Untitled - BidNet

445

Transcript of Untitled - BidNet

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 -1- CONTENTS

CONTENTS THE CONTRACT DOCUMENTS FORMING THE CONTRACT CONSIST OF THE FOLLOWING: NOTICE TO CONTRACTORS SPECIAL NOTICE TO OFFERORS OFFERORS STATEMENT OF QUALIFICATION BID PROPOSAL CONTRACT GENERAL INSTRUCTIONS TO OFFERORS (Hereinafter called the GENERAL INSTRUCTIONS, dated February 9, 2017) SPECIAL PROVISIONS HAWAII ADMINISTRATIVE RULES, TITLE 3, DEPARTMENT OF ACCOUNTING AND GENERAL SERVICES (Hereinafter called the HAR, not physically attached)* GENERAL TERMS AND CONDITIONS CITY AND COUNTY OF HONOLULU (Hereinafter called the GENERAL CONDITIONS, dated February 1, 2015 not physically attached)** STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (Hereinafter called the STANDARD SPECIFICATIONS, dated September 1986, not physically attached)*** STANDARD DETAILS FOR PUBLIC WORKS CONSTRUCTION (Hereinafter called the STANDARD DETAILS PW, dated September 1984, not physically attached)*** WASTEWATER SYSTEM STANDARD DETAILS (Hereinafter called the STANDARD DETAILS, dated July 2017, not physically attached)*** WASTEWATER SYSTEM DESIGN STANDARDS (Hereinafter called the DESIGN STANDARDS, dated July 2017, not physically attached)*** STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, STATE OF HAWAII, DEPARTMENT OF TRANSPORTATION, HIGHWAY DIVISION (Hereinafter called the DOT STANDARD SPECIFICATIONS, dated 2005, not physically attached)****

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 -2- CONTENTS

* Offerors or Contractors may inspect this document at the Division of Purchasing,

Department of Budget and Fiscal Services, City and County of Honolulu, or may purchase this document from the State Department of Accounting and General Services.

** Offerors or Contractors may obtain this document from the Division of Purchasing,

Department of Budget and Fiscal Services, City and County of Honolulu. Bidders and Contractors may also obtain this document online at:

http://www.co.honolulu.hi.us/pur/itc.html. *** Offerors or Contractors may inspect or purchase these documents at the Library,

Records Management and Bookstore Section, Customer Services Department, City and County of Honolulu, City Hall Annex, 558 South King St.

**** Offerors or Contractors may purchase this document from the State Department of

Transportation.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 -1- NOTICE TO CONTRACTORS

NOTICE TO CONTRACTORS

SEALED BIDS will be received up to 2:00pm August 7, 2020, in the Office of the

Division of Purchasing, Department of Budget and Fiscal Services, City and County of

Honolulu, City Hall, Room 115, Honolulu, Hawaii, for:

REHABILITATION OF SEWER LINE ON OAHU

CONTRACT NO.007

OAHU, HAWAII

JOB NO.W4-20

RFB-ENV-1402506

The Bid Proposal and contract documents for this project are on compact disk (CD-

ROM) and downloadable files. The CD-ROM may be obtained from the Office of the Division

of Purchasing, Department of Budget and Fiscal Services. Bid Proposals mailed outside the

island of Oahu shall be mailed airfreight collect.

To be eligible to bid, the prospective Offerors must be licensed in accordance with

Chapter 444, HRS, relating to the licensing of contractors. Offerors’ attention is directed to:

A non-mandatory pre-bid conference for this project will be held July 17, 2020 @

1:00PM via the web. The meeting may be accessed using the following weblink or

phone number and password. All potential offerors, subcontractors, and union

representative are invited to attend.

To access the meeting via the web:

https://us02web.zoom.us/j/82396858590?pwd=bWE2bnE4VkhFaGljQ20yQlIyTXlGUT09

To access the meeting via phone: Meeting ID: 823 9685 8590 Password: 197906 One tap mobile +12532158782,,82396858590# US (Tacoma) +13462487799,,82396858590# US (Houston) Dial by your location: +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 669 900 6833 US (San Jose) +1 301 715 8592 US (Germantown) +1 312 626 6799 US (Chicago) +1 646 876 9923 US (New York) Meeting ID: 823 9685 8590 Find your local number: https://us02web.zoom.us/u/kevAxepzPw

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 -2- NOTICE TO CONTRACTORS

The Hawaii product preference pursuant to 103D-1002 of the Hawaii Revised Statutes and Section 3-124 of the Hawaii Administrative Rules may be applicable to this

solicitation. ·

The current Hawaii Product List is available on the State Procurement Office (SPO)

website at http://spo.hawaii.gov/for-vendors/hawaii-product-preferences/. To access the list

click on the "Hawaii Products" link.

Persons wishing to certify and qualify a product not currently listed as a Hawaii

Product shall submit a Certification for Hawaii Product Preference (form SP0-38) to:

Division of Purchasing City and County of Honolulu

530 S. King Street, Room 115

Honolulu, Hawaii 96813 Attention: Purchasing Administrator

For each product being requested, one form shall be completed and submitted (i.e. 3

products should have 3 separate forms completed). The form is available on the SPO

webpage at http://spo.hawaii.gov/all-forms/. To access the form, click on the "SP0-38" link to

download the form.

The deadline for submitting a completed SP0-38 is stated in the solicitation time

schedule. Late submittals for the solicitation will not be reviewed by the City.

Request for clarification regarding this bid solicitation may be directed to the Division

of Purchasing by email to [email protected] or by facsimile to (808)-768-3299.

All requests shall be received no later than the date specified in the solicitation time

schedule. Requests received after the scheduled time may not be given consideration.

___________________________________ Wendy Imamura

Purchasing Administrator

-- END OF NOTICE TO CONTRACTORS –

REHABILITATION OF SEWER LINES ON OAHU SPECIAL NOTICE CONTRACT NO. 007 -1- TO OFFERORS

SPECIAL NOTICE TO OFFERORS 1. CONTRACT DESCRIPTION:

This is a single solicitation, multiple award construction contract resulting in the award of up to five (5) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for sewer line cleaning and television inspection, rehabilitation of service laterals, installation of CIPP full liners, service connection liners, point repair excavation and replacement of 6, 8, 10, 12, 15, 18, 21, 24, 30-inch diameter pipe, installation of new precast concrete manholes, manhole rehabilitation, including locating, exposing and raising of existing manholes, using an epoxy coating, and providing temporary bypass pumping and traffic control work; and pipe bursting rehabilitation. Responsive and responsible offerors having the five (5) lowest Total Sum Bid amounts for the estimated quantities listed in the Bid Proposal Schedule may be awarded an IDIQ contract. The exact quantities and locations of the work to be performed under this contract are not known at this time, but will be provided to the awarded Contractors by the City through individual job work orders. Work order assignments and the method and conditions for issuance are provided for in Section 200 of the Special Provisions.

2. SOLICITATION TIME SCHEDULE: MILESTONES DATE Pre-Bid Conference July 17, 2020, at 1:00 PM

Certification for Hawaii Products Preference July 24, 2020 Questions/Requests for Substitution Due Date July 24, 2020 Submit Offeror's Statement of Qualification (OSOQ) July 24, 2020 Last Day for Addenda to be Issued July 31, 2020

Bid Opening Date August 7, 2020, at 2:00 PM 3. QUALIFICATION REQUIREMENTS:

Due to the specialized nature of work, the City and County of Honolulu (City) requires that all Contractors and Subcontractors performing services under this contract be fully qualified and able to perform the work required for each category that it intends to perform either through the qualifications of the organization, individual parties (for joint venture) or through its Principal Responsible Managing Employee (RME) as defined in Hawaii Administrative Rules (HAR) Chapter 77. All Contractors and Subcontractors must be properly licensed at the time of the OSOQ submittal pursuant to HRS Chapter 444-9.

4. SUBMITTAL REQUIREMENTS:

All Contractors and Subcontractors must submit an OSOQ for the respective category(ies) of work it intends to perform. Subcontractors may submit an OSOQ

REHABILITATION OF SEWER LINES ON OAHU SPECIAL NOTICE CONTRACT NO. 007 -2- TO OFFERORS

separately or through a General Contractor.

It is highly encouraged that an OSOQ be submitted by the "Requested By Date for Offeror's Statement of Qualifications" as indicated in the Solicitation Time Schedule in order to expedite the review of OSOQ's.

Contractors and Subcontractors are responsible for providing all requested information for each category it intends to perform and answer all questions fully, explicitly and accurately. Contractors and Subcontractors shall ensure sufficient information is provided. The City, at its discretion, may ask for clarification or additional information after an OSOQ submittal.

OSOQ's shall be legible, and if necessary, additional sheets may be attached, numbering and cross-referencing each attachment.

An original hardcopy of the OSOQ AND an electronic pdf version on either a CD-Rom of Flash Drive shall be submitted to: Purchasing Administrator City and County of Honolulu Department of Budget and Fiscal Services Division of Purchasing 530 South King Street, Room 115 Honolulu, Hawaii 96813 Contractors and Subcontractors shall ensure both versions are identical. Please notate the solicitation number and the project name on the envelope.

5. NOTIFICATION:

OSOQ's received by the "Requested By Date for Offeror's Statement of Qualifications" as indicated in the Solicitation Time Schedule will be reviewed by the City and notification of the City's determination will be made by email and/or mail to the submitter. In addition, the City will list via addenda all Contractors and Subcontractors that have met the qualifications prior to the "Last Day for Addenda to be Issued" as indicated in the Solicitation Time Schedule.

If an OSOQ is received after the "Request By Date for Offeror's Statement of Qualifications" but PRIOR to or at the time of "Bid Opening" as indicated in the Solicitation Time Schedule, the OSOQ will still be reviewed by the City, however, notification of determination will only be sent by email and/or mail to the submitter and will not be listed via addenda.

If the OSOQ is received at the time of "Bid Opening", the Contractor or Subcontractor runs the risk of not meeting the qualification requirements after the City's review of the OSOQ

REHABILITATION OF SEWER LINES ON OAHU SPECIAL NOTICE CONTRACT NO. 007 -3- TO OFFERORS

An OSOQ received after the "Bid Opening" date will not be reviewed. The OSOQ will be returned to the Contractor or Subcontractor that submitted the OSOQ, unless otherwise requested.

4. METHOD OF AWARD:

The City shall award up to five (5) master agreement contracts to the responsive, responsible Offerors with the lowest Total Sum Bids, considering any applicable preferences. The City will only consider an offer with pricing on all items listed. The award is subject to the availability of funding.

5. PRE-BID CONFERENCE: Attending the pre-bid conference is not mandatory, but strongly recommended. 6. REQUEST FOR CLARIFICATIONS: Any request for clarification required by the Offeror pursuant to Section 2.17 of the

GENERAL INSTRUCTIONS shall be submitted by the Offeror in writing to the Purchasing Division no later than the date stated in the Solicitation Time Schedule. The Offeror submitting the inquiry shall be responsible for such prompt delivery. All requests for clarifications shall be submitted to:

City and County of Honolulu Department of Budget and Fiscal Services Purchasing Administrator 530 South King Street, Room 115 Honolulu, Hawaii 96813 Email: [email protected] Fax: (808) 768-3299 7. REQUEST FOR SUBSTITUTION: Any request for substitution proposed by the Offeror pursuant to 2.18(b) of the

GENERAL INSTRUCTIONS shall be submitted in writing by the deadline indicated in the Solicitation Time Schedule. Requests may also be submitted via email to [email protected].

8. INFORMATION DURING THE BIDDING PERIOD: For information during the bidding period, please contact the Purchasing Division at

[email protected]. 9. COVID-19 UPDATES: Due to the coronavirus (COVID-19) public health emergency and following the guidance

REHABILITATION OF SEWER LINES ON OAHU SPECIAL NOTICE CONTRACT NO. 007 -4- TO OFFERORS

of the United States Centers for Disease Control and Prevention, as well as the State of Hawaii Governor's Emergency Proclamation for COVID-19 dated March 4, 2020, Supplementary Emergency Proclamation dated March 16, 2020, Second Supplemental Proclamation dated March 21, 2020, Third Supplementary Proclamation dated March 23, 2020, Fourth Supplementary Proclamation dated March 31, 2020, Fifth Supplementary Proclamation dated April 16, 2020, Sixth Supplementary Proclamation dated April 25, 2020, Seventh Supplementary Proclamation dated May 5th, 2020, Eighth Supplementary Proclamation dated May 29, 2020 and Ninth Supplementary Proclamation dated June 10, 2020, public attendance at bid openings have been suspended until further notice. However, bid results will be made available.

Bid or Proposal Submission Requirements under the Coronavirus COVID-19 Public

Health Emergency. The following procedures will be applicable to this solicitation. a. Acceptance of electronic documents. The City will accept electronic documents.

Whenever this solicitation requires a hard copy paper document, an electronic document will satisfy the requirement.

b. Bids or proposals submitted by email. The City will not be holding public bid

openings. All bids or proposal documents must be submitted by email to [email protected], commercial mail or courier service, or US Postal Mail. For proper handling, clearly indicate the solicitation number, a short description, and the due date and time in the transmittal. All bids and proposals must be received and accepted by the Division of Purchasing before the date and time indicated in the solicitation documents in order to be considered for award. Bidders or Offerors are encouraged to submit bids or proposals well in advance of the due date and time to ensure receipt and acceptance by the City prior to the due date and time. Late bids or proposals will not be accepted. Please note these is a 20MB file limitation for each email.

--END SECTION--

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 1 OF 21 OF QUALIFICATION

OFFEROR’S STATEMENT OF QUALIFICATION For each category of work below that an Offeror wishes to be qualified for, the Offeror shall provide the following information, along with support documentation for the qualifications:

Special Provision Section

General Requirement

217 Sewer Line, Sewer Lateral, and Manhole Cleaning 218 Television Inspection 220 Cured-in-Place pipe (CIPP) for Main Lines, Water and Steam Cure 221 Cured-in-Place pipe (CIPP) for Main Lines, Ultraviolet Cure 225 Pipe Bursting 235 Jet grouting

1. SP 217 Sewer Line, Sewer Lateral, and Manhole Cleaning

Sewer Line Cleaning shall be performed by a qualified and experienced contractor having successfully performed a minimum of 10,000 linear feet of cleaning of sewer lines of 6-inch or larger diameter of which 1,000 linear feet shall have been for 15-inch diameter pipe or larger.

1a) Name of Firm: _______________________________________

Address: _______________________________________

_______________________________________

_______________________________________

Contact Person: _______________________________________

Telephone Number: _______________Fax Number: ______________

1b) Demonstrate successful completion of a minimum of 10,000 linear feet

of cleaning of sewer lines of 6-inch or larger diameter of which 1,000 linear feet shall have been for 15-inch diameter pipe or larger. (Attach additional sheets if necessary)

1b1) Name and description of Project No. 1: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 2 OF 21 OF QUALIFICATION

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

Total length and diameter of sewer lines cleaned: _______________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

1b2) Name and description of Project No. 2: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

Total length and diameter of sewer lines cleaned: _______________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

1b3) Name and description of Project No. 3: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 3 OF 21 OF QUALIFICATION

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

Total length and diameter of sewer lines cleaned: _______________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

2. SP 218 Television Inspection

Television Inspection shall be performed by a qualified and experienced contractor having successfully completed five (5) PACP CCTV inspection projects each of 10,000 linear feet or more. Of these five (5) projects, a cumulative 5,000 linear feet of PACP inspected pipe must be diameters of 15 inches of greater.

2a) Name of Firm: _______________________________________

Address: _______________________________________

_______________________________________

_______________________________________

Contact Person: _______________________________________

Telephone Number: _______________Fax Number: ______________

2b) Demonstrate successful completion of five (5) PACP CCTV inspection

projects each of 10,000 linear feet or more. Of these five (5) projects, a cumulative 5,000 linear feet of PACP inspected pipe must be diameters of 15 inches of greater.

2b1) Name and description of Project No. 1: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 4 OF 21 OF QUALIFICATION

Year Started: _______________Year Completed: ________________

Total length and diameter of CCTV Inspection: __________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

2b2) Name and description of Project No. 2: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

Total length and diameter of CCTV Inspection: __________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

2b3) Name and description of Project No. 3: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

Total length and diameter of CCTV Inspection: __________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 5 OF 21 OF QUALIFICATION

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

2b4) Name and description of Project No. 4: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

Total length and diameter of CCTV Inspection: __________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

2b5) Name and description of Project No. 5: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

Total length and diameter of CCTV Inspection: __________________

________________________________________________________

________________________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 6 OF 21 OF QUALIFICATION

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

3. SP 220 Cured-in-Place Pipe (CIPP) for Main Lines, Water and Steam Cure

Cured-in-Place Pipe (CIPP) installation for main lines shall be performed by a qualified and experienced contractor having completed a minimum of 50,000 linear feet and/or 300 line sections of successful water/steam cured cured-in-place pipe (CIPP) installation in the sizes within the scope of this contract.

3a) Name of Firm: _______________________________________

Address: _______________________________________

_______________________________________

_______________________________________

Contact Person: _______________________________________

Telephone Number: _______________Fax Number: ______________

3b) Demonstrate successful completion of a minimum of 50,000 linear feet

and/or 300 line sections of successful water/steam cured cured-in-place pipe (CIPP) installation in the sizes proposed for this project. (Attach additional sheets if necessary)

3b1) Name and description of Project No. 1: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 7 OF 21 OF QUALIFICATION

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance:_________________

Year completed: __________________________________________

3b2) Name and description of Project No. 2: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

3b3) Name and description of Project No. 3: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 8 OF 21 OF QUALIFICATION

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

3b4) Name and description of Project No. 4: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________ 4. SP 221 Cured-in-Place Pipe (CIPP) for Main Lines, Ultra Violet Cure

Cured-in-Place Pipe (CIPP) installation for main lines shall be performed by a qualified and experienced contractor having completed a minimum of 50,000

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 9 OF 21 OF QUALIFICATION

linear feet and/or 300 line sections of successful water/steam cured cured-in-place pipe (CIPP) installation in the sizes within the scope of this contract.

4a) Name of Firm: _______________________________________

Address: _______________________________________

_______________________________________

_______________________________________

Contact Person: _______________________________________

Telephone Number: _______________Fax Number: ______________

4b) Demonstrate successful completion of a minimum of 50,000 linear feet

and/or 300 line sections of successful water/steam cured cured-in-place pipe (CIPP) installation in the sizes proposed for this project. (Attach additional sheets if necessary)

4b1) Name and description of Project No. 1: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance:_________________

Year completed: __________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 10 OF 21 OF QUALIFICATION

4b2) Name and description of Project No. 2: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

4b3) Name and description of Project No. 3: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 11 OF 21 OF QUALIFICATION

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

4b4) Name and description of Project No. 4: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total Length of CIPP Lining installed and/or number of line sections

installed: ________________________________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

5. SP 225 Pipe Bursting

Installation of pipe using pipe bursting for main lines shall be performed by a qualified and experienced contractor having completed a minimum of 30,000 linear feet of pipe bursting installation in the sizes within the scope of this contract. Demonstrate successful completion of a minimum of 3 projects, within the past five (5) years.

5b1) Name and description of Project No. 1: ___________________

________________________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 12 OF 21 OF QUALIFICATION

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total number of part-liner installations: ________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

5b2) Name and description of Project No. 2: ___________________

________________________________________________________

________________________________________________________

________________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total number of part-liner installations: ________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 13 OF 21 OF QUALIFICATION

5b3) Name and description of Project No. 3: ___________________

________________________________________________________

________________________________________________________

_______________________________________________________

Name and address of Owner: _______________________________

________________________________________________________

________________________________________________________

Contact Person: _________________Telephone No: _____________

Year Started: _______________Year Completed: ________________

CIPP Product Name: ______________________________________

Manufacturer: ____________________________________________

Total number of part-liner installations: ________________________

________________________________________________________

________________________________________________________

Contract duration: ____________at acceptance: ________________

Year completed: __________________________________________

6. SP 235 Jet Grouting The Contractor’s or Subcontractor’s jet grout work force shall include, but not

limited to, jet grout supervisor, jet grout superintendent or specialist, jet grout drill rig operator(s), and jet grout mix plant and pump operator(s) of the Contractor or Subcontractor. The jet grout work force shall meet the requirements of Section 235, Jet Grouting. The Contractor or Subcontractor shall submit a detailed statement of qualification of the jet grout work force per Section 235, Jet Grouting.

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 14 OF 21 OF QUALIFICATION

The following minimum qualification requirements and request for contractor experience information pertains to the entity performing the jet grouting work. The entity listed below may qualify through the organization or through its Principal Responsible Managing Employee (RME).

Provide all information requested. Underlined text indicates evaluation

criteria. 6a) Submit the following information for the proposed jet grout Contractor or

Subcontractor. Name of Organization: _____________________________________ Name of Principal RME (if applicable): _________________________ Address: ________________________________________________ Contact Person: __________________________________________ Telephone Number: ______________________________________ Fax Number: ___________________________________________ Email Address: _________________________________________ 6b) All jet grouting work shall be performed by an experienced Contractor or

Subcontractor. Demonstrate the entity’s successful completion of the following project types in the last fifteen (15) years from the deadline date of the OSOQ:

A. Minimum of five (5) successfully completed jet grout projects including

similar equipment to those proposed to be used for this project involving jet grouting for anticipated ground improvement and/or groundwater control in fills and saturated sandy elastic silts, silty sands and silty gravels with or without pre- drilling of grout zones and without the use of compressed air.

B. Minimum of three (3) successfully completed jet grout projects

involving jet grouting within close proximity to existing subsurface utilities (such as sewer lines, force mains, drain lines, or water lines, etc.) or below grade structures (such as wet wells, sewer manholes, or basements, etc.) in similar subsurface conditions including fills and saturated sandy elastic silts, silty sands and silty gravels with or without pre-drilling of grout zones and without the use of compressed air.

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 15 OF 21 OF QUALIFICATION

Submit an example of the jet grout column design and jet grout work plan for a jet grout project involving jet grouting within close proximity to existing subsurface utilities to demonstrate compliance of this paragraph.

Provide the information on the following pages for each qualifying

project. Qualifying projects listed on the following pages may cover one or more of the above "project types" to satisfy the requirements. Please indicate which "project type" that each qualifying project meets. Fill in as many project descriptions as necessary to satisfy the requirements. If statement is submitted on behalf of a joint venture, the joint venture partner responsible for estimating and performance of the jet grouting construction work must comply with the above minimum qualifying project and experience requirements.

6b1) Name and description of Project No. 1: __________________ ____________________________________________

________________________________________________________________________________________

(a) Name and address of Owner:

_______________________________________________________ ____________________________________________ ____________________________________________

(b) Project type (A and/or B from the list

above):____________________________________________ (c) Contact Person:_____________________________________ (d) Telephone Number:__________________________________

(e) Year Started:_______________________________________ (f) Year Completed:____________________________________ (g) Claims filed: Yes No If yes, attach a separate sheet with a detailed explanation and indicate how it

was resolved. (h) Geologic and groundwater conditions: ___________________ ____________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 16 OF 21 OF QUALIFICATION

(i) Description of jet grouting methods & procedures (including but not limited to jet grout parameters, nozzle size and number, drill bit size(s), any special means and methods used) and any problems associated with jet grouting (attach additional sheets If necessary):

_______________________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ (j) Name of Contractor’s Jet Grout Supervisor:

____________________________________________ ____________________________________________ (k) Name of Contractor’s Jet Grout Superintendent or Specialist: ____________________________________________ (l) Name of Contractor’s Jet Grout Rig Operator(s): ___________ ____________________________________________

(m) Name of Contractor’s Jet Grout Mix-Plant and Pump Operator(s):________________________________________

____________________________________________ 6b2) Name and description of Project No. 2: ______________ ____________________________________________ ____________________________________________ ____________________________________________ (a) Name and address of Owner: __________________________ ____________________________________________ ____________________________________________ (b) Project type (A and/or B from the list above): ___________ (c) Contact Person:_____________________________________ (d) Telephone Number: __________________________________ (e) Year Started: _______________________________________ (f) Year Completed: ____________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 17 OF 21 OF QUALIFICATION

(g) Claims filed: Yes No If yes, attach a separate sheet with a detailed explanation and indicate how it

was resolved. (h) Geologic and groundwater conditions: ___________________ ____________________________________________ (i) Description of jet grouting methods & procedures (including but

not limited to jet grout parameters, nozzle size and number, drill bit size(s), any special means and methods used) and any problems associated with jet grouting (attach additional sheets if necessary):

____________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ (j) Name of Contractor’s Jet Grout Supervisor: ____________________________________________ ____________________________________________ (k) Name of Contractor’s Jet Grout Superintendent or Specialist: ____________________________________________ (l) Name of Contractor’s Jet Grout Rig Operator(s): ___________ ____________________________________________

(m) Name of Contractor’s Jet Grout Mix-Plant and Pump Operator(s): ________________________________________

________________________________________ 6b3) Name and description of Project No. 3: ___________________ ____________________________________________ ____________________________________________ ____________________________________________ (a) Name and address of Owner: __________________________ ____________________________________________ ____________________________________________ (b) Project type (A and/or B from the list above): ______________ (c) Contact Person: _____________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 18 OF 21 OF QUALIFICATION

(d) Telephone Number: __________________________________ (e) Year Started: _______________________________________ (f) Year Completed: ____________________________________ (g) Claims filed: Yes No If yes, attach a separate sheet with a detailed explanation and indicate how it

was resolved. (h) Geologic and groundwater conditions:.___________________ ____________________________________________

(i) Description of jet grouting methods & procedures (including but not limited to jet grout parameters, nozzle size and number, drill bit size(s), any special means and methods used) and any problems associated with jet grouting (attach additional sheets if necessary):

_______________________________________________________ ____________________________________________ ____________________________________________ ____________________________________________

(j) Name of Contractor’s Jet Grout Supervisor: _______________ ____________________________________________ (k) Name of Contractor’s Jet Grout Superintendent or Specialist: ____________________________________________ (l) Name of Contractor’s Jet Grout Rig Operator(s): ___________ ____________________________________________

(m) Name of Contractor’s Jet Grout Mix-Plant and Pump Operator(s): ________________________________________

____________________________________________ 6b4) Name and description of Project No. 4: ___________________ ____________________________________________ ____________________________________________ ____________________________________________ (a) Name and address of Owner: __________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 19 OF 21 OF QUALIFICATION

____________________________________________ ____________________________________________ (b) Project type (A and/or B from the list above): ______________ (c) Contact Person: _____________________________________ (d) Telephone Number: __________________________________ (e) Year Started: _______________________________________ (f) Year Completed: ____________________________________ (g) Claims filed: Yes No If yes, attach a separate sheet with a detailed explanation and indicate how it

was resolved. (h) Geologic and groundwater conditions: ___________________ ____________________________________________ ____________________________________________

(i) Description of jet grouting methods & procedures (including but not limited to jet grout parameters, nozzle size and number, drill bit size(s), any special means and methods used) and any problems associated with jet grouting (attach additional sheets if necessary):

_______________________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ (j) Name of Contractor’s Jet Grout Supervisor: _______________ ____________________________________________ (k) Name of Contractor’s Jet Grout Superintendent or Specialist: ____________________________________________ (l) Name of Contractor’s Jet Grout Rig Operator(s): ___________ ____________________________________________

(m) Name of Contractor’s Jet Grout Mix-Plant and Pump Operator(s): ________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 20 OF 21 OF QUALIFICATION

____________________________________________ 6b5) Name and description of Project No. 5: ___________________ ____________________________________________ ____________________________________________ ____________________________________________ (a) Name and address of Owner: __________________________ ____________________________________________ ____________________________________________ (b) Project type (A and/or B from the list above): ______________ (c) Contact Person: _____________________________________ (d) Telephone Number: __________________________________ (e) Year Started: _______________________________________ (f) Year Completed: ____________________________________ (g) Claims filed: Yes No If yes, attach a separate sheet with a detailed explanation and indicate how it

was resolved. (h) Geologic and groundwater conditions: ___________________ ____________________________________________ ____________________________________________

(i) Description of jet grouting methods & procedures (including but not limited to jet grout parameters, nozzle size and number, drill bit size(s), any special means and methods used) and any problems associated with jet grouting (attach additional sheets if necessary):

____________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ (j) Name of Contractor’s Jet Grout Supervisor: _______________ ____________________________________________

REHABILITATION OF SEWER LINES ON OAHU OFFEROR'S STATEMENT CONTRACT NO. 007 PAGE 21 OF 21 OF QUALIFICATION

(k) Name of Contractor’s Jet Grout Superintendent or Specialist: ____________________________________________ (l) Name of Contractor’s Jet Grout Rig Operator(s): ____________________________________________

(m) Name of Contractor’s Jet Grout Mix-Plant and Pump Operator(s): ________________________________________

____________________________________________ Certification Statement: I hereby certify that the information submitted herewith, including any attachment is true to the best of my knowledge and belief. Signature must be made by an individual authorized to sign and certify on behalf of the organization. Organization: ________________________________ Signature: __________________________________ Name (print): ________________________________ Title: _______________________________________ Date: _______________________________________

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-1 BID PROPOSAL

BID PROPOSAL

OFFEROR'S NAME

ADDRESS

CITY STATE ZIP CODE

TELEPHONE NO.

DATE: Director of Budget and Fiscal Services Department of Budget and Fiscal Services City and County of Honolulu Honolulu, Hawaii 96813 BID PROPOSAL

The undersigned hereby proposes and agrees, if this Proposal is accepted, to furnish and pay for all labor, materials, tools, equipment, and incidental work necessary to construct or install, in place complete, the work called for under and in accordance with the true intent of the Contract Documents for: REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 HONOLULU, OAHU, HAWAII JOB NO.W4-20 on file in the Office of the Division of Purchasing, Department of Budget and Fiscal Services, City and County of Honolulu, and that he will take in payment therefore the unit and/or lump sum prices as itemized in the following Proposal Schedule. It is reemphasized that all items in the Proposal Schedule shall be considered as in place complete, in every respect.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

FULL LENGTH WATER/STEAM OR UV CURED CIPP LINERS

6-inch diameter (main line)1 6-inch diameter, 4.5 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 400 $ $

Lin. Ft.

2 6-inch diameter, 4.5 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 600 $ $

Lin. Ft.

8-inch diameter3 8-inch diameter, 6.0 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 400 $ $

Lin. Ft.

4 8-inch diameter, 6.0 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 30,000 $ $

Lin. Ft.

10-inch diameter5 10-inch diameter, 6.0 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 1,000 $ $

Lin. Ft.

6 10-inch diameter, 6.0 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 1,300 $ $

Lin. Ft.

12-inch diameter7 12-inch diameter, 6.9 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 400 $ $

Lin. Ft.

8 12-inch diameter, 6.9 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam Cured or UV CIPP Liner for Work Order size: more than 400 LF. 1,300 $ $

Lin. Ft.

15-inch diameter9 15-inch diameter, 8.5 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 400 $ $

Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-2

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

10 15-inch diameter, 8.5 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 1,300 $ $

Lin. Ft.

18-inch diameter11 18-inch diameter, 10.1 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 200 $ $

Lin. Ft.

12 18-inch diameter, 10.1 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 1,300 $ $

Lin. Ft.

21-inch diameter13 21-inch diameter, 11.6 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 200 $ $

Lin. Ft.

14 21-inch diameter, 11.6 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 500 $ $

Lin. Ft.

24-inch diameter15 24-inch diameter, 13.1 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 400 $ $

Lin. Ft.

16 24-inch diameter, 13.1 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 500 $ $

Lin. Ft.30-inch diameter

17 30-inch diameter, 20.9 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 200 $ $

Lin. Ft.

18 30-inch diameter, 20.9 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 500 $ $

Lin. Ft.

36-inch diameter19 36-inch diameter, 21.2 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 200 $ $

Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-3

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

20 36-inch diameter, 21.2 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 500 $ $

Lin. Ft.

42-inch diameter21 42-inch diameter, 25.1 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 200 $ $

Lin. Ft.

22 42-inch diameter, 25.1 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 500 $ $

Lin. Ft.48-inch diameter

23 48-inch diameter, 33.9 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: 400 LF or less. 200 $ $

Lin. Ft.

24 48-inch diameter, 33.9 mm MINIMUM FINISHED (cured) thickness, Full Length Water/Steam or UV Cured CIPP Liner for Work Order size: more than 400 LF. 500 $ $

Lin. Ft.

MANHOLE CONE REMOVAL AND RESTORATION25 Removing and restoring manhole cone section as necessary to facilitate

installation of CIPP liner installation operations, and all incidentals, in place complete. 6 $ $

Each

PRELINER

6-, 8- and/or 10-inch diameter lines26 6-, 8- and/or 10-inch diameter Preliner. 400 $ $

Lin. Ft.

12-, 15- and/or 18-inch diameter lines27 12-, 15- and/or 18-inch diameter Preliner. 400 $ $

Lin. Ft.

21- and/or 24-inch diameter lines28 21- and/or 24-inch diameter Preliner. 400 $ $

Lin. Ft.

30- and/or 36-inch diameter lines29 30- and/or 36-inch diameter Preliner. 400 $ $

Lin. Ft.

42- and/or 48-inch diameter lines30 42- and/or 48-inch diameter Preliner. 400 $ $

Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-4

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

CHEMICAL SEALING

Chemical Sealing of Annular Space at Reinstated Laterals31 Chemical Sealing of annular space between the CIPP rehabilitated main

line and host pipe around the reinstated lateral openings for the first gallon of grout. See Section 230. 50 $ $

Gallon

32 Additional payment per gallon beyond the first gallon of grout. 500 $ $ Gallon

Sealing of Joints and/or Infiltration Points Along 6-, 8-, and/or 10-inch Sewer Mains

33 Sealing of joint and/or infiltration point along existing sewer main for the first gallon of grout. 25 $ $

Gallon

34 Additional payment per gallon beyond the first gallon of grout. 2,250 $ $ Gallon

Sealing of Joints and/or Infiltration Points Along 12-, 15-, and/or 18-inch Sewer Mains

35 Sealing of joint and/or infiltration point along existing sewer main for the first gallon of grout. 25 $ $

Gallon

36 Additional payment per gallon beyond the first gallon of grout. 2,250 $ $ Gallon

Sealing of Joints and/or Infiltration Points Along 21- and/or 24-inch Sewer Mains

37 Sealing of joint and/or infiltration point along existing sewer main for the first gallon of grout. 5 $ $

Gallon

38 Additional payment per gallon beyond the first gallon of grout. 450 $ $ Gallon

Sealing of Joints and/or Infiltration Points Along 30- and/or 36-inch Sewer Mains

39 Sealing of joint and/or infiltration point along existing sewer main for the first gallon of grout. 5 $ $

Gallon

40 Additional payment per gallon beyond the first gallon of grout. 450 $ $ Gallon

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-5

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Sealing of Joints and/or Infiltration Points Along 42- and/or 48-inch Sewer Mains

41 Sealing of joint and/or infiltration point along existing sewer main for the first gallon of grout. 5 $ $

Gallon

42 Additional payment per gallon beyond the first gallon of grout. 450 $ $ Gallon

Chemical Sealing Work Located in Easements

43 Additional compensation of chemical sealing work located in easements.20 $ $

Each

Sewer Flow Control for Chemical Sealing (6", 8", and 10" Diameter Sewer Lines)

44 Sewer flow control, per sewer line segment. 25 $ $Each

Sewer Flow Control for Chemical Sealing (12", 15", and 18" Diameter Sewer Lines)

45 Sewer flow control, per sewer line segment. 25 $ $Each

Sewer Flow Control for Chemical Sealing (21" and 24" Diameter Sewer Lines)

46 Sewer flow control, per sewer line segment. 5 $ $Each

Sewer Flow Control for Chemical Sealing (30" and 36" Diameter Sewer Lines)

47 Sewer flow control, per sewer line segment. 5 $ $Each

Sewer Flow Control for Chemical Sealing (42" and 48" Diameter Sewer Lines)

48 Sewer flow control, per sewer line segment. 5 $ $Each

CIPP SERVICE CONNECTION AND LATERAL LINER (SCLL)

6-, 8-, 10- and/or 12-inch diameter lines49 Installation of cured-in-place pipe (CIPP) sewer connection and lateral

liner (SCLL) for work orders having a quantity of 25 or fewer SCLL installations, for main lines of 6-, 8-, 10-, or 12-inch diameter main lines with 6-inch diameter service laterals. 10 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-6

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

50 Installation of cured-in-place pipe (CIPP) sewer connection and lateral liner (SCLL) for work orders having a quantity more than 25 SCLL installations, for main lines of 6-, 8-, 10-, or 12-inch diameter main lines with 6-inch diameter service laterals. 350 $ $

Each

15-, 18-, 21- and/or 24-inch diameter lines51 Installation of cured-in-place pipe (CIPP) sewer connection and lateral

liner (SCLL) for work orders having a quantity of 25 or fewer SCLL installations, for main lines of 15-, 18-, 21-, or 24-inch diameter main lines with 6-inch diameter service laterals. 10 $ $

Each

52 Installation of cured-in-place pipe (CIPP) sewer connection and lateral liner (SCLL) for work orders having a quantity more than 25 SCLL installations, for main lines of 15-, 18-, 21-, or 24-inch diameter main lines with 6-inch diameter service laterals. 25 $ $

Each

CIPP Service Connection and Lateral Liner (SCLL) - Additional Compensation

53 Additional payment per linear feet of lateral lined beyond the first 3-feet extending from the sewer main into the lateral. 1,050 $ $

Lin. Ft.

CIPP LATERAL LINER (LL)54 Installation of cured-in-place pipe (CIPP) lateral liner (LL). 200 $ $

Each

CIPP Lateral Liner (LL) - Additional Compensation55 Additional payment per linear feet beyond the initial 5 linear feet of lateral

lined. 350 $ $Lin. Ft.

LATERAL/DROP MANHOLE REINSTATEMENT56 Reinstatement of existing sewer service laterals and/or existing drop

manhole connections upon completion of CIPP Liner installation. 350 $ $Each

PIPE BURSTING

8-inch diameter57 Installation of 8-inch diameter HDPE. 3,000 $ $

Lin. Ft.

10-inch diameter58 Installation of 10-inch diameter HDPE. 2,000 $ $

Lin. Ft.

12-inch diameter59 Installation of 12-inch diameter HDPE. 800 $ $

Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-7

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

15-inch diameter60 Installation of 15-inch diameter HDPE. 800 $ $

Lin. Ft.

18-inch diameter61 Installation of 18-inch diameter HDPE. 800 $ $

Lin. Ft.

CLOSED CIRCUIT TELEVISION (CCTV)

6-inch diameter service lateral62 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 6-inch service lateral. 600 $ $ Each

6-inch diameter pipe (main line)63 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 6-inch sewer line. 8,000 $ $ Lin. Ft.

8-inch diameter pipe64 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 8-inch sewer line. 65,300 $ $ Lin. Ft.

10-inch diameter pipe65 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 10-inch sewer line. 7,600 $ $ Lin. Ft.

12-inch diameter pipe66 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 12-inch sewer line. 5,000 $ $ Lin. Ft.

15-inch diameter pipe67 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 15-inch sewer line. 5,000 $ $ Lin. Ft.

18-inch diameter pipe68 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 18-inch sewer line. 4,600 $ $ Lin. Ft.

21-inch diameter pipe69 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 21-inch sewer line. 1,800 $ $ Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-8

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

24-inch diameter pipe70 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 24-inch sewer line. 2,200 $ $ Lin. Ft.

30-inch diameter pipe71 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 30-inch sewer line. 1,800 $ $ Lin. Ft.

36-inch diameter pipe72 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 36-inch sewer line. 1,800 $ $ Lin. Ft.

42-inch diameter pipe73 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 42-inch sewer line. 1,800 $ $ Lin. Ft.

48-inch diameter pipe74 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 48-inch sewer line. 1,800 $ $ Lin. Ft.

54 to 60-inch diameter pipe75 Closed Circuit Television (CCTV) inspections of existing 54 to 60-inch

sewer line. 1,200 $ $ Lin. Ft.

COMBINED CCTV INSPECTION / SONAR INSPECTION

24 to 28-inch diameter pipe76 Combined CCTV and sonar inspection of existing 24 to 28-inch sewer

line. 2,000 $ $Lin. Ft.

30 to 36-inch diameter pipe77 Combined CCTV and sonar inspection of existing 30 to 36-inch sewer

line. 2,000 $ $ Lin. Ft.

40 to 48-inch diameter pipe78 Combined CCTV and sonar inspection of existing 40 to 48-inch sewer

line. 1,000 $ $ Lin. Ft.

54 to 60-inch diameter pipe79 Combined CCTV and sonar inspection of existing 54 to 60-inch sewer

line. 1,000 $ $Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-9

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

COMBINED CCTV INSPECTION / LASER PROFILING

40 to 48-inch diameter pipe80 Combined CCTV Inspection / Laser Profiling of existing 40 to 48-inch

sewer line. 1,000 $ $ Lin. Ft.

54 to 60-inch diameter pipe81 Combined CCTV Inspection / Laser Profiling of existing 54 to 60-inch

sewer line. 1,000 $ $ Lin. Ft.

SEWER LINE CLEANING

6-inch diameter service lateral82 Sewer line cleaning of existing 6-inch service lateral. 50 $ $

Each

6-inch diameter pipe (main line)83 Sewer line cleaning of existing 6-inch sewer line. 2,050 $ $

Lin. Ft.

8-inch diameter pipe84 Sewer line cleaning of existing 8-inch sewer line. 30,400 $ $

Lin. Ft.

10-inch diameter pipe85 Sewer line cleaning of existing 10-inch sewer line. 2,300 $ $

Lin. Ft.

12-inch diameter pipe86 Sewer line cleaning of existing 12-inch sewer line. 1,700 $ $

Lin. Ft.

15-inch diameter pipe87 Sewer line cleaning of existing 15-inch sewer line. 1,700 $ $

Lin. Ft.

18-inch diameter pipe88 Sewer line cleaning of existing 18-inch sewer line. 1,500 $ $

Lin. Ft.

21-inch diameter pipe89 Sewer line cleaning of existing 21-inch sewer line. 700 $ $

Lin. Ft.

24-inch diameter pipe90 Sewer line cleaning of existing 24-inch sewer line. 900 $ $

Lin. Ft.

30-inch diameter pipe91 Sewer line cleaning of existing 30-inch sewer line. 700 $ $

Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-10

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

36-inch diameter pipe92 Sewer line cleaning of existing 36-inch sewer line. 700 $ $

Lin. Ft.

42-inch diameter pipe93 Sewer line cleaning of existing 42-inch sewer line. 700 $ $

Lin. Ft.

48-inch diameter pipe94 Sewer line cleaning of existing 48-inch sewer line. 700 $ $

Lin. Ft.

54 to 60-inch diameter pipe95 Sewer line cleaning of existing 54 to 60-inch sewer line. 400 $ $

Lin. Ft.

DESCALING

6-, 8-, and/or 10-inch diameter cast iron and ductile iron pipes96 Descaling of existing cast iron and ductile iron sewer lines. 60 $ $

Lin. Ft.

12-, 15-, and/or 18-inch diameter cast iron and ductile iron pipes97 Descaling of existing cast iron and ductile iron sewer lines. 20 $ $

Lin. Ft.

21- and/or 24-inch diameter cast iron and ductile iron pipes98 Descaling of existing cast iron and ductile iron sewer lines. 10 $ $

Lin. Ft.

30- and/or 36-inch diameter cast iron and ductile iron pipes99 Descaling of existing cast iron and ductile iron sewer lines. 10 $ $

Lin. Ft.

42- and/or 48-inch diameter cast iron and ductile iron pipes100 Descaling of existing cast iron and ductile iron sewer lines. 10 $ $

Lin. Ft.

GRINDING DOWN OF OFFSET JOINTS AND PROTRUDING LATERALS

101 Grinding down of the first offset joint or protruding lateral per each pipe segment. 15 $ $

Each

Grinding Down of Offset Joints and Protruding Laterals - Additional Compensation

102 Additional payment for grinding each additional offset joint or lateral within a pipe segment beyond the grinding of the first lateral. 10 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-11

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

MANHOLE FRAME AND COVER ADJUSTMENT

Manhole Frame and Cover Adjustment within the Roadway103 Adjustment for manholes in which the frame and cover are exposed but

require adjustment, or the frame and cover are paved over but the outline of frame can be seen or is marked. 5 $ $

Each

Manhole Frame and Cover Exposure and Adjustment within the Roadway (Ht. Adjust. 1 ft. or Less)

104 Exposure and Adjustment for manholes located in roadway areas in which both frame and cover are unexposed, limited to 1 foot in height adjustment. 5 $ $

Each

Manhole Frame and Cover Exposure and AdjustmentOutside of the Roadway (Ht. Adjust. 2 ft. or Less)

105 Exposure and Adjustment for manholes located outside of the roadway in which both frame and cover are unexposed, limited to 2 feet in height adjustment. 5 $ $

Each

Manhole Frame and Cover Exposure and AdjustmentOutside of the Roadway (Ht. Adjust. Greater Than 2 feet)

106 Additional payment per linear ft. beyond the 2-foot height adjustment for manholes located outside of the roadway. 5 $ $

Vert. Ft.

MANHOLE FRAME AND COVER REPLACEMENTManhole Frame and Cover Replacement within Roadway

107 Replacement for Type SA manhole frame and cover 5Each

108 Replacement for Type SB manhole frame and cover 5 $ $Each

Manhole Frame and Cover Replacement outside of Roadway109 Replacement for Type SA manhole frame and cover 5 $ $

Each

110 Replacement for Type SB manhole frame and cover 5 $ $Each

SEWER MANHOLE REHABILITATION

Using Epoxy Coating within Roadway Areas (MH Ht. 6 ft. or less)111 Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 150 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-12

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Using Epoxy Coating within Roadway Areas (MH Ht. greater than 6 112 Additional payment per linear ft. beyond the 6 foot height for the

Rehabilitation of 4-foot diameter sewer manholes with epoxy coating. 400 $ $ Vert. Ft.

Using Epoxy Coating outside of Roadway Areas (MH Ht. 6 ft. or less)113 Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 120 $ $

Each

Using Epoxy Coating outside of Roadway Areas (MH Ht. greater than 6 ft.)

114 Additional payment per linear ft. beyond the 6 foot height for the Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 150 $ $

Vert. Ft.

Epoxy Coating Manholes Damaged from Road Repaving Projects(MH Ht. 1 ft or less)

115 Rehabilitation of manhole grade collars damaged from adjusted manholes as part of a road repaving project. 5 $ $

Each

Sewer Flow Control for Manhole Rehabilitation (6", 8", and 10" Diameter Sewer Lines)

116 Sewer flow control, per each manhole. 220 $ $ Each

Sewer Flow Control for Manhole Rehabilitation (12", 15", and 18" Diameter Sewer Lines)

117 Sewer flow control, per each manhole. 30 $ $ Each

Sewer Flow Control for Manhole Rehabilitation (21" and 24" Diameter Sewer Lines)

118 Sewer flow control, per each manhole. 10 $ $Each

Sewer Flow Control for Manhole Rehabilitation (30" and 36" Diameter Sewer Lines)

119 Sewer flow control, per each manhole. 5 $ $Each

Sewer Flow Control for Manhole Rehabilitation (42" and 48" Diameter Sewer Lines)

120 Sewer flow control, per each manhole. 5 $ $Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-13

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

INSTALLATION OF AWWA C-900 PVC PIPE FOR POINT REPAIR(excludes excavation, backfill and pavement resurfacing)

6-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

121 Install new 6-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 5 $ $

Each

6-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

122 Additional payment per linear ft. beyond the 4 foot length of installation of new 6-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 50 $ $

Lin. Ft.

8-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

123 Install new 8-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 50 $ $

Each

8-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

124 Additional payment per linear ft. beyond the 4 foot length of installation of new 8-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 200 $ $

Lin. Ft.

10-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

125 Install new 10-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 25 $ $

Each

10-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

126 Additional payment per linear ft. beyond the 4 foot length of installation of new 10-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 100 $ $

Lin. Ft.

12-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

127 Install new 12-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 25 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-14

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

12-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

128 Additional payment per linear ft. beyond the 4 foot length of installation of new 12-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 100 $ $

Lin. Ft.

15-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

129 Install new 15-inch dia. (16" nominal) C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 8 $ $

Each

15-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

130 Additional payment per linear ft. beyond the 4 foot length of installation of new 15-inch dia. (16" nominal) C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 32 $ $

Lin. Ft.

18-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

131 Install new 18-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 8 $ $

Each

18-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

132 Additional payment per linear ft. beyond the 4 foot length of installation of new 18-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 32 $ $

Lin. Ft.

21-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

133 Install new 21-inch dia. (20" nominal) C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 4 $ $

Each

21-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

134 Additional payment per linear ft. beyond the 4 foot length of installation of new 21-inch dia. (20" nominal) C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 16 $ $

Lin. Ft.

24-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

135 Install new 24-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 4 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-15

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

24-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

136 Additional payment per linear ft. beyond the 4 foot length of installation of new 24-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 16 $ $

Lin. Ft.

30-inch diameter pipe (Point Repair 4 foot pipe section or less per line segment)

137 Install new 30-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 4 $ $

Each

30-inch diameter pipe (Point Repair Greater than 4 foot pipe section per line segment)

138 Additional payment per linear ft. beyond the 4 foot length of installation of new 30-inch dia. C-900 PVC (DR 18) pipe as directed by the City by Open Trenching. 16 $ $

Lin. Ft.

INSTALLATION OF AWWA C-900 PVC PIPEFOR FULL MANHOLE-TO-MANHOLE REPLACEMENT

6-inch diameter full pipe replacement139 Install new 6-inch dia. C-900 PVC (DR 18) pipe as directed by the City by

Open Trenching. 50 $ $Lin. Ft.

8-inch diameter full pipe replacement140 Install new 8-inch dia. C-900 PVC (DR 18) pipe as directed by the City by

Open Trenching. 1,500 $ $Lin. Ft.

10-inch diameter full pipe replacement141 Install new 10-inch dia. C-900 PVC (DR 18) pipe as directed by the City by

Open Trenching. 1,000 $ $Lin. Ft.

12-inch diameter full pipe replacement142 Install new 12-inch dia. C-900 PVC (DR 18) pipe as directed by the City by

Open Trenching. 800 $ $Lin. Ft.

15-inch diameter full pipe replacement143 Install new 15-inch dia. (16" nominal) C-900 PVC (DR 18) pipe as directed

by the City by Open Trenching. 800 $ $Lin. Ft.

18-inch diameter full pipe replacement144 Install new 18-inch dia. C-900 PVC (DR 18) pipe as directed by the City by

Open Trenching. 800 $ $Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-16

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

21-inch diameter full pipe replacement145 Install new 21-inch dia. (20" nominal) C-900 PVC (DR 18) pipe as directed

by the City by Open Trenching. 400 $ $Lin. Ft.

24-inch diameter full pipe replacement146 Install new 24-inch dia. C-900 PVC (DR 18) pipe as directed by the City by

Open Trenching. 400 $ $Lin. Ft.

30-inch diameter full pipe replacement147 Install new 30-inch dia. C-900 PVC (DR 18) pipe as directed by the City by

Open Trenching. 400 $ $Lin. Ft.

Root Barrier148 Installation of root barrier around pipe joint, including material, labor,

equipment, and all incidentals in place complete. 50 $ $Lin. Ft.

EXTERNAL AWWA C-900 PVC SADDLE WYE CONNECTION(excludes excavation, backfill and pavement restoration)

6-inch diameter149 External lateral via installation of new 6" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

8-inch diameter150 External lateral via installation of new 8" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

10-inch diameter151 External lateral via installation of new 10" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

12-inch diameter152 External lateral via installation of new 12" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

15-inch diameter (16-inch nominal diameter)153 External lateral via installation of new 16" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

18-inch diameter154 External lateral via installation of new 18" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-17

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

21-inch diameter (20-inch nominal diameter)155 External lateral via installation of new 20" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

24-inch diameter156 External lateral via installation of new 24" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

30-inch diameter157 External lateral via installation of new 30" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

36-inch diameter158 External lateral via installation of new 36" x 6" C-900 PVC Saddle Wye

connection. 5 $ $ Each

AWWA C-900 PVC STANDARD WYE CONNECTION WITHIN POINT REPAIR(excludes excavation, backfill and pavement restoration)

6-inch diameter159 Lateral connection via installation of new 6" x 6" C-900 PVC Standard

Wye. 5 $ $ Each

8-inch diameter160 Lateral connection via installation of new 8" x 6" C-900 PVC Standard

Wye. 60 $ $ Each

10-inch diameter161 Lateral connection via installation of new 10" x 6" C-900 PVC Standard

Wye. 30 $ $ Each

12-inch diameter162 Lateral connection via installation of new 12" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

15-inch diameter (16-inch nominal diameter)163 Lateral connection via installation of new 16" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

18-inch diameter164 Lateral connection via installation of new 18" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-18

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

21-inch diameter (20-inch nominal diameter)165 Lateral connection via installation of new 20" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

24-inch diameter166 Lateral connection via installation of new 24" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

AWWA C-900 PVC STANDARD WYE CONNECTION OUTSIDE OF POINT REPAIR(excludes excavation, backfill and pavement restoration)

6-inch diameter167 Lateral connection via installation of new 6" x 6" C-900 PVC Standard

Wye. 5 $ $ Each

8-inch diameter168 Lateral connection via installation of new 8" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

10-inch diameter169 Lateral connection via installation of new 10" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

12-inch diameter170 Lateral connection via installation of new 12" x 6" C-900 PVC Standard

Wye. 10 $ $ Each

15-inch diameter (16-inch nominal diameter)171 Lateral connection via installation of new 16" x 6" C-900 PVC Standard

Wye. 5 $ $ Each

18-inch diameter172 Lateral connection via installation of new 18" x 6" C-900 PVC Standard

Wye. 5 $ $ Each

21-inch diameter (20-inch nominal diameter)173 Lateral connection via installation of new 20" x 6" C-900 PVC Standard

Wye. 5 $ $ Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-19

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

24-inch diameter174 Lateral connection via installation of new 24" x 6" C-900 PVC Standard

Wye. 5 $ $ Each

INSTALLATION OF NEW SEWER MANHOLE(excludes A.C. and concrete restoration)

Plain Sewer Manhole within Roadway Areas (Ht. 6 ft. or less)175 Install new Plain Precast Concrete Manhole, per C&C Std. Detail, S-11, as

directed by the City. 5 $ $Each

Plain Sewer Manhole within Roadway Areas (Ht. greater than 6 ft.)176 Additional payment per linear ft. in excess of 6 foot height for the

installation of new Plain Precast Concrete Manhole, per C&C Std. Detail, S-11, as directed by the City. 25 $ $

Vert. Ft.

Plain Sewer Manhole outside of Roadway Areas (Ht. 6 ft. or less)177 Install new Plain Precast Concrete Manhole, per C&C Std. Detail, S-11, as

directed by the City. 5 $ $Each

Plain Sewer Manhole outside of Roadway Areas (Ht. greater than 6 ft.)

178 Additional payment per linear ft. in excess of 6 foot height for the installation of new Plain Precast Concrete Manhole, per C&C Std. Detail, S-11, as directed by the City. 25 $ $

Vert. Ft.

Shallow Drop Sewer Manhole within Roadway Areas (Ht. 6 ft. or less)179 Install new Plain Precast Concrete Shallow Drop Manhole, per C&C Std.

Detail, S-19, as directed by the City. 5 $ $Each

Shallow Drop Sewer Manhole within Roadway Areas (Ht. greater than 6 ft.)

180 Additional payment per linear ft. in excess of 6 foot height for the installation of new Plain Precast Concrete Shallow Drop Manhole, per C&C Std. Detail, S-19, as directed by the City. 25 $ $

Vert. Ft.

Shallow Drop Sewer Manhole outside of Roadway Areas (Ht. 6 ft. or less)

181 Install new Plain Precast Concrete Shallow Drop Manhole, per C&C Std. Detail, S-19, as directed by the City. 5 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-20

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Shallow Drop Sewer Manhole outside of Roadway Areas (Ht. greater than 6 ft.)

182 Additional payment per linear ft. in excess of 6 foot height for the installation of new Plain Precast Concrete Shallow Drop Manhole, per C&C Std. Detail, S-19, as directed by the City. 25 $ $

Vert. Ft.

Drop Sewer Manhole within Roadway Areas (Ht. 10 ft. or less)183 Install new Plain Precast Concrete Drop Manhole, per C&C Std. Detail, S-

17, as directed by the City. 5 $ $Each

Drop Sewer Manhole within Roadway Areas (Ht. greater than 10 ft.)184 Additional payment per linear ft. in excess of 10 foot height for the

installation of new Plain Precast Concrete Drop manhole, per C&C Std. Detail, S-17, as directed by the City. 25 $ $

Vert. Ft.

Drop Sewer Manhole outside of Roadway Areas (Ht. 10 ft. or less)185 Install new Plain Precast Concrete Drop Manhole, per C&C Std. Detail, S-

17, as directed by the City. 5 $ $Each

Drop Sewer Manhole outside of Roadway Areas (Ht. greater than 10 ft.)

186 Additional payment per linear ft. in excess of 10 foot height for the installation of new Plain Precast Concrete Drop Manhole, per C&C Std. Detail, S-17, as directed by the City. 25 $ $

Vert. Ft.

187 Additional payment to install Type "SB" frame and cover in lieu of Type "SA" frame and cover for plain, shallow, and drop sewer manholes listed above. 5 $ $

Each

CRUSHED ROCK FILL AND SUBBASE188 Rock Fill for filling soft spots including excavation, including material,

equipment, labor, compaction, and all incidentals necessary, in place complete. 20 $ $

Cu. Yds. A.C. RESURFACING

189 Asphalt Concrete repaving (City and County of Honolulu Mix 4, min. 4-inches thick) for sewer trench work. 1,500 $ $

Sq. Yds.

190 Asphalt Concrete repaving (City and County of Honolulu Mix 4, min. 4-inches thick within trench restoration with full lane 2" grind and overlay) for sewer trench work. 500 $ $

Sq. Yds.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-21

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

CONTROLLED LOW STRENGTH MATERIAL (CLSM)191 CLSM used in lieu of unclassified excavation backfill as approved or

directed by the Officer-in-Charge, in place complete. (Cost should reflect additional cost of using CLSM in lieu of conventional backfill) 50 $ $

Cu. Yds

192 CLSM used in lieu of unclassified excavation backfill within State-right-of-way, in place complete. (Cost should reflect additional cost of using CLSM in lieu of conventional backfill) 50 $ $

Cu. Yds

LIGHTWEIGHT CELLULAR CONCRETE (LWCC)193 LWCC used in lieu of unclassified excavation backfill as approved or

directed by the Officer-in-Charge, in place complete. (Cost should reflect additional cost of using CLSM in lieu of conventional backfill) 50 $ $

Cu. Yds

194 LWCC used in lieu of unclassified excavation backfill within State right-of-way, in place complete. (Cost should reflect additional cost of using CLSM in lieu of conventional backfill) 50 $ $

Cu. Yds

UNCLASSIFIED TRENCH EXCAVATION:

Trench Excavation up to 4-feet in Depth195 Unclassified Excavation for point repair work, installation of cleanouts,

installation of saddle wyes, installation of wyes outside of point repair, and burying of temporary bypass line. 1,500 $ $

Cu. Yds.

Trench Excavation greater than 4-feet and up 8-feet in depth196 Unclassified Excavation for point repair work, installation of cleanouts,

installation of saddle wyes, installation of wyes outside of point repair, and burying of temporary bypass line. 1,500 $ $

Cu. Yds.

Trench Excavation greater than 8-feet and up 12-feet in depth197 Unclassified Excavation for point repair work, installation of cleanouts,

installation of saddle wyes, installation of wyes outside of point repair, and burying of temporary bypass line. 1,000 $ $

Cu. Yds.

Trench Excavation greater than 12-feet and up 16-feet in depth198 Unclassified Excavation for point repair work, installation of cleanouts,

installation of saddle wyes, installation of wyes outside of point repair, and burying of temporary bypass line. 500 $ $

Cu. Yds.

Trench Excavation greater than 16-feet in depth199 Unclassified Excavation for point repair work, installation of cleanouts,

installation of saddle wyes, installation of wyes outside of point repair, and burying of temporary bypass line. 500 $ $

Cu. Yds.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-22

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Dewatering during Trench Excavation200 Additional compensation for dewatering during trench excavation per each

sewer main segment bounded by two manholes. 20 $ $Each

SEWER FLOW CONTROL FOR CCTV INSPECTION

Sewer Flow Control for CCTV/Cleaning of 6-, 8-, and/or 10-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

201 Sewer Flow Control, per every 500 linear feet of pipe to be CCTV and/or Cleaned, rounded either up or down to the nearest 500-foot increment. 80 $ $

Each

Sewer Flow Control for CCTV/Cleaning of 12-, 15-, and/or 18-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

202 Sewer Flow Control, per every 500 linear feet of pipe to be CCTV and/or Cleaned, rounded either up or down to the nearest 500-foot increment.

20 $ $Each

Sewer Flow Control for CCTV/Cleaning of 21-, and/or 24-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

203 Sewer Flow Control, per every 500 linear feet of pipe to be CCTV and/or Cleaned, rounded either up or down to the nearest 500-foot increment.

5 $ $Each

Sewer Flow Control for CCTV/Cleaning of 30-, and/or 36-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

204 Sewer Flow Control up to the first 500 linear feet of bypass pipe. 5 $ $Each

Sewer Flow Control for CCTV/Cleaning of 30-, and/or 36-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

205 Additional payment for sewer flow control per every 100 linear feet of bypass pipe, rounded either up or down to the nearest 100-foot increment of bypass pipe. 5 $ $

Lin. Ft.

Sewer Flow Control for CCTV/Cleaning of 42-, and/or 48-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

206 Sewer Flow Control up to the first 500 linear feet of bypass pipe. 5 $ $Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-23

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Sewer Flow Control for CCTV/Cleaning of 42-, and/or 48-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

207 Additional payment for sewer flow control per every 100 linear feet of bypass, rounded either up or down to the nearest 100-foot increment of bypass pipe. 5 $ $

Lin. Ft.

Sewer Flow Control for CCTV/Cleaning of 54-, and/or 60-inch sewer lines(CCTV/Cleaning only, no rehabilitation) 2 $ $

208 Sewer Flow Control up to the first 500 linear feet of bypass pipe. Each

Sewer Flow Control for CCTV/Cleaning of 54-, and/or 60-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

209 Additional payment for sewer flow control per every 100 linear feet of bypass, rounded either up or down to the nearest 100-foot increment of bypass pipe. 2 $ $

Lin. Ft.SEWER FLOW CONTROL FOR SEWER LINE REHABILITATION(FULL LENGTH CIPP LINING)

Sewer Flow Control for Rehabilitation of 6-, 8-, and/or 10-inch sewer lines(Full length CIPP liner)

210 Sewer Flow Control, per every 500 linear feet of pipe to be rehabilitated, rounded either up or down to the nearest 500-foot increment of rehabilitated pipe. 70 $ $

Each

Sewer Flow Control for Rehabilitation of 12-, 15-, and/or18-inch sewer lines (Full length CIPP liner)

211 Sewer Flow Control, per every 500 linear feet of pipe to be rehabilitated, rounded either up or down to the nearest 500-foot increment of rehabilitated pipe. 10 $ $

Each

Sewer Flow Control for Rehabilitation of 21- and/or 24-inch sewer lines(Full length CIPP liner)

212 Sewer Flow Control, per every 500 linear feet of pipe to be rehabilitated, rounded either up or down to the nearest 500-foot increment.

5 $ $Each

Sewer Flow Control for Rehabilitation of 30- and/or 36-inch sewer lines(Full length CIPP liner)

213 Sewer Flow Control up to the first 200 linear feet of bypass pipe. 5 $ $Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-24

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Sewer Flow Control for Rehabilitation of 30- and/or 36-inch sewer lines(Full length CIPP liner)

214 Additional payment for sewer flow control per every 100 linear feet of bypass, rounded either up or down to the nearest 100-foot increment of bypass pipe. 2 $ $

Each

Sewer Flow Control for Rehabilitation of 42- and/or 48-inch sewer lines(Full length CIPP liner)

215 Sewer Flow Control up to the first 200 linear feet of bypass pipe. 5 $ $Each

Sewer Flow Control for Rehabilitation of 42- and/or 48-inch sewer lines(Full length CIPP liner)

216 Additional payment for sewer flow control per every 100 linear feet of bypass, rounded either up or down to the nearest 100-foot increment of bypass pipe. 2 $ $

EachSEWER FLOW CONTROL FOR POINT REPAIRS

Sewer Flow Control for pipe replacement for existing 6-, 8- and/or 10-inch diameter lines

217 Sewer Flow Control, per every 4 linear feet of point repair, rounded either up or down to the nearest 4-foot increment of replaced pipe. 60 $ $

Each

Sewer Flow Control for pipe replacement for existing 12-, 15- and/or 18-inch diameter lines

218 Sewer Flow Control, per every 4 linear feet of point repair, rounded either up or down to the nearest 4-foot increment of replaced pipe. 30 $ $

Each

Sewer Flow Control for pipe replacement for existing 21- and/or 24-inch diameter lines

219 Sewer Flow Control, per every 4 linear feet of point repair, rounded either up or down to the nearest 4-foot increment of replaced pipe. 10 $ $

Each

Sewer Flow Control for pipe replacement for existing 30- and/or 36-inch diameter lines

220 Sewer Flow Control, per every 4 linear feet of point repair, rounded either up or down to the nearest 4-foot increment replaced pipe. 10 $ $

Each

Sewer Flow Control for pipe replacement for existing 42- and/or 48-inch diameter lines

221 Sewer Flow Control, per every 4 linear feet of point repair, rounded either up or down to the nearest 4-foot increment replaced pipe. 10 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-25

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

SEWER FLOW CONTROL FOR FULL MANHOLE-TO-MANHOLE PIPE REPLACEMENT

Sewer Flow Control for full manhole-to-manhole pipe replacement for existing 6-, 8- and/or 10-inch diameter lines

222 Sewer Flow Control, per every 50 linear feet of point repair, rounded either up or down to the nearest 50-foot increment of replaced pipe. 150 $ $

Each

Sewer Flow Control for full manhole-to-manhole pipe replacement for existing 12-, 15- and/or 18-inch diameter lines

223 Sewer Flow Control, per every 50 linear feet of point repair, rounded either up or down to the nearest 50-foot increment of replaced pipe. 100 $ $

Each

Sewer Flow Control for full manhole-to-manhole pipe replacement for existing 21- and/or 24-inch diameter lines

224 Sewer Flow Control, per every 50 linear feet of point repair, rounded either up or down to the nearest 50-foot increment of replaced pipe. 20 $ $

Each

Sewer Flow Control for full manhole-to-manhole pipe replacementfor existing 30- and/or 36-inch diameter lines

225 Sewer Flow Control, per every 50 linear feet of point repair, rounded either up or down to the nearest 50-foot increment of replaced pipe. 20 $ $

Each

Sewer Flow Control for full manhole-to-manhole pipe replacementfor existing 42- and/or 48-inch diameter lines

226 Sewer Flow Control, per every 50 linear feet of point repair, rounded either up or down to the nearest 50-foot increment of replaced pipe. 20 $ $

INSTALLATION OF SERVICE LATERAL CLEANOUT(excludes excavation, backfill and A.C./concrete resurfacing)

227 Installation of 5 or fewer lateral cleanouts as directed by the Officer-in-Charge. 10 $ $

Each

228 Installation of more than 5 service lateral cleanouts as directed by the Officer-in-Charge. 10 $ $

Each

TRAFFIC CONTROL WORKTraffic Control Work for CCTV and/or Cleaning

229 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be CCTV and/or Cleaned in streets located within City right-of-way. 60 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-26

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

230 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be CCTV and/or Cleaned in streets located within State right-of-way. 20 $ $

Each

Traffic Control Work for Pipe Rehabilitation231 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be

rehabilitated in streets located within City right-of-way. 50 $ $Each

232 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be rehabilitated in streets located within State right-of-way. 20 $ $

Each

Traffic Control Work for Point Repairs and Wye Connections Outside of Point Repairs (per 20 feet of Point repair length per sewer line segment )

233 Traffic Control Plans and Devices for point repairs located in streets located within City right-of-way. 20 $ $

Each

234 Traffic Control Plans and Devices for point repairs located in streets located within State right-of-way. 5 $ $

Each

Traffic Control Work for Manhole-to-Manhole Full Pipe Replacment(per 50 ft of replacement length per sewer line segment)

235 Traffic Control Plans and Devices for full pipe replacement located in streets located within City right-of-way. 60 $ $

Each

236 Traffic Control Plans and Devices for full pipe replacement located in streets located within State right-of-way. 5 $ $

Each

Traffic Control Work for Sewer Manhole Installation(per sewer manhole installation)

237 Traffic Control Plans and Devices for sewer manhole installations in streets located within City right-of-way. 5 $ $

Each

238 Traffic Control Plans and Devices for sewer manhole installations in streets located within State right-of-way. 2 $ $

Each

Traffic Control Work for Chemical Sealing Installation(per sewer segment)

239 Traffic Control Plans and Devices for chemical sealing installations in streets located within City right-of-way. 5 $ $

Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-27

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

240 Traffic Control Plans and Devices for chemical sealing installations in streets located within State right-of-way. 2 $ $

Each

CONCRETE RESTORATION AND RESURFACING

Portland Cement Concrete (PCC) Pavement Roadway241 Concrete restoration and resurfacing of Portland Concrete Cement

Roadway for sewer trench work. 5 $ $Cu. Yds.

Concrete Driveway242 Concrete restoration and resurfacing of driveways. 5 $ $

Cu. Yds.

Concrete Sidewalk243 Concrete restoration and resurfacing of sidewalks. 50 $ $

Cu. Yds. Concrete Curb and Gutter

244 Linear Foot; Installation of concrete curb and gutter in place complete per Standard Detail R-4A. 100 $ $

Lin. Ft.

Miscellaneous Unreinforced Concrete Structure245 Cubic Yards; Concrete restoration, reconstruction or replacement of

unreinforced structure not already covered under existing line item. 5 $ $Cu. Yds.

Miscellaneous Reinforced Concrete Structure246 Cubic Yards; Concrete restoration, reconstruction or replacement of

reinforced structure not already covered under existing line item. 5 $ $Cu. Yds.

CONCRETE JACKETS

Plain Concrete Jacket for6-, 8- and/or 10-inch diameter lines

247 Installation of plain concrete jacket, and all incidentals, in place complete.20 $ $

Lin. Ft.

Plain Concrete Jacket for12-, 15- and/or 18-inch diameter lines

248 Installation of plain concrete jacket, and all incidentals, in place complete.10 $ $

Lin. Ft.

Plain Concrete Jacket for21 and/or 24-inch diameter lines

249 Installation of plain concrete jacket, and all incidentals, in place complete.10 $ $

Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-28

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Reinforced Concrete Jacket for6-, 8- and/or 10-inch diameter lines

250 Installation of reinforced concrete jacket, including reinforcing steel and all incidentals, in place complete. 20 $ $

Lin. Ft.

Reinforced Concrete Jacket for12-, 15- and/or 18-inch diameter lines

251 Installation of reinforced concrete jacket, including reinforcing steel and all incidentals, in place complete. 10 $ $

Lin. Ft.

Reinforced Concrete Jacket for21 and/or 24-inch diameter lines

252 Installation of reinforced concrete jacket, including reinforcing steel and all incidentals, in place complete. 10 $ $

Lin. Ft.

WALL RECONSTRUCTION

Masonry Unit and Concrete Walls253 Reconstruction of brick, concrete masonry unit (CMU), and other masonry

unit or concrete walls (reinforced or unreinforced). 140 $ $Sq. Ft.

Stone and Rubble Masonry Walls254 Reconstruction of stone and other rubble masonry walls. 375 $ $

Cu. Ft.FORCE ACCOUNT

Property Restoration255 Restoration of property as specified in Special Provision 167, "Protection

of Property." Includes tasks not already covered for payment under an existing line item.

Force Account $ N/A $ N/A

Removal of Surface Encroachment256 Work as specified in Special Provision 168, "Prior Notice of Removal of

Surface Encroachment." Permanent removal of surface encroachments from City right-of-ways and sewer easements unless already covered for payment under an existing line item.

Force Account $ N/A $ N/A

Additional Monitoring / Inspection257 Additional Monitoring / Inspection not already covered for payment under

an existing line item.Force

Account $ N/A $ N/A

Additional Traffic Control258 Additional Traffic Control tasks not already covered for payment under an

existing line item.Force

Account $ N/A $ N/A

Legal Notice259 Work as specified in Special Provision 159, "Legal Notice." Force

Account $ N/A $ N/A

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-29

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

FLAGMAN 260 FLAGMAN. Payment for the hiring of private company for traffic control

work, as specified in Special Provision 158, "Traffic Control."Force

Account $ N/A $ N/A

RELOCATION OF UTILITY COMPANY UTILITIES261 Utility Company invoice for temporary and permanent relocation of utilities

and appurtenances and other work that the Officer-in-Charge determines will conflict with installation of the Work Order improvements or will pose a safety hazard to the Contractor. Per GTC 5.4.2 no markup of any kind will be allowed. Allowance $ N/A $ N/A

SPECIAL-DUTY POLICE OFFICER 262 SPECIAL-DUTY POLICE OFFICER. Payment for the hiring of special-duty

police officer(s) for traffic control work, as specified in Special Provision 158, "Traffic Control." Per GTC 5.4.2 inclusive of HPD administrative fees, plus a maximum twenty percent of any other costs (i.e. workers' comp., admin. costs, insurance fee, overhead/profit, bond fee, applic. taxes, etc.) Allowance $ N/A $ N/A

Dye Testing of Existing Service Connections263 Dye-testing of single existing service connection along existing sewer

main. 50 $ $Each

264 Dye-testing per additional existing service connections along a single existing sewer main. 100 $ $

Each

Jet Grouting265 Jet grouting mobilization and demobilization and test programs; furnish all

materials, tools, equipment, labor and incidentals, including containment and disposal of waste grout and excess spoils, backfilling, surface restoration, and ground monitoring, per each sewer segment.

25 $ $Each

266 Jet grout for soil stabilization; furnish all materials, labor, equipment, and incidentals, including predrilling (or pre-excavation) quality control and testing, surface restoration, traffic control, disposal of waste grout and spoils. 50 $ $

CY

TOTAL SUM BID $(Items 1 thru 266)

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-30

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

CIPP Liners - Liner Thickness Adjustment Unit Price

*Bidder is required to completely fill out the "Unit Price" column below, otherwise his bid proposal will be considered incomplete and may be grounds for rejection of his bid. These unit prices will not be used in determining the TOTAL SUM BID amount, but shall be implemented only after award of the contract following determination of design thickness.

Full Length Water/Steam Cured CIPP Liners - Liner Thickness Adjustment Unit Price

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 6-inch diameter, Full Length Steam/Water Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 8-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 10-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 12-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 15-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 18-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 21-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 24-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-31

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 30-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 36-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 42-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 48-inch diameter, Full Length Water/Steam Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

Full Length UV Cured CIPP Liners - Liner Thickness Adjustment Unit Price

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 6-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 8-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 10-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 12-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 15-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 18-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-32

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 21-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 24-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 30-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 36-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 42-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

ADD/DEDUCT for each 0.1 mm increase/decrease inMINIMUM FINISHED (cured) liner thickness, per lineal ft., for 48-inch diameter, Full Length UV Cured CIPP Liner $ $

Per 0.1 mm / LF Per 0.1 mm / LF

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-33

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-34 BID PROPOSAL

The undersigned also agrees as follows: 1. That the quantities of work shown herein are approximate only and are subject to

increase or decrease, and offers to do the work whether the quantities are increased or decreased at the UNIT PRICES stated in the Proposal Schedule.

2. That the estimated quantities shown on items for which a UNIT PRICE is given in this

Proposal are only for the purpose of comparing on a uniform basis, bids offered for the work under this contract, and that he is satisfied with and will at no time dispute said estimated quantities as a means of comparing the bids. That he will make no claim for anticipated profit or loss of profit because of a difference between the quantities of the various classes of work done or the materials and equipment actually installed and the said estimated quantities.

That on UNIT PRICE bids, payment will be made only for the actual number of units incorporated into each Work Order at the UNIT PRICE bid.

3. That if the product of the UNIT PRICE bid by the number of units does not equal the

total amount named by the bidder of any item, it will be assumed that the error was made in computing the total amount and for the purpose of computing the lowest bidder, the named UNIT PRICE alone will be considered as representing the bidder's intention and the total amount bid on such item shall be considered to be the amount arrived at by multiplying the UNIT PRICE by the number of units.

4. That all prices bid include all taxes which shall be applicable to the products or services

or the furnishing, sale, or purchase thereof whether assessed against, chargeable to, or payable by the City and County of Honolulu or any agencies or the undersigned.

5. That bids will be compared on the basis of the TOTAL SUM bid for all items contained in

the Proposal, which shall be considered to be the total sum of the actual or corrected amounts bid upon each item, as the case may be.

6. The term of the contract shall be a maximum of four (4) calendar years, one (1)

calendar year from the date of contract execution with up to one (1) calendar year contract extension periods until the maximum contract time is reached. Each extension period shall be mutually agreeable to the City and the Contractor and shall be subject to the availability of funds. Any extension shall be accomplished by issuance of an amendment by the City.

Any work order issued during the effective period of this Contract and not completed

within that period shall be completed by the Contractor within the time specified in the work order. This Contract shall govern the Contractor and the City’s rights and obligations with respect to that Work Order to the same extent that as if the Work Order was completed during the Contractor’s effective period. All Work Orders are subject to the Terms and Conditions incorporated herein. In the event of a conflict between a Work Order and this Contract, the Contract shall control.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-35 BID PROPOSAL

7. That after the time fixed for the opening of bids, he will not withdraw his bid for a period

of sixty (60) calendar days after the opening of bids as stipulated in Section 5.4, “Time for Acceptance of Offer” of the GENERAL INSTRUCTIONS.

8. That the liquidated damages shall be TWO THOUSAND DOLLARS ($2000) for each

calendar day of delay in the completion of a work order assignment. 9. That the Purchasing Administrator reserves the right to accept or reject any bid and to

waive any defect therein. 10. That if this Proposal shall be accepted and the undersigned shall fail to or neglect to

contract as aforesaid, and to furnish the required bonds to the City and County of Honolulu within ten (10) calendar days from the date of receiving from the City, the contract prepared and ready for execution, the City may determine that the bidder has abandoned the contract, and thereupon, forfeiture of the security accompanying the Proposal shall operate and the same shall become the property of the City.

11. That the Undersigned certifies that he is licensed to undertake this project pursuant to

Chapter 444, HRS, as amended, relating to the licensing of contractors. 12. That in accordance with Section 2.14 (b), “Supplemental Requirements for Construction

Projects” of the GENERAL INSTRUCTIONS, the offeror shall comply with HRS §103D-302, relating to the listing of joint contractors or subcontractors. Joint contractors and subcontractors may perform only the specialty work for which they are listed. When alternates are made a part of the offer, Offer shall indicate, if applicable, the alternate and the basic work to be performed by each joint contractor or subcontractor.

A listing that is incomplete, ambiguous, or erroneous may be cause for rejection of an

offer. Offers which are not in compliance may be accepted if the city concludes that acceptance is the best interest of the public and the value of the work to be performed by the contractor or subcontractor is equal to or less than one percent of the total sum offer amount.

13. That by submitting a bid, the Undersigned certifies that the price submitted (bid) is

independently arrived at, without collusion. 14. Pursuant to HRS 396-18, SAFETY AND HEALTH PROGRAMS FOR CONTRACTORS

BIDDING ON CITY PROJECT, the Undersigned certifies that, if awarded the contract, he will comply with Section 396-18, HRS, relating to safety and health programs for contractors bidding on City construction projects, where the bid is in excess of $100,000. The certificate of compliance included in the bid proposal shall be submitted with his bid. Failure to submit the required certification may be grounds for disqualifications of his bid.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-36 BID PROPOSAL

15. Enclosed herewith is:

Surety bond ) Legal tender ) Certificate of deposit, share certificate, ) (Circle one)

cashier's check, treasurer's check, ) teller's check, official check, ) certified check )

for the sum of DOLLARS

($ ), as required under Section 2.10, "Bid Security” of the GENERAL INSTRUCTIONS.

Respectfully submitted,

Name of Bidder By

Authorized signature

Print or Type Name & Title Above

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-37 BID PROPOSAL

JOINT CONTRACTORS OR SUBCONTRACTORS In accordance with Section 103D-302, HRS, all offers shall include the name of each person or firm to be engaged by the Offeror as a joint contractor or subcontractor in the performance of the contract for construction, and the nature and scope of work to be performed by each joint contractor or subcontractor. Offers that do not comply with this requirement may be evaluated in accordance with Section 103D-302(b) of the HRS. It is the sole responsibility of the Offeror to review the requirements of this project and determine the appropriate contractor's licenses that are required to complete the project. The Offeror acknowledges that as a general contractor ('A' or 'B' general contractor), the Offeror is prohibited from undertaking any work solely or as part of a larger project which would require the Offeror to act as a specialty ('C' license) contractor in any area in which the Offeror has no specialty contractor's license. The Offeror must have the appropriate specialty contractor's license eit her obtained on its own, or obt ained automatically under HAR §16-77-32. In determining work that is to be performed by joint contractors or subcontractors, Offerors shall be familiar with HRS 444, relating to licensing of contractors and the Hawaii Administrative Rules, Title 16, Department of Commerce and Consumer Affairs, Chapter 77, Contractors. General Engineering ' A' Contractors automatically have these 'C' specialty contractor's licenses: C-3, C-9, C-10, C-17, C-24, C-31a, C-32, C-35 C-37a, C-37b, C-38, C-43, C-49, C-56, C-57a, C- 57b, and C-61. General Building 'B' Contractors automatically have these 'C' specialty contractor's licenses: C-5, C-6, C-10, C-12, C-24, C- 25, C- 31a, C-32a, C-42a, and C-42b. Contractors that are suspended or debarred by the State of Hawaii, State Procurement Office (SPO) under HRS Chapter 103D, cannot be considered for award during the suspension or debarment. How ever, suspended or debarred subcontractors may be listed. It shall be the responsibility of the Offeror to check the SPO website for current suspensions and debarments: www.hawaii.gov/spo, or phone (808) 587-4700.

Contractors or subcontractors that are suspended or debarred by the State of Hawaii, Department of Labor and Industrial Relations (DUR) under HRS Chapter 104 are prohibited from performing any work on any State or county public works construction project. Therefore, i f an offer involves a contractor or listed subcontractor that is suspended by DUR, the offer may be rejected as being non-responsible. It shall be the responsibility of the Offeror to check the DUR website for current suspensions and debarments: www.hawaii.gov/labor, or phone: (808 ) 586- 8771. When more than one joint contractor or subcontractor is listed for a category or work, the Offeror shall identify the scope of work each will perform. Joint contractors or subcontractors shall also be listed for work to be completed under additives or alternates.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-38 BID PROPOSAL

All work not within the scope of work of the listed joint contractor(s) or subcontractor(s), shall be performed by Offeror. List the required joint contractors of subcontractors for this project in the following table. Write in the complete name of the Joint Contractor or Subcontractor, the Contractor License Number, and the Nature and Scope of work to be performed by the firm.

COMPLETE NAME OF JOINT CONTRACTOR OR SUBCONTRACTOR

Contractor License Number

SPECIFIC DESCRIPTION OF THE NATURE AND

SCOPE OF WORK

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-39 BID PROPOSAL

ACKNOWLEDGMENT OF LIQUIDATED DAMAGES PROVISION PROJECT NAME AND NUMBER: REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 JOB NO. W4-20

This is to certify that the undersigned understands and agrees to the provisions for Liquidated Damages, Section 3.16 of the GENERAL CONDITIONS, and that submittal of our bid constitutes acceptance of the provisions and amount of liquidated damages that may be assessed per calendar day as specified in the Special Provisions.

Name of Offeror

Signature and Title Date: Failure to submit this form with the bid may be cause for rejection.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 P-40 BID PROPOSAL

ACKNOWLEDGMENT OF EXAMINATION OF SITE PROVISIONS PROJECT NAME AND NUMBER: REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 JOB NO. W4-20 This is to certify that I, the undersigned, of , Name of Offeror understand the provisions of Sections 2.4, “Examination of Site” and 2.13, “Acknowledgment of Examination of Site” of the GENERAL INSTRUCTIONS (8/1/13) and we have thoroughly familiarized ourselves with the existing conditions of the site. The submission of our bid shall be considered as a warranty that we have made such examination and we are satisfied with the conditions to be encountered in performing the work.

Name of Offeror

Signature and Title Dated: (Failure to submit this form with the bid may be cause for rejection.)

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 BID PROPOSAL

P-41

CERTIFICATION OF COMPLIANCE WITH HRS 396-18, SAFETY AND HEALTH PROGRAMS FOR CONTRACTOR BIDDING ON CITY JOBS PROJECT NAME AND NUMBER: REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 JOB NO. W4-20

This is to certify that the undersigned will comply with the requirements of HRS 396-18, as follows:

(A) Pursuant to HRS 396-18, all bids and proposals in excess of $100,000 shall include a

signed certification from the bidder that a written safety and health plan for the job will be available and implemented by the notice to proceed dates of the project. The written safety and health plan shall include:

(1) A safety and health policy statement reflecting management commitment;

(2) A description of the safety and health responsibilities of all levels of management

and supervisors on the job and a statement of accountability appropriate to each;

(3) The details of:

(a) The mechanism for employee involvement in job hazard analysis;

(b) Hazard identification, including periodic inspections and hazard correction and control;

(c) Accident and "near-miss" investigations; and

(d) Evaluations of employee training programs;

(4) A plan to encourage employees to report hazards to management as soon as

possible and to require management to address these hazards promptly; and (5) A certification by a senior corporate or company manager that the plan is true

and correct. (B) Failure to submit the required certification may be grounds for disqualification of the bid. (C) Failure to have available on site or failure to implement the written safety and health

plan by the project's notice to proceed date shall be considered willful noncompliance and be sufficient grounds to disqualify the award and terminate the contract.

Name of Offeror Date:

Signature and Title

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 BID PROPOSAL

P-42

HAWAII PRODUCTS PREFERENCE

In accordance with Section 103D-1002 of the Hawaii Revised Statutes, and Section 3-124 of the Hawaii Administrative Rules, the Hawaii products preference is applicable to this solicitation. Hawaii products, identified in the schedule below, may be available to use in the work noted in this solicitation. Where a bid or proposal contains both Hawaii and non-Hawaii products, then for the purpose of selecting the lowest bid or purchase price only, the price or bid offered for a Hawaii product item shall be decreased by subtracting ten percent for the class I Hawaii product items bid or offered or fifteen percent for the class II Hawaii Product items bid or offered. The price or bid offered for the Hawaii product shall be f.o.b. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product cost shall not include installation costs. The lowest total bid or proposal, taking the preference into consideration, shall be awarded the contract unless the bid or offer provides for additional award criteria. The contract a mount of any contract awarded, however, shall be the amount of the bid price offered, exclusive of the preferences. All offerors desiring to claim a Hawaii product preference shall designate, on the list below, the Hawaii product being offered by completing the quantity, unit measure, unit price and total price for each individual product to be supplied as a Hawaii product. Products not pre-approved shall not be considered. Hawaii Products not meeting the requirements of the specifications shall not be considered. After the bid opening, offerors selecting the Hawaii Product Preference may be required to submit additional information on the cost basis of their selected Hawaii Product Preference items. The additional information will be used to verify the cost of the Hawaii product, including the computations for the estimated quantities, manufacturer's or suppliers quotations, and delivered material cost f.o.b. jobsite, unloaded. Refer to the Special Provisions for additional information regarding the Hawaii product preference.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 BID PROPOSAL

P-43

HAWAII PRODUCTS LIST

SCHEDULE OF ACCEPTABLE HAWAII PRODUCT AND DESIGNATION OF HAWAII PRODUCT TO BE USED

Pre-Approved Hawaii Product

Description

Class (I or II)

Manufacturer Vendor Qty Unit Measures

Unit Price Total Price Offered To

City*

% (b)

Credit (a) x (b)

Aggregates and Sand - Basal Rock, Cinder, Limestone and Coral

I Grace Pacific Corp., West Oahu Aggregate Co. Ltd, Tileco. Inc., Sphere LLC, Sanford's Service Center, Inc., Hawaiian Cement, Goodfellow Bros. Inc.

$ % $

Asphalt and Paving Materials

I Grace Pacific Corp., Ala Imua LLC, Walker Moody Pavement Products & Equip., Road and Highway Builders LLC, Black Plumeria LLC, Halawa Asphalt LLC, GP Roadway Solutions, Inc. Hawaii Emulsion Inc.

Cement and Concrete Products

I Walker Industries Ltd., Walker Hawaii Precast, Tileco Inc., Ramtek Fabrication Co. Inc, Island Ready Mix Concrete, Inc. Hawaii Concrete Products, Inc. Hawaii Precast, Inc., Hawaiian Cement BOMAT Ltd., Aloha Precast Inc., Jensen Enterprises, Road and Highway Builders LLC, Kiewit Infrastructure West Co., Goodfellow Bros, Inc.

Compost Filter I EnvironTech BioSolutions Hawaii, Inc., Certified Erosion Control Hawaii LLC

Total $

* F.O.B. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product price shall not include installation costs.

It is further understood by the offer or that in the event of any change that materially alters the offeror’s ability to supply Hawaii products, the offer or shall immediately notify the Contracting Officer in writing and the parties shall enter into discussions for the purpose of revising the contract or terminating the contract for convenience.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 BID PROPOSAL

P-44

(Bondbid.frm,7/99)

SURETY BID BOND

Bond No. ___________ KNOW TO ALL BY THESE PRESENTS: That we, __________________________________________________________________

(Full name or legal title of Bidder)

as Offeror, hereinafter called Principal, and _________________________________________

___________________________________________________________________________ , (Name of bonding company)

as Surety, hereinafter called Surety, a corporation authorized to transact business as a Surety in the State of Hawaii, are held and firmly bound unto the CITY AND COUNTY OF HONOLULU, as Owner, hereinafter called Owner, in the penal sum of ____________________________________________________________________________

________________________________ DOLLARS ($ ________________________________ ),

lawful money of the United States of America, for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS:

The Principal has submitted an offer for__________________________________________

____________________________________________________________________________

____________________________________________________________________________ (Project number, if available and description)

NOW, THEREFORE:

The condition of this obligation is such that if the Owner shall reject said offer, or in the alternate, accept the offer of the Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such offer, and give such bond or bonds as may be specified in the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof as specified in the solicitation then this obligation shall be null and void, otherwise to remain in full force and effect.

Signed this __________ day of _________________ , 20 .

___________________________________ (Principal)

By _________________________________ Its

________________________________ (Surety)

By _________________________________ Its Attorney–in-Fact

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 BID PROPOSAL

P-45

CERTIFICATE OF ACCEPTANCE OF SOLICITATION REQUIREMENTS It is understood and agreed that the undersigned acknowledges the following:

1. The Offeror has read this solicitation document including any addenda, in its entirety;

2. The Offeror understands and agrees to furnish, deliver, and perform the requirements of the solicitation in strict compliance with the solicitation document as amended, including any specifications, plans, and scope of work descriptions, without any exceptions, if awarded a contract;

3. The Offeror understands and agrees that no substitution or alternate

brands may be furnished without the written approval of the City;

4. The Offeror understands that the Contractor shall resolve any noncompliance with the requirements of the awarded contract at the Contractor's own expense;

5. The Offeror will make all modifications or customizations to the brand and

model being offered as necessary to meet all specifications, at no additional cost. Offeror guarantees that all modifications or customizations done to meet specifications shall not affect the quality or operation of the product; and

6. The Offeror understands that FAILURE TO MEET CONTRACT

REQUIREMENTS WILL CONSTITUTE A BREACH OF CONTRACT THAT MAY RESULT IN SUSPENSION OR DEBARMENT, AND THE EXERCISE OF RIGHTS AND REMEDIES AS PROVIDED BY LAW. Contract requirements include any specifications, plans, and scope of work descriptions;

7. The undersigned is an authorized representative of the Offeror and can

legally obligate the Offer or thereto, Offeror: ____________________________________________________________________

Signature: __________________________________________________________________

Print Name: ________________________________________________________________

Title: ______________________________________________________________________

Date: _____________________________________________________________________________

Phone: ___________________________________________________________________________

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 BID PROPOSAL

P-46

The undersigned represents: (Check √ one only)

[ ] A Hawaii business incorporated or organized under the laws of the State of Hawaii; OR [ ] A Compliant Non-Hawaii business not incorporated or organized under the laws of the State of

Hawaii, but registered at the State of Hawaii, Department of Commerce and Consumer Affairs, Business Registration Division, to do business in the State of Hawaii.

State of incorporation, if other than Hawaii: _________________________ Offeror is:

[ ] Sole Proprietor [ ] Partnership [ ] Corporation [ ] Joint Venture [ ] Other The undersigned also agrees as follows:

That the Offeror is aware of the applicability of Act 17, SLH 2009, relating to Public Works Construction, Apprenticeship Agreement, and, if applicable, that the Offeror has attached with their bid, written proof of being a party to a registered apprenticeship agreement for each apprenticeable trade the Bidder will employ to construct this project. Furthermore, the Offeror shall continue to certify monthly in writing that the Offeror is a party to all applicable registered apprenticeship agreements.

Respectfully submitted:

Authorized (Original) Signature Print or Type Name and Title of Above

* Exact Legal Name of Company (Offeror) *If Offeror is a “dba” or a “division” of a corporation,

furnish the exact legal name of the corporation under which the awarded contract will be executed.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 1 - CONTRACT

CONTRACT NO. MA-ENV-XXXX Solicitation No. RFB-ENV-1402506

THIS AGREEMENT, made and entered on__________________________, by and

between the CITY AND COUNTY OF HONOLULU, a municipal corporation existing under and by virtue of the laws of the of the State of Hawaii, which offices at Honolulu Hale, 530 South King Street, Honolulu, Hawaii 96813, hereinafter called the "CITY," and

__________________________________ (CONTRACTOR NAME), whose principal

place of business is ___________________________________________________

_____________________________________(CONTRACTOR ADDRESS), hereinafter called

the “CONTRACTOR”.

WITNESSETH THAT:

WHEREAS, the CITY desires to engage the CONTRACTOR to perform work

MULTIPLE AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT REHABILITATION OF SEWER LINES ON OAHU, CONTRACT NO. 007 ; and

WHEREAS, a solicitation for bids and the selection of the CONTRACTOR were made

in accordance with section 103D-302, Hawaii Revised Statutes (HRS) and the related Hawaii Administrative Rules (HAR). The CONTRACTOR has been identified as the lowest responsible and responsive Offeror, whose offer meets the requirements and criteria set forth in the invitation; and

WHEREAS, the CONTRACTOR is willing and able to provide the services set forth in

this AGREEMENT;

NOW, THEREFORE, the CITY and the CONTRACTOR, in consideration of the foregoing and of the mutual promises hereinafter set forth, the sufficiency and adequacy of which are acknowledged, and intending to be legally bound, hereby mutually agree as follows;

1. This Contract and the following documents, appendices and exhibits collectively from the "AGREEMENT" or "Contract Documents", all of which are attached hereto and incorporated herein:

This Contract

Solicitation No. RFB-ENV-1402506

CONTRACTOR'S Proposal

The Contract Documents as listed hereinabove are in the order of controlling preference should there be any conflict in terms; provided, however, that portions in the CONTRACTOR's Proposal that exceed specification requirements in the solicitation document will become the new minimum Contract requirements.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 2 - CONTRACT

2. The CONTRACTOR shall furnish all services, labor, goods, materials, supplies, equipment and other incidentals reasonably necessary for the successful completion of the work contemplated under this AGREEMENT (Work).

3. The CITY agrees to pay the CONTRACTOR for the satisfactory performance and completion of the Work in accordance with the payments schedule and provisions, as set forth in the AGREEMENT. The total amount of this AGREEMENT shall not exceed ________________________________________________________DOLLARS AND _________________________________CENTS ($_____________ ), which is the maximum payable under this AGREEMENT and inclusive of all taxes. CONTRACTOR shall not pass through any increases to the CITY.

4. The term of the Contract shall be the duration as pr ovided in Solicitation No. RFB-ENV-1402506.

5. The CONTRACTOR will prosecute said work in an efficient manner so as entirely to complete and perform said work within the time set forth in Solicitation No. RFB-ENV-1402506.

IN WITNESS WHEREOF, this AGREEMENT is executed herein by the duly authorized officers or agents of the CITY and the CONTRACTOR.

CITY AND COUNTY OF HONOLULU COMPANY NA ME:

BY: BY:

PRINTED NAME: PRINTED NAM E:

TITLE: DIRECTOR, Department of Budget and Fiscal Services

TITLE:

DATE: DATE:

APPROVED AS TO FORM AND LEGALITY

Deputy Corporation Counsel City and County of Honolulu

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 3 - CONTRACT

PERFORMANCE BOND (SURETY)

KNOW TO ALL BY THESE PRESENTS:

That (Full Legal Name and Street Address of Contractor)

as CONTRACTOR, hereinafter called Principal, and

(Name and Street Address of Bonding Company)

as Surety, hereinafter called Surety, a corporation(s) authorized to transact business as a surety in the State of Hawaii, are held and firmly bound unto the

(State/County Entity) Its successors and assigns, hereinafter called Obligee, in the amount of

($ ________), to which payment Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the above-bound Principal has signed a Contract with Obligee on

For the following project:

CONTRACT NO. MA-ENV-XXXX

RFB-ENV-1402506 ______

hereinafter called CONTRACT, which Contract is incorporated herein by reference and made a part hereof.

NOW, THEREFORE, the condition of this obligation is such that:

If the Principal shall promptly and faithfully perform, and fully complete the Contract

in strict accordance with the terms of the Contract as said Contract may be modified or amended from time to time; then this obligation shall be void; otherwise to remain in full force and effect.

Surety to this Bond hereby stipulates and agrees that no changes, extensions of

time, altercations, or additions to the terms of the Contract, including the work to be performed thereunder, and the specifications or drawings accompanying same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such changes, extensions of time, alterations, or additions, and agrees that they shall become part of the Contract.

In the event of Default by the Principal, of the obligations under the Contract, then

after written Notice of Default from the Obligee to the Surety and the Principal and subject to the limitation of the penal sum of this bond, Surety shall remedy the Default, or take over the work to be performed under the Contract and complete such work, or pay moneys to the Obligee in satisfaction of the surety's performance on this bond. Signed this day of

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 4 - CONTRACT

(Seal)_____________________________________

Name of Principal (Contractor)

* Signature

Title

(Seal)_____________________________________

Name of Principal (Contractor)

* Signature

Title

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 5 - CONTRACT

LABOR AND MATERIAL PAYMENT BOND (SURETY)

KNOW TO ALL BY THESE PRESENTS:

That

(Full Legal Name and Street Address of Contractor)

as CONTRACTOR, hereinafter called Principal, and

(Name and Street Address of Bonding Company)

as Surety, hereinafter called Surety, a corporation(s) authorized to transact business as a surety in the State of Hawaii, are held and firmly bound unto the _________________

(State/County Entity)

its successors and assigns, hereinafter called Obligee, in the amount of

($__________________________), to which payment Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the above-bound Principal has signed a Contract with Obligee on for the following project:

CONTRACT NO. MA-ENV-XXXX

RFB-ENV-1402506

Hereinafter called CONTRACT, which Contract is incorporated herein by reference and made a part hereof.

NOW, THEREFORE, the condition of this obligation is such that if the Principal

shall promptly make payment to any Claimant, as hereinafter defined, for all labor and materials supplied to the Principal for use in the performance of the Contract, then this obligation shall be void; otherwise to remain in full force and effectꞏ

1. Surety to this Bond hereby stipulates and agrees that no changes, extensions of time, altercations, or additions to the terms of the Contract, including the work to be performed thereunder, and the specifications or drawings accompanying same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such changes, extensions of time, alterations, or additions, and agrees that they shall become part of the Contract.

2. A "Claimant" shall be defined herein as any person who has furnished labor or materials to the Principal for the work provided in the Contract.

Every Claimant who has not been paid amounts due for labor and materials

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 6 - CONTRACT

furnished for work provided in the Contract may institute an action against the Principal and its Surety on this bond at the time and in the manner prescribed in Section 103D-324, Hawaii Revised Statutes, and have the rights and claims adjudicated in the action, and judgment rendered thereon; subject to the Obligee's priority on this bond. If the full amount of liability of the Surety on this bond is insufficient to pay the full amount of the claims, then after paying the full amount due the Obligee, the remainder shall be distributed pro rata amount the claimants.

Signed this day of

(Seal)___________________________________

Name of Principal (Contractor)

* Signature

Title

(Seal)___________________________________

Name of Principal (Contractor)

* Signature

Title

*ALL SIGNATURES MUST BE ACKNOWLEDGED BY A NOTARY PUBLIC

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 7 - CONTRACT

SURETY ACKNOWLEDGMENT (FOR USE BY SURETY)

STATE OF ________________________________________________________________ __________________________ COUNTY OF ____________________________________ On this ___________________ day of _________________________________20

before me personally came ______________________________ to me known, being by me

duly sworn, did depose and say that _____________________________________________

resides in _________________________________; that _____________________ is the

Attorney-in-Fact of ____________________________________________________, the

corporation described in and which executed the attached instrument; that is duly appointed

under power of attorney, dated _________________________, which said power of attorney

is attached hereto, is now in force and effect; that knows corporate seal of the said corporation;

that the seal affixed to the said instrument is such corporate seal; and that is was so affixed

by order of the Board of Directors of the said corporation; and that ___________________

signed _______________________________________________ name thereto by like order.

(Notary seal) Notary Public

State of

My commission expires:

NOTARY CERTIFICATE (Hawaii Administrative Rules §5-ll-8)

Document Identification or Description:

Doc. Date: No. ot Pages: Jurisdiction.:

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 - 8 - CONTRACT

STATE OF HAWAII

CONTRACTOR’S ACKNOWLEDGMENT

STATE OF ________________________________________________________________ __________________________ COUNTY OF ____________________________________ On this ___________________ day of ____________________ before me appeared _____________________________, and __________________________________, to me known, to be the person(s) described in and, who, being by me duly sworn, did say that he/she/they is/are _____________________and _____________________________of ______________________________________________________________________ the CONTRACTOR named in the foregoing instrument, and that he/she/they is/are authorized to sign said instrument on behalf of the CONTRACTOR, and acknowledge that he/she/they executed said instrument as the free act and deed of the CONTRACTOR. ____________________________________________________ (Notary Stamp or Seal) (Signature) ____________________________________________________

(Print Name)

Notary Public State of _____________________________

My Commission Expires: ___________________________

NOTARY CERTIFICATE (Hawaii Administrative Rules §5-11-8) Document Identification or Description (Notary Stamp or Seal)

Doc. Date:____________No. of Pages:._____________Jurisdiction:

Signature of Notary Date of Certificate

Printed Name of Nota

GENERAL INSTRUCTIONS TO OFFERORS 1 (Dated 02/09/17)

GENERAL INSTRUCTIONS TO OFFERORS

CITY AND COUNTY OF HONOLULU

TABLE OF CONTENTS CHAPTER 1.0: GENERAL ..................................................................................................... 3

1.1 Introduction.................................................................................................................... 31.2 Application. .................................................................................................................... 31.3 Definitions. ..................................................................................................................... 3

CHAPTER 2.0: SOLICITATION ............................................................................................ 32.1 Order of Precedence. .................................................................................................. 32.2 Attachments. ................................................................................................................. 42.3 stimates. ........................................................................................................... 42.4 Pre-bid or Pre-proposal Conference. ........................................................................ 42.5 Examination of Site. ..................................................................................................... 42.6 Price Items. ................................................................................................................... 52.7 Applicable Taxes. ......................................................................................................... 62.8 Wages, Hours and Working Conditions. .................................................................. 62.9 Insurance and Indemnification. .................................................................................. 72.10 Performance and Payment Bonds. ........................................................................... 72.11 Bid Security. .................................................................................................................. 72.12 Brand Names, Model, Make or Method. ................................................................... 82.13 Supplemental Requirements for Construction Projects. ........................................ 92.14 General Terms & Conditions. ................................................................................... 102.15 Source Selection for Federal Grants. ...................................................................... 102.16 Multi-Step Competitive Sealed Bidding. ................................................................. 112.17 Request for Clarification. ........................................................................................... 112.18 Request for Substitution. ........................................................................................... 122.19 Solicitation Addenda. ................................................................................................. 132.20 Cancellation of Solicitation. ...................................................................................... 14

CHAPTER 3.0: PREFERENCES......................................................................................... 143.1 Applicability of Preferences. ..................................................................................... 143.2 Evaluation of Preferences. ........................................................................................ 14

CHAPTER 4.0: OFFER ......................................................................................................... 154.1 Preparation of Offers. ................................................................................................ 154.2 Certificate of Acceptance of Solicitation Requirements. ...................................... 164.3 Certificate of Cost or Pricing Data. .......................................................................... 164.4 Proprietary or Confidential. ....................................................................................... 164.5 Offer Submission. ....................................................................................................... 164.6 Modification or Withdrawal of Offers. ...................................................................... 17

GENERAL INSTRUCTIONS TO OFFERORS 2 (Dated 02/09/17)

CHAPTER 5.0: OPENING OF BIDS AND REGISTRATION OF PROPOSALS......... 175.1 Public Bid Opening of RFB and RFQ Solicitations. .............................................. 175.2 Registration of RFP Solicitations. ............................................................................ 175.3 Late offers and Late Modifications. ......................................................................... 175.4 Time for acceptance of offer. .................................................................................... 18

CHAPTER 6.0: EVALUATION OF OFFERS..................................................................... 186.1 Waiver of Informalities. .............................................................................................. 186.2 Multiple or Alternate Offers. ...................................................................................... 186.3 Conditioned Offers. .................................................................................................... 186.4 Limiting Acceptance to Entire Offer. ........................................................................ 186.5 Anti-competitive Practices. ....................................................................................... 196.6 Suspended or Debarred List. ................................................................................... 196.7 Unauthorized Communications ................................................................................ 196.8 Rejection of Offers. .................................................................................................... 196.9 Cost Analysis Data ..................................................................................................... 20

CHAPTER 7.0: DISCUSSION & BEST AND FINAL OFFER......................................... 207.1 Priority Listed Offers. ................................................................................................. 207.2 Discussions. ................................................................................................................ 207.3 Best and Final Offer (BAFO). ................................................................................... 21

CHAPTER 8.0: AWARD ....................................................................................................... 218.1 RFB and RFQ solicitations. ...................................................................................... 218.2 Exceeding Available Funds. ..................................................................................... 218.3 Verification of Responsibility of Offeror. ................................................................. 228.4 Execution of Contract. ............................................................................................... 228.5 Awards of Less than $100,000 and $250,000. ...................................................... 238.6 Cancellation of award. ............................................................................................... 23

CHAPTER 9.0: DEBRIEFING, PROTEST, SUSPENSION AND DEBARMENT ........ 239.1 Debriefing. ................................................................................................................... 239.2 Authority to Resolve Protested Solicitations and Awards. ................................... 239.3 Authority to Debar or Suspend. ................................................................................ 239.4 Solicitation or Award in Violation of Law. ............................................................... 23

GENERAL INSTRUCTIONS TO OFFERORS 3 (Dated 02/09/17)

CHAPTER 1.0: GENERAL

1.1 Introduction.

relating to Request for Competitive Sealed Bids (RFB), Request for Competitive Sealed Proposals (RFP), and Request for Quotation (RFQ) solicitations.

Before submitting an offer, the Offeror shall be responsible for reading and examining the solicitation documents, these Instructions and all applicable requirements by law. Submission of an offer shall be deemed verification of such reading and examination. No Offeror shall in any way be relieved of any obligation with respect to its offer or the contract due to its failure or neglect to, familiarize itself with, and understand the work requirements, the Solicitation Documents, or existing conditions. No claim for additional compensation to the Offeror shall be allowed based on lack of knowledge or misunderstanding.

1.2 Application.

Any solicitation referencing these General instructions is subject to the Hawaii

Title 3. In the case of inconsistencies, the HRS or HAR shall govern over the

convenience

Unless otherwise specified, these instructions are not intended to be incorporated into awarded contracts.

1.3 Definitions.

The terms used in this General Instructions to Offerors shall have the same meanings as defined

CHAPTER 2.0: SOLICITATION 2.1 Order of Precedence.

Whenever separate Scope of Work, City-provided Offer pages, Special Provisions, Exhibits, requirements, specifications or plans are referred to or attached hereto, they shall be considered a part of this solicitation document as if contained herein. Should any of the scope of work, City-provided offer pages special provisions, requirements, specifications or plans conflict with these Instructions to Offerors, they shall govern. The most recent addenda shall govern over all other previously issued addenda and other solicitation documents.

GENERAL INSTRUCTIONS TO OFFERORS 4 (Dated 02/09/17)

2.2 Attachments.

In the Vendor Self Service (VSS) eProcurement system, all attachments are incorporated and by reference made a part of the solicitation.

2.3 stimates.

Any estimate provided by the City is for the convenience of the Offeror only and the City does not represent or warrant its accuracy. An Offeror should conduct its own review and analysis.

2.4 Pre-bid or Pre-proposal Conference.

Pre-bid or pre-proposal conference (pre-offer conference), if held, shall be announced in the solicitation document, or in an addendum. Unless specified otherwise in the solicitation, pre-offer conferences shall be non-mandatory. Nothing stated at the pre-offer conference shall change the solicitation unless a change is made by written addendum.

2.5 Examination of Site.

When applicable, the Offeror shall examine carefully the site of the proposed work before submitting an offer. The submission of an offer shall be considered as a warranty that the Offeror has made such examination and is satisfied with the conditions to be encountered in performing the work.

(a) Surface and subsurface conditions.

Where subsurface conditions are known to the City in respect to foundation or other design, the Offeror may inspect the records of the City and examine any sample that may be available. Where such information is shown in the plans, said information represents only the statement by the City as to the character of material which has been actually encountered by the City and is included only for the convenience of the Offeror. The City makes no representations as to the conditions which will actually be encountered by the Offeror.

Any subsurface information or hydrographic survey data furnished are for the Offerorthe product of the Officer-in-Charge's interpretation of the facts gathered in investigations made at the specific locations indicated to aid in the design of the project, and the City assumes no responsibility whatsoever in respect to the sufficiency or accuracy of borings or of the log of test borings or other preliminary investigations, or of the interpretation thereof, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work. In addition, no assurance is given that conditions found at the time of the

GENERAL INSTRUCTIONS TO OFFERORS 5 (Dated 02/09/17)

subsurface explorations, will be the conditions that prevail at the time of construction. The Offeror shall be solely responsible for all assumptions, deductions, or conclusions the Offeror may make or derive from the subsurface information or data furnished.

Making information concerning subsurface conditions available to Offerors is not to be construed in any way as a waiver of the Offerorto examine the solicitation document and site. The Offeror must satisfyitself through its own investigations as to conditions to be encountered.

(b) Utilities, underground.

All underground water, gas, oil, telephone, electric, storm drain, sewer, and other pipes or conduits, shown on the plans, are only approximate in their locations. The Offeror shall make a personal investigation and inspection of the records and drawings possessed by owners of the utilities. The Offeror shall make satisfactory arrangements with the owners of the utilities for the relocation, maintenance and protection of existing utilities.

(c) Materials and equipment.

The City does not assume any responsibility for the availability of any materials or equipment required under this contract. Unless otherwise specified in the solicitation, the Offeror shall be considered as having taken into account when submitting an offer, the availability of materials or equipment required under the contract, except as provided for in

onditions. 2.6 Price Items.

(a) Unless otherwise specified in the solicitation, prices offered shall be based

on f.o.b. place of destination and shall include all applicable taxes, freight, delivery, handling and related charges. In the Vendor Self Service (VSS) eProcurOfferor shall enter lump sum price for the specified goods, services, or construction.

(b) Unless otherwise specified in the solicitation document, Offerors must provide a price for all items listed in the solicitation.

(c) When additive/deductive alternates are provided for in the solicitation,

Offerors should enter a price for each and every item listed setting forth the amount to be added to or deducted from the Offeror's total basic price should such additive/deductive alternate be incorporated into the contract.

offer not being considered for award, provided that if award is based on

GENERAL INSTRUCTIONS TO OFFERORS 6 (Dated 02/09/17)

the item or items on which offers have been submitted, the Offeror's offer may be considered for award.

(d) In case of discrepancy between prices written in words and those written

in figures, the price written in words shall govern. Regarding pricing submitted in the Vendor Self Service (VSS) eProcurement system, the price submitted in the system shall govern. Notwithstanding the above, a unit price shall govern over an extended price.

(e) Offers in which prices are unbalanced, which contain omissions, erasures,

alterations, or additions not called for, or irregularities of any kind shall be cause for rejection of an offer.

(f) Any illegible or otherwise unrecognizable price shall be cause for rejection

of an offer. 2.7 Applicable Taxes.

Unless otherwise specified in the solicitation, the Offeror shall include in its unit price and be responsible for paying all taxes, which shall be applicable to the goods, services, or construction or the furnishing and sale thereof. Offerors are directed to contact the Department of Taxation of the State of Hawaii for assistance regarding the applicability of taxes.

2.8 Wages, Hours and Working Conditions.

(a) Services projects

When the offer is in excess of $25,000 for Services projects and a certification form is made a part of the solicitation, the form shall be

Failure to submit the required certification may be grounds for

The certification form shall be used to certify that, if awarded the contract, the Offeror will comply with HRS §103-55, relating to Wages, hours and working conditions of employees of Contractor supplying services.

The certification form further certifies that the services to be performed will be performed under the following conditions:

(1) Wages. The services to be rendered shall be performed by

employees paid at wages or salaries not less than the wages paid to public officers and employees for similar work.

(2) Compliance with Labor Laws. Contractor shall be responsible for and comply with all applicable labor laws of the Federal and State

compensation, payment of wages and safety standards.

GENERAL INSTRUCTIONS TO OFFERORS 7 (Dated 02/09/17)

(b) Construction projects

Offerors are advised of the applicability of HRS §104

Terms & Conditions, unless otherwise stated in the solicitation. Offerors shall incorporate compliance with all the provisions of HRS §104 and the

e General Terms and Conditions into their offer.

(c) Vendor Self Service (VSS) eProcurement System By submitting a bid in VSS, you are hereby accepting and acknowledging your compliance with the requirements of Section 2.8 and are not required to submit the certification form.

2.9 Insurance and Indemnification.

Offeror shall include in its price all costs to provide insurance and comply with the indemnification provisions as specified in the solicitation. Insurance and indemnification shall be required for all construction projects.

2.10 Performance and Payment Bonds.

Offeror shall include in its price, all costs to meet the bond requirements of a project.

(a) Goods or Services projects

Contract performance and payment bonds shall only be required for Goods or Services projects when specified in the solicitation.

(b) Construction projects

Contract performance and payment bonds shall be required for all Construction projects greater than $50,000.00 and shall be one hundred percent of the contract amount.

2.11 Bid Security.

When required, Offerors shall provide, at no cost to the City, an offer security. If an offer security is required and an Offeror fails to accompany its offer with anoffer security, the offer shall be deemed non-responsive, except as provided in HAR §3-122-223 (d). For solicitations posted on the Vendor Self Services (VSS) eProcurement system, bid security, when required, shall be attached to the offerors electronic bid. The original bid bond shall be provided to the project buyer within five working days from the notification of intent to award. If the offeror fails to comply with this requirement, the offer may be rejected as non-responsive.

GENERAL INSTRUCTIONS TO OFFERORS 8 (Dated 02/09/17)

(a) Goods or Services. A bid security shall only be required when specified in the solicitation.

(b) Construction. A bid security shall NOT be required for Construction

projects procured under HRS 103D-305 (RFQ solicitations). Bid security shall be required for all Construction projects procured under HRS 103D-302 and HRS 103D-303

(c) Bid Security Amount. Bid security amount shall be equal to at least five

(d) An acceptable bid security shall be limited to: (1) Surety bond in the form attached to the solicitation and underwritten

by a company licensed to issue bonds in this State. Failure to eve the Offeror from

liability or responsibility if it is discovered that the form utilized is not compliant with the HAR.

(2) Legal tender; or (3) A certificate of deposit; credit union share certificate; or cashier's,

treasurer's, teller's, or official check drawn by, or a certified check accepted by a bank, a savings institution, or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, and payable at sight or unconditionally assigned to the Director of The Department of Budget and Fiscal Services, City and County of Honolulu. i) These instruments may be utilized only to a maximum of

$250,000.00. ii) If the required security amount totals over $250,000.00,

more than one instrument not exceeding $250,000.00 each and issued by different financial institutions shall be accepted.

2.12 Brand Names, Model, Make or Method.

Where the solicitation document specifies one or more manufacturer's brand names or makes of materials, devices, equipment or system; it is indicating a quality, style, appearance, or performance, or method of construction. The Offeror shall base its offer on one of the specified brands, makes, or method, or on an alternate brand, make, or method which has expressly been found to be equal or better by the City in the solicitation or by written addendum to the solicitation. If any item, make and model or part number listed in the solicitation is discontinued or made obsolete by the manufacturer, it is the offerors responsibility to provide the specified make and model number or offer an equal substitution for the item. Offeror shall follow the procedures set forth in 2.18

GENERAL INSTRUCTIONS TO OFFERORS 9 (Dated 02/09/17)

2.13 Supplemental Requirements for Construction Projects.

(a) Estimated Quantities

Unless otherwise specified, all quantities appearing in solicitation document for construction projects are approximate and are prepared for the comparison of offers only. The City does not, expressly or by implication, warrant that the actual quantities will correspond therewith. Offeror shall include in its prices offered, the entire cost of the performance of the contract, and it is understood and agreed that there isincluded in each lump sum or unit priced item, the entire cost of any and all items incidental to the performance of the work covered by such lump sum or unit priced item. When an Offeror is in doubt as to the proper item to which the anticipated cost of any item is to be allocated, the Offeror shall request clarification from the City, or shall include such cost in the lump sum or unit price offer for the item deemed most appropriate. Failure of the Offeror to request clarification shall bind the Offeror to complete such work at the prices submitted. (1) Unit priced items: For unit priced items, payment to the Contractor

will be made only for the actual quantities of work performed and accepted or of materials furnished and accepted in accordance with the solicitation document and subject to applicable sections of the

Terms and Conditions. (2) Lump sum items: The quantities in any item for a lump sum offer

item are approximate only and payment will be made only for the item in place complete, regardless of the amount of material, equipment, and labor necessary to complete the same in a proper and professional manner and in accordance with the contract documents. The Offeror shall verify these quantities in any manner deemed necessary or expedient.

(b) Joint Contractor; Subcontractor Listing

For RFB solicitations, offeror shall comply with HRS §103D-302, relating to the listing of joint contractors or subcontractors.

Specialty work. Joint contractors and subcontractors may perform only the specialty work for which they are listed. When additive/deductive alternates are made a part of the offer, Offeror shall indicate, if applicable, the additive/deductive alternate and the basic work to be performed by each joint contractor or subcontractor. A listing that is incomplete, ambiguous, or erroneous may be cause for rejection of an offer. Offers which are not in compliance may be accepted if the City concludes that acceptance is in the best interest of the public and the value of the work to be performed by the joint contractor or subcontractor is equal to or less than one percent of the total sum offer amount.

GENERAL INSTRUCTIONS TO OFFERORS 10 (Dated 02/09/17)

A subcontractor listing is not required for procurements made in accordance with HRS 103D-305 (RFQ solicitations).

(c) Allowances

Any allowance amount specified in the solicitation shall be considered an

sum offer. General Terms and Conditions regarding Allowances for more information.

(d) Mobilization

and Conditions regarding mobilization for more information.

(e) Employment of State Residents on Construction Projects.

Unless otherwise stated in the solicitation, offerors are advised of the applicability of HRS §103B, Employment of State Residents on Construction Procurement Contracts. HRS §103B requires the awarded Contractor to ensure that Hawaii Residents compose not less that eighty percent (80%) of the workforce employed to perform the contract. This requirement shall apply to subcontracts of $50,000.00 or more in connection with any construction contract procured under HRS §103D.

(f) Safety and Health Certification

Pursuant to HRS 396-18, all bids and proposals in excess of $100,000 for state construction jobs as defined in section 103D-104 shall include a signed certification from the offeror that a written safety and health plan for the job will be available and implemented by the notice to proceed date of the project. Pursuant to HRS 489E, Uniform Electronic Transactions Act, submittal of an electronic bid in excess of $100,000 shall be deemed to be this signed certification.

2.14 General Terms & Conditions.

General Terms and Conditions shall be either incorporated by reference or by attachment to the solicitation. Offers submitted with any

General Terms and Conditions so made by the Offeror without approval by the City may be sufficient cause for rejection of the offer.

2.15 Source Selection for Federal Grants.

The City may solicit a Request for interest for the sourcing of federal grants pursuant to the requirements of HAR §3-122-16.31.

GENERAL INSTRUCTIONS TO OFFERORS 11 (Dated 02/09/17)

2.16 Multi-Step Competitive Sealed Bidding.

The City may solicit offers using the multi-step competitive sealed bidding method of source selection pursuant to HAR §3-122, Subchapter 6.5.

Solicitations using this method use two phases: (a) Phase One

Phase One is conducted in accordance with HAR §3-122, Subchapter 6, with the exception of rules relating to the priced offer. Offerors submit unpriced technical proposals to be evaluated on criteria specified in the solicitation. The City may conduct discussions to clarify the unpriced technical proposals. If the priced offer is specified to be submitted in Phase One, they shall be submitted in a separately sealed envelope and will only be considered in Phase Two from offerors whose unpriced technical proposals are determined to be acceptable in Phase One.

(b) Phase Two Phase Two is conducted in accordance with HAR §3-122, Subchapter 5, except as set forth in HAR §3-122, Subchapter 6.5. Offerors whose unpriced technical proposals are determined to be acceptable will have their sealed price offers opened (if required to be submitted in Phase One) or be requested to submit a sealed priced offer.

2.17 Request for Clarification. If a prospective Offeror believes that any of the matters in, or related to, the solicitation are not sufficiently described or explained in the solicitation, or that any discrepancy exists between different parts of the solicitation, or that the full intent of the solicitation is not clear, then the Offeror shall submit a written request for clarification no later than the deadline stated in the solicitation document. The City is not obligated to respond to any request received after the deadline. In the Vendor Self Service (VSS) eProcurement system, the City will not respond to inquiries posted on the VSS Bulletin Board or Q&A list page of the solicitation.

Written request for clarifications shall be e-mailed to [email protected] or mailed hardcopy to:

City and County of Honolulu Budget and Fiscal Services Purchasing Administrator

530 South King Street, Room 115 Honolulu, Hawaii 96813

GENERAL INSTRUCTIONS TO OFFERORS 12 (Dated 02/09/17)

2.18 Request for Substitution.

Alternate brands, makes, methods and/or packaging may be qualified through the submittal of a written request for substitution for review and approval. An alternate brand, make, or method approved for one procurement or project is not to be considered as approved for any other procurement or project. Offeror shall submit a written request for substitution no later than the deadline stated in the solicitation document. Requests received after the deadline will be denied.

(a) Goods or Services projects.

The written request for substitution must state all features of the proposed substitution that differ from the brand, model, make, method, and/or packaging specified in the solicitation. The written request shall also include sufficient evidence to enable the City to evaluate each feature.

Written request for substitution shall be e-mailed to [email protected], or mailed hardcopy to:

City and County of Honolulu Budget and Fiscal Services Purchasing Administrator 530 South King Street, Room 115 Honolulu, Hawaii 96813

(b) Construction Projects

The written request must be clearly marked SUBSTITUTION REQUEST on the envelope. Unless otherwise stated in the solicitation, six copies of the request must be submitted together with three sets of technical brochures which shall either be marked or be accompanied by three copies of a statement of variances. The statement of variances must list all features of the proposed substitution which differ from the solicitation, and must further certify that the substitute has no other variant features. The brochures must include sufficient evidence to enable the City to evaluate each feature listed as a variance. Should an unlisted variance be discovered after installation or delivery of the item, the Contractor shall immediately replace the item with the specified item at no cost to the City and without any extension to the contract completion time.

The written substitution request shall be submitted in the following format:

SECTION ITEM SPECIFIED SUBSTITUTE VARIANCE

(For a sample request form refer to General Terms and Conditions Exhibit P.)

GENERAL INSTRUCTIONS TO OFFERORS 13 (Dated 02/09/17)

If sufficient evidence to make a determination of acceptability of the proposed substitute does not accompany a request for substitution, the request shall be rejected unless the City allows further evidence to be submitted to qualify the same model and provided that such evidence is submitted prior to the specified deadline.

Substitution requests not complying with the above requirements may be rejected.

Any Offeror whose offer is based on a substitute item which has been approved by the City shall include in its price offer the additional cost required for all modifications in the contract and the cost of all additional diagrams and drawings required to accommodate the substitute item. The modifications referred to include the changes in design that may be required. Written request for substitution shall be submitted by person, or mailed hardcopy to:

City and County of Honolulu Budget and Fiscal Services Purchasing Administrator 530 South King Street, Room 115 Honolulu, Hawaii 96813

(c) Approval and Rejection of Request for Substitution All requests for substitution submitted prior to the deadline will be responded to. (1) Approval of Request for substitution.

The City will publish all products approved for substitution via addendum.

(2) Rejection of a Request for substitution. The City will provide offerors who submit a request for substitution that is rejected a letter detailing the rejection and/or post the rejection in an addendum.

2.19 Solicitation Addenda.

(a) Written Addendum Oral interpretations or clarifications or changes or approved substitutions will be without legal effect. Only interpretations or clarifications or changesor approved substitutions provided by formal written addendum to the solicitation shall be binding.

GENERAL INSTRUCTIONS TO OFFERORS 14 (Dated 02/09/17)

(b) Notification of Addenda

(1) In the Vendor Self Service (VSS) eProcurement system, when an addendum is issued, email notifications will be sent to all offerors

(2) For all other RFB solicitations, notifications of addenda will be issued to all prospective Offerors that downloaded the solicitation document from the City.

(3) For RFPs, if the addendum is issued after the receipt of proposals, notifications will be sent to those Offerors who submitted proposals

(c) Modification to Price Items

It shall be the responsibility of the Offeror to modify or withdraw its offer based on compliance with addenda.

2.20 Cancellation of Solicitation.

A solicitation may be canceled in whole or in part and at any time per HAR §3-122-96.

CHAPTER 3.0: PREFERENCES This chapter may not apply to Federally funded procurements. 3.1 Applicability of Preferences.

The Apprenticeship preference may apply to solicitations in accordance with HRS §103-55.6.

All other preferences shall only apply to a solicitation when: (a) An offer form or certificate for the preference is included in the solicitation

document; and (b) The solicitation indicates the applicability of the preference in the

3.2 Evaluation of Preferences.

(a) The evaluation of preferences shall be in accordance with HRS §103D Part X and HAR §3-124.

(b) Evaluation procedure and contract award. Solicitations allowing more

than one preference shall be evaluated and awarded in accordance with HAR §3-124-25.

GENERAL INSTRUCTIONS TO OFFERORS 15 (Dated 02/09/17)

(c) Preferences shall be for evaluation purposes only. The award contract amount shall be the amount of the offer, exclusive of any preference.

CHAPTER 4.0: OFFER 4.1 Preparation of Offers.

(a) All offers shall comply with the following:

(1) Shall not include samples or descriptive literature unless expressly

requested. Any unsolicited samples, descriptive literature, or attachments will not be examined or tested, and will not be deemed to vary any of the provisions of the solicitation.

(2) All costs to prepare and submit an oexpense. The City will not reimburse any offer costs or any best and final offer costs incurred by any Offeror, any prospective Offeror, or any other person.

(3) An offer shall be submitted by an individual, member, officer, or agent of the Offeror legally qualified and authorized to do so.

(4) Time is of the essence and the time for delivery is a part of the response and must be adhered to. Time, stated in the number of

nd holidays.

(b) Offers for solicitations that were posted in the Vendor Self Service (VSS)

eProcurement system shall comply with HRS §489E. Tsubmission of an electronic offer confirms that the Offeror:

(1) Intends to be bound by the offer. (