the
lined pipe. Any defects which will affect the integrity or strength of the lining shall be
repaired at the Contractor's expense, in a manner mutually agreed by the Owner and the
Contractor.
3.05 POST-INSTALLATION
A. Sealing Liner at Ends: If due to broken or misaligned pipe at the access point, the
lining fails to make a tight seal,the Contractor shall apply a seal at that point.The seal
shall be of a resin mixture compatible with the liner.
79
B. Liner Trimming: After the liner has been cured, the liner shall be trimmed entering
and exiting the manhole, so that it is nearly flush with the manhole wall. Also, a V-
notch shall be cut in the crown of the liner in the downstream manhole, so as to
reduce future wear on television cables or cleaning equipment. For each inversion of
2 or more line segments using a single liner,the liner should be cut flush with the
trough at the intermediate manhole(s), so that there is no ponding on the bench of
the manhole(s). If additional line segments enter these intermediate manhole(s),the
liner should not obstruct the flow from these lines.
C. Liner Testing:
1. The water tightness of the liner shall be gauged while the liner is curing
and under a positive head(or steam pressure).
2. For each work order released, one CIPP sample for each diameter shall be
prepared and physical properties tested in accordance with ASTM F1216 or
ASTM FI743, Section 8, using either method proposed. The flexural
properties must meet or exceed the values listed in Table 1 of the applicable
ASTM.
3. After the work is completed, the Contractor will provide the Owner with a
video recording showing both the before lined and after lined conditions,
including the restored connections. Visual inspection of the CIPP shall be in
accordance with ASTM F 1743, Section 8.6.
D. Restoration: Upon completion of the installation work and after required testing
indicates the lining is acceptable; the Contractor shall clean up the project area
affected by the work. The Contractor shall restore the project site to conditions not
less than those existing prior to his entry thereon, unless otherwise required by
these specifications.
1. The Contractor shall coordinate surface restoration work with the affected
private property owners.
2. Private property over which the Owner has prior rights(i.e., utility easement,
storm easement)and/or has obtained rights-of-way, licenses and/or
agreements from the property owner to allow construction of a storm
pipeline and appurtenances, shall be restored in conformance with these
Contract Documents.
3. Public property shall be restored with strict adherence to the requirements of
the Contract Documents.
END OF SECTION 02532
80
Lining thickness for 15" and 18" pipes are based on the attached calculations from
SAK.
81
Cured-In-Place Pipe(CIPP)Wall Thickness Design and Hydraulic Capacity Calculations
Project:Storm Sewer CIPP
Location:Riverside,MO
Owner.City of Riverside
Line Segmenl(s):15"Storm Sewer GW at Top of Pee
MH Depth: I 14 I
Minimum Thickness: 62 inns
Nominal Thickness: 7.5 min
pdsian Ass emotions.. I IShaded cells are user.denned
Cordbon of host pee PD PO•partially detenoreted.FD=Iuly deteriorated
Insde earner.,of hoot ppa(a) 1). 15
Ovality of host ape I%) q• 5.0 Default value is 2%,range=0%.10%
Slope of host ppe(ft/ft) 5• 0.003
Host ape Manning's roughness(dmensoress) n,• 0.013 vanes from 0 0130 030(dependent on eassng pee matenal.geometry.Aameter and condition)
CIPP Manning's roughness(0 mentioning) R• 0.010 vanes from 0009.0 013
Constraned sal modulus of native sole in the pee zone(pal M.,• 1,000 See table below for recommended values
From Table 5 6 of AWWA Manuel of Wafer P,ect,ces A445.Second Edddn
Cohesive Haties Soils
Granular Native Soils Unconfined compressioe M.,
strength(q0)
B al lowft(per ASTM Description
D1586) Dasaipion tons/af kPa psi kPa
.0.1 ....veryl°47.bop? _....-'O'0 125
._...._...._..__.._..._.. ._.. ._.2._- .._..._
1.2 very loose- -_0.25.0n 25•25 very soft .'—'ibl _--td
-... ._.. _erne.._.
2-4 o.25•0. 2s•5g soli Yoe' d.e -
4.8 _ loose,,._,_,•-0.50-10 _- 50:700 _,..mrwum____ 1500 103
8.15 al. Y compact 0
.._...._t_.2.0_ _100_ ss 200 _ s _...._ 3,000 207.,,_
.-...__...._1530 W!l
30:50 eslhss 4.0.60 400-800 hard _ 101000 690
_..___. . ___.__..-._.•-__- _i.-._-•_•.__.nerd___ ._ .._;b_ very dense �ttu'"-"- Boo very nave zb o00 tie o
Flexural modulus of Eelesboty of CIPP.Inb0(pal E• 400,000 Minimum value,s 250.000 pa per ASTM F1216
Long-term retention of mechanical properties(%) 50% 0e4aua value is 50%
Fleaural modulus of elasticity of CIPP.long-term(pa) E. 200.000 Determined from longterm retention%
Designsafetyfactor N• 2 Default value Is 2 0
Unit weight of sal(pc!) 6.• 120 Apples to fully detenoreed designs only
Unit weght of water(pot) 8.• 624
Depth of covet(It) H• 12.75 Measured from ground surface to top of pee
Height of groundwater(h) H.• 0.00 Measured from top of ppe,Note:N seater table Is below top of pipe,Input a negative number!
internal vacuum pressure(Pal P.• 0.0 Default value is 0
Internal pressure(pen P• 0.0 Pressure ppe applications only,If no pressure.Input 0
Demeter of hole or opening In animal ppe wall(n) d• 0.0 Pressure ppe appla0ons only,If no pressure.input 0
Poisson'sre5e of CIPP v• 0 30 Average value for CIPP per ASTM F1216
Fleaual strength of CIPP.areal(pa) is, 4.500 Mrremum valeta 4,500 per per ASTM F1216
Flexural strength of CIPP,long-term(pal is, 2 250 Determined from long-term retention%
Tense strength of CIPP.initial(pa) o,. 3,003 Pressure pee appicebdns only,
Tensile strength of CIPP.onreerm(po) e 1,5C0 Determined from long-term retenton%
Enhancement facer(dimensionless) K• 7 0 Minimum value recommended per ASTM F1216
JO20 Calculations as ow AAST140.1evanth Edtlar.2014O lalnrry
I''o rive lead dwrthadeetromecao b Awn Spew. Fla lies Iced di•ir.Mdkn pw•IId ru wharf Tan.ale
iM WnWade Iced...cam bra/lw.6.01 be nbtnVaak load irerecakndspd H,-.tlWlbe4eten led Ara • reca 1r1ur wee oedeylh//(K)
.kkewaed as a, /- - lire load patch length atdepe.H lit)
- live Wed paid.wdthw depth//(el
y_omo I. 10.. Heel elereakn am*trlmwne to culvert
ll., !l r- 12 12_ (l.6.1.z 6611 , 12 .Q1.1bb "mall
d) - wMl•en"ne,6.0a
1ILO, �•' I7
LUIF y
0, - erropwc'6 water 20(in.)
Ie wkkO in vekk P. - erratic*crater m cbr.cee of ile<alven
a)
• .ewe H<N._.. /./1)/' litame
a 1J.1.2..4 Amer m*reified w
• Mere J/'/A..' Table 161.2.fr�r
p II • depth of all on�sul.vvl(n)
12-LLDF(N)•pAi12 ()A.1.}610) !•1•/11W(/II p61)61,5)
12 Ham, . oak interaction depth peMM lo Haven spas
• awe N�N.a. 00
• 1.41we Half,: a. - axle swing la)
••LLLX(N).paper /, - bre pad knob.lelin_I
II•a 2 (3.6.IlAWI /•.1•s.1J1.HF(H) 1061.2.6b-6)
12
wfeo'.
Thu 1,w bed•,,l l crusts Cool shall!,dalcanio J P, - live load vertical reow9
mom clean
The rectangular area.4u.shall be JLlnroiriel as: a• the load applied at surface on ell,eaenctky(
wMl•(kip)
A,r-I.a' r i./'H'(w) IN air enk had allow...,a epeeilkd in
(3.6.I.I 4MIf \ 100 Ankle 3.6.2-2
!'- fl 6.1]60-+I Ae Poe .oIti k- pnp+eu<e specified pspecified in Amick
3.6 p.1.1.2
Au - rooto%ola arrie dopill/J(n')
Load Type I h4520 I
lade dal Of host ape D,• 15 0 in
The patch wan wr• 200
Tire patch length L• t 0 0 in
Wheel among s.• 6 0 ft
Attie spacing I.- 14 0 ,ft
Live Load Dstnbubon factor LLDF• 115
Depth of he der culvert H. 128 oft
Wheel interaction depth.transverse M.,• 3 7 ft
Live load patch wrath at depth H w.. 22 4 ft
Wheel interaction depth-parallel H•t,a• 11 4 ft
Live load patch length at depth H 1•• _ 29 5 ft
Reeerguer area at depth H Au.. 660.8 sq.ft
Number of loaded lanes m• -1.g
Multiple presence factor m• 12
Dynamic load allowance IM. 0 0
Lin load applied at surface(Trial applied surface wheel load) P. 64,0000 10
Leta load vemtal crown pressure P,•wa,I• 0 81 Pa
H20live load transferred to ppe et depth H(pa) an...I 0 81 IPa
82
CIPP Design Template 8/8/2022 NEK
•
• gip Calate40ns(Railway Loads)
E80 Ins load transferred to ppe at depth H(Po) 1.1.111111 0 00 from graph below
EB0 Live Loads on Pipe Installed Under Railroads
(From Concrete Pipe Handbook,Sth Eddon) 5�Q Sg ssQg QQ 5� sQS�
s $ ab$E EIESS 25Sg25 g25SS8,0001h per
g 335 0 ---. --- j a (�'%gg :A, (7� ,tens gao53g .`din Si re:Si lin ft
35 . ...: 1' c37 71'� t
r8'5'5'5'9' 5'6'5'8' 8'5'5'5'9'5'6'5'5'
10 20 30
Unit Load(pal) Figure 4.30.Sp0Cing o1 Wheel Loads Per Are lor a
Cooper E 60 Design Loading.
s
MINSLISTEAR
Modulus of dadicty of concrete(pm) E.• 4,000,000 default value is 4,000,000
Pasant reto of concrete(dimensionless) p• 015 default value a 0.15 CALIFORNIA BEARING RATIO.LBR
Modulus of fubgrade reaction(Ibdn) k• 250 see adjacent figure 1 _ -.>'
ss a Thdme concrete pavement(in) h• 12 � ��M� ��'
___
Depth of cover,top of ppe to bottom of nab(It) N. 118 UNIFIED SOIL CLASSIFICATION .=���1!
Honzontal distance from ppe an twine(it) X. 0 aaw(nad=0(word cage) Corp'of Ewan U.S.Army.
and
Rados of stiffness of the nod pavement(ft) R.•1 3 27 I R,_ �1 Eh0 }� u.S.um of RRcicl=on
V12(1-H27` ==♦��.,�
Wheel load(MO) P,.•1 90,000 1
AASNTO SOIL CLASSIFICATION ■ n
Wcfat-case load scenario a for 2 loads spaced 0.8R,a Foetal Ngh.sy Adminbtrnien o
rig pa part and ro calculated!slaw. e
For alternate lading cond..see Concrete Ape Handbook Sd Edition - ^
Pressure Coefficient(C)for XIRs•0 2leads 0.8 Rs emeeemee..�`
C
• • �FEDERAL AVIATION AOONCY
pr[rery
alb of pip i Soil CWI'ahon •'�'y•-0000B . AOfsa 0676l
02 _- �
H
X
0 15 , IMIIMMIANIMIll
u 01 Rya. /�\ M�UUYEMM�M I�B
MODULUS OF$USG RAGE REACTION,k,
MMII.M=SMIENSI an
005 WR,• 3.599 ■ i 1(MARINO VALUE sir I
C• 0.052 136 on.Mamma Mae,0 ten.aeration/
0 2 + 6 e 10 CALIFORNIA BEARING RATIO,CBS ME
Ww .- . . . i,-••• , w . w ^ Of.a••e r li•
Airport We toad tranderred to pee et depth H(PC notA•I 0.00 I w,.=CP/R,'
Well Thickness Design
Partially Deteriorated Gravity Pope Condition 3
_ 1-gr100 lI
adlyreduCbon factor(dimensionless) C•1 0.64 I C (1+gilo0J J
Edema hydrostatic pressure from groundwater(psi) P.•I 0.54 I P.•y.(H.•0/12y144
Minimum thld,nees d.M
required budding I,• 0.12 In t,• 0 ASTM F1218.Equaban X1.1
• 3.10 min 2'k.E'C 1
�11-u'1 N'(P.•n>
Minimum thickness required ovalycheck L t00(• 0.09 in 1.5- 1.1 .SDR'-0.5 I10 1c0)-SCR-PN.O
• 2.30 min - ASTM F1216.Equation XI 2
SDR,• 105 N P.=O.default SDR=100
Quadratic Gaon for Eli XI 2 a• 0 07875
deed to salve for SDR,and@ b= -0525
c=-2076 923
Fully Deteriorated Gratify Ape Condition
Total hoe load tranderred to pee at depth H(pa)= W,• 0.81 From We lad alala5ons
Water buoyancy Iactor()Immolate))) R.• 1.00 R.=1-0 33(HJ1)(min slue•0 67> f281t.N Hl<0,use N.•0 In this caleuagan
Taal external pnessure On Ppe(p.) Or• 11 43 0.0 433H.•6.HRJ144•W, tfabV NIL<0,Ire M.•0 In the calculation
CoefboeM of elastic support(in-lb) 13'• 0 364 B=161.4e 000)
Minimum thickness required.Luschefs budding equation I.• 0.24 _in r (Spa, '12 ASTM F1216.Egliaba Xi 3
• 6.15 min [13 R. II 1f)' FI„-E, I',
Mammum thickness required.pee stiffness I.• 0.21 in
• 5 36 min t=01E/0 093 120 ASTM F1216.Equaba XI
Partially Deteriorated Pressure Pipe Condition
Minimum thickness required to withstand internal pressure I„• 000 in I,.=04((D/d)'(5.33'e,/PN)I'n•1) ASTM F1216,Equation X1 6
,n spanning across any rides in the orlon*pee well d/D• 000 6 OD•1.83(t.lD)".ASTM F1216.Equation X1 5,then Ilan a in mg tendon Of hoop stress
1.63(t.)D)"• 000 and fully deteriorated pressure ppe condtion appkp(ASTM F1216,Eqabon X1.7)
Mmmum thickness required by dean check L.• 000 in
• 000 min
Fully DaMora(.d Pressure Pipe Condition
Mmmum thickness required t0 wnhdand all extarnd I,.,• 0 00 in L.,=01(12o„IPN(•2) ASTM F1216.Equation X1 7
lads and the full internal pressure 0.00 min
OPP Wall Thickness Dalian summary
Host pee condgon FUN 0denoraled
CIPP end use application Gravity Flow
CIPP oaade dametet(boat pee made damear) D• 15 In
Mmmum CIPP thickness,akWtoi t..,• 024 Greatest vale calculated from ASTM F1216 Eguetrrn Xt 1,XI 2.XI 3 and X1 4(grimy flow)
• 6.15 nun
or greatest of Xt 1.X1 2 X1 3.Xt A and Xt 7(pressure pp.)
M mmum OPP thickness recommended L.• 024 in
• 615 min Bafed on a maximum SDR=100
Nominal CIPP thickness to be suppled I .• 7.5 min Rounded up to the newest 1 5 min to reflect standard CIPP tad,nesaa supplied
SDRcn 51 SDR=Dh Maamum recommended SCR for CIPP n 100 per ASTM F1216
Hydraulk Celculalions
CIPP insidedametr On) D,• 144
Flow area of hat pee(fl') A. 123
Flow area of CIPP(8') A• 1.13
Gpadty of hod pee(ds) a. 3.54 0=(I 486AR.'r'S"'yn(Manning's Equation)
Goodly of CIPP(cot) 4• 4.13 where R.=hydradc reran=Df4 for ppaflowng full
%InreeWd creese In Flow Capacity 60• 17%
83
CIPP Dean Template 9/6f2022 NEK
Cured-In-Place Pipe(CIPP)Wall Thickness Design and Hydraulic Capacity Calculations
Project:Storm Sewer CIPP
Location:Riverside,MO
Owner City of Riverside
Line Segment(s):18'Storm Sewer GW at Top of Pipe
MH Depth: I 14 I
Minimum Thickness: 7.3 mm
Nominal Thickness: 7.5 man
pusian Assumptions: I 'Shaded cells are user-defined
Condition of host pipe FD PO•(enmity deteriorated,FO s fuhy deteriorated
Inside diameter of host PIN(in) D• 18
OvabN of host pipe(%) q• 5.0 Default value is 2%.range•0%-10%
Slope of host Ppe Iftml S• 0.003
Most pp.Manning's roughness(Omensoness) n,. 0.013 vanes from 0013.0.030(dependent on Basting pipe mated ,geometry.diameter and condemn)
CIPP Mannig's roughness(amena.onlees) m. 0.010 vanes from 0 009.0 013
Constrained sot modulus of nabs•awl in the pipe zone(psi) M„• 1,000 See table below for recommended values
From Table S 6 of AWWA Mane/of Wale,Pledgees 8145.Second Edson
Cohesive Neese Soils
Granular Native Soils Unconfined compressive M„
strange,NJ
Blows/ft(per ASTM Desolation
D1588) Description Collate/ ItPa psi kPa
.._... >0'1 ..._...._. s7.,.v!!71o0M.__.'0_0_115_._.0,13 _ vo,y,very soft_......50, 07
1.2 ...-y bw�___.0..25-00_ ..1J_25__._._ves wk_._._.._�_.._ 74....2:a___.._..._. 0.25-0.50 2S-SO soh 700 48
4.8 looes ____.. 0.50-10____-,50.100,,,_,_medium_ 1 500 103
8 15...._.... rW.iSh Fkm%n........_.. 0�0 t00-200 star 3�. 207._
......15:50 ..dense
...................20_4.0'_.._._200:r00».._...Yenr_skn_.._.__SAD._34'_..
30.50 dense 4 0-6.0 400_600 ._.,._hard 10,000 69 0
.._....._.___...._.__._.____._._.__.._..._...___..._..._.._..___ .600 very hard 20,660 13iib__
>50 very dense > 0 ry
Flesuri modalus of Eelatboty of CIPP.i vital(psi) E• 400,000 Minimum value Is 250.000 Pi per ASTM F1216
Longterm retention of mechanci properties(%) 50% Default value is 50%
111 Fissure modulus of reaCcrN of CIPP,longterm(pa) EL m• 200,000 Determined fro longrorm reten0an%
Design safely tenor N• 2 Default value s 2.0
Unit weight of soil(pct) 8.. 120 Applies to fully deteriorated designs only
Unit weigm of water(pd) 6.. 62.4
Depth of cove!(h) H• 1250 Measured from ground surface to top of pipe
Hogfit of groundwater(It) 1t,• 0.00 Measured from lop of pipe.Clan$:If miter table Is helow lop of pipe.Input a nagatN.m.nbw!
Internal vacuum pressure(psi) P,• 0.0 Defeat value rs 0
Internal pressure(pa) P• 00 Pressure pipe appaat0ns only.If no pre cure,AN 0
Demeter of nee of opening m original pipe wall(nit d• 0.0 Pressure pipe appabons only.If no pressure,input 0
Pomona ratio of CIPP v. 0.30 - Average value for COP per ASTM F1216
Flesuri strength of CIPP,Init.!(pa) e,. 4.600 hbnmum value is 4,500 pu per ASTM F1216
Flesuri strength of CIPP.long-term(psi) a.. 2.250 Determined from long-term retention%
Tensile strength Of CPP,initial 10s0 e,• 3,000 Pressure Pipe appkaows only,
Tenor*strength of CPP,long.terr•'ire l en• 1 500 Determined from long-berm retention%
Enhancement factor idmenaoricsn K. ,0 ,Minimum value recommended per ASTM F1216
H2O Calculations as per AASTHO.Seventh Edition.2014(Hiewa LY oadsl
uorl,K hied d.ndaw naiu•e,nu 0:uNen nun,. ,I,.:..,ad,Lu„+aunt p.nikl,o cuhen nun.the dull 4.a • m.,avnr seeadepthIIIR'i
Jo.•I.,Vaak oat,i,enn...m 0,0a r,,,.,cell h wbrcLun:ekad i,as a.1in,Jeph//,.,. h dcu,m nil
dnm,i,ed se .a. f, - Inc,ad pa,•-6kb rW aldepb Ninl
- live load pantwash al dcpb//(6)
1 pa aU e r 0.. nhe„n.w.enn„ere,tr.nwne,nd,hmn
,p in)
ll" Ix Ix 06i266.11 it. a- •u 12 (.I,63-JI .e- wllal,idr.6 ell
rases U.DF - ire pact wide,201in)
la.kkh� brhii.. di, an,d<d•mme,orcic.r.pa,,of Ow cvl.cs
n)
• rbwa MO H.,' • ILDP th leade ,J diarila 4 tore6n . r a,pwined.n
.hen//,Ho,: rattle 1 6.1 2.,
n le . depa nIna i.d,.al,arinl
-w-UOP(//1.0161 06I 266,21 .i/ .f/nFl/!) (161266 s)
12 12 •
12 M„, . aale•ikiaction dephPnikl roa,hm.pen
• what M>M,.,: 1m)
• when M_HA: - a.aleelehla in)
w .•/1DP(M)-0.06j (l6..-2.-1 1• - tin pakh temple l0(n.l
12 a 12 1,-i2 a'I/l tlbl) 06.1.26040
win,..
The Ii.e load mist claw.preen.dine be dalan,md P, - Ills-load vertical cruse pressure Ika0
The fn:un s.le area,Oar,shall be d eunNoed a.: 1e, P - live bad applied at•urfate on ell imaaavog
wheel.(bp)
Afar=!•w f IN f(ar) FM u dynnic load allowance:a.pec,ned in
f3.G1.2.6a-11 P 1.—_
/)a \ COD ()6.136►71 nr wick 3.022
4a triple pracndc fader specified in Ankle
3.61.1.2
Ara raclaguhai Kee at diva,//Ill')
Lea,!Type i 111520
Inside die of host pipe 0 18.0 m
Tin patchwldtn wr 200 in
Tire patch tenon Ir. 10.0 in
Wheel spaong sir 6.0 e
Adesoaong I.. 140 8
Uve Load Dsthbubon factor LLDF. 1.15
Depth of NI over culvert 11. 12.5 6
When interaction depth-lrarsvese H.,,• 3.7 ft
Lure load paten width at depth H vsei 221 8
Wheel interaction depth•parallel H,.e• .114 a
Live bad patch length at depth H Lr 20 2 ft
Rectengllat area at depth H Au. 6464 sq.e
Number of loaded lanes n.'.___ T1% :_._
Multiple presence factor m•
Dynamic load allowance IMi• '0'
Live load applied al surface(Total applied sumacs wheel load) P. 64 0000 lb
Live load vent al crown pressure P..wa,•*Po
H2O live load transferred to pee at depth H(psi) w,a,•1 083 'par
84
CPP Design Template 8f82022 NEK
I
geo CaratMons(Railway Loadsl
E80(m load trweferred to ppe at depth H(pal MA-L 0 00 !from graph below
E90 Live Loads on Pipe Installed Under Railroads
(From Concrete a Pip*Mandbook.6th Edition) osQQ gQQgQ4
E ERRS 008E 882525 $SS258,0001bper
g 335
0 a ggE2 ,'"r, a $mwg 7,.`n ,'VI lin ft
10 r8'5'5'5'9'5'6'5'8' 8'5'5'5'9'5'6'5'5'
eZ o
Y
3 0 10 20 30 Figure 4.30.Spacing d Wheel Loads Per Aide for a
Udt Load(cat) Cooper E 80 Den LOadlo9.
S
Of BlU 011
Modulus d elassCM Of concrete(pp) E.• 4.000.000 default value is 4.000.000
Payson.rand of 0Onprete(dmensionlea) p• 015 default value is 015 CALIFORNIA BEARING RATIO,CBR
Modulus of aubgrade reaction(Ib6n'( k• 250 see agacent figure , 7 .I. , _ �l i
Tisanes.d ooncrate pavement(in) h• 12 . ..._�r� ,
Depth of cover.top d pp to bottom d dab(ft) H• 115 UNIFIEDSOIL CLASSIFICATION .-='.w
Horizontal distance from pp centerline(fl) X• 0 sesumad=0(vr000 cage) Caµ el Emerson U.S.AIM,/—;
d
Radius of Wines.of the Mad pavement(If) R..I 3 27 I R,=s Eh' U.S..o oo=R=on
12(1-µ')( ��~--'111N11111
Wheel bed(la A) P, •I 90.000 1 �.-
MSNTO SOIL CLASSIFICATION
Worst-cam loading scenario is/a 2loads spaced 0.OR,apart and a CalcWted below f.lwel HiyNw.Y Moinehni= — v
Fa alternate looting caMitiorlA yes CcnaSla Ap Handbook 501 Edition
• •M_����`
Pressure Coefficient(C)for XIRs•0 2loads 0.8 Re FEDERAL AVIATION AGENCY ���==1.
part along Sera Cleinat'wn
____ axle of pipe —
•
y•O e7.0 010107-0 0758r•02102 : •.~V .. .. .• .. I 1 i I
02 , H ��� .
X
015
u ---------
Iii=1=BSNIIIIMMII NtYEMI
p= NN we
.5 WR,- 3522 I BEARING VALUE.rid I
. pi
C- 0.053 (36 in_some pars 0.1in.answorh) i
0 ��• a Its.....
o a B 8 10 , CALIFORNIA BEARING RATIO,CBR -ui
HR. . _ _____• n .••• e CO w .• •• •.•a w,aw 7.
Arport live load transferred to pp at de0th H(p0 04 •I 0 00 1 wix•CPIR,'
WaR 7Nle8Feaa Daalon
Pr0W y Deteriorated Gravity Pipe Condition 1-g/100 1I3
0valily reduction factor(dmensodps) C.1 064 I C- (1•q/100T
Edema hydoabOc pressure from groundwater(per) P.•I 0 85 _J P.=y.(H.•0712y144
Minimum thickness'squared.hydroatabc Wading4• 0 16 in t,- 0
'X ASTM F1216.Equalise X1.1
• 39s min [
m r 2K C r-t1
[(I-° -N•IP•R>
Mmumtlsdlnessrsqared.Ovally check N. 012 in 15 1.100ft
)SD'-OS It•1�j SDR-P NN=O ASTM F1216,Equation Xt 2
302 min .. I`(')11
SDR,• 152 11 P.•0,default SDR•100
Quadrat c used to save for SOR,andy b• 0-0
07875
525
c•-1730 789
Flay Oatar/erat d enmity Pip Condition
TOW Ins bad Uanderred to pm at depth H(p)= W.• 0 83 From live load caiculabons
Water buoyancy facto(dmensiontees) R.• 1 CO R.=1-0.33114.111)(min va oS.0.67) bag:N 14e0,use H.•0 in this calculation
Total external pressure on pp(pi) a• 11 24 a=0 4331-1.•6.IIR.H44•W, bag:if 14<0,use H.•O In this paculaton
COetfioere of elastic support(in-lb) B'• 0360 B'=1g1.4aD0"")
Minimum tiedmess'pored.L1Ach1Ys budding equation 4• 0 29 in , ((v,)'-1)' 1-' ASTM Equation
F1216.Eation X1.3
I 732 min ..
�t_R. B.11_F.I]
Minimum thickness requred.Pp stiffness tr• 0 25 1
• 644 1nin t•DI(E10.093120 ASTM F1216.Equation X1 4
Pontaly D0Mwated Pnaaure Pip Condition
Minimum thickness waned to withstand internal pressure I„• 000 in t„=DBI(DIdf-(533O,IPN)I'o•1) ASTM F1218,Equation X1 6
In panning acmes any holes in the owe pp well dID• 0 00 If dfD•1.8304101".ASTM F1216.Equation Xt 5 then liner is in nng tension or hoop Was
1.e3(t,lO)'n• 0 00 and fury deteriorated pressure pp condlbon applies(ASTM F1216.Equation X1 7)
Minimum tleekness required by design check I01• 000 in
• 000 min '
Fully MMrldatod Pressure Pip Condition
Minimum t0okneax required to withstand as external So• 0 00 in to=Dq(20„IPN()•2) ASTM F1216.Equation X1 7
loaes and the hall internal pressure • 0 00 mm
CIPP WWI Mamas Daa/On Summary
Host ape condition Fully Detenoratsd
CIPP end use a00 9t1on Gravity Flow
CIPP wade ammeter(noet ape inside ammeter) D• 18 In
lawn um CIPP thickness calculated L,.• 0 29 in Greatest value cabJated from ASTM F1216 Equations X1 1.X1 2,X1.3 and X1 4(gravity flow)
• 7 32 min Of greatest of X1 1.X1 2.X1 3.X1 4 and Xt 7(pressure pip)
Minimum CIPP thickness recommended 4"• 0 29
• 7 32 m Based on a maximum SOR=100
Nominal CIPP thickness to be suppiad fore• 7.5 mm Rounded up to the nearest 1 5 min to reflect standard Cr PP thicknesses supplied
SOf4,..• 61 SOR=06 Maximum recommended SOR for CAP n 100 per ASTM F1216
Mvdrrdle Calculations
CIPP inside demobs(in) D,• 17 4
Flow area of host pp(ft') A• 177
Flow areal CIPP(le) A. 165
CapacM of nOtt pp(del Q.- 5 75 0=(1 486A.R„'o-Sv'yn(Mennngi Equabonl
CapacM of CAP(Cl,) 0,• 6 84 where R„=hydraulic radius•D/4 for ppe fleeing full
%increase/decrease 4n Flow Capoy 60• 19%
85
CAP Design Template 81912022 NEK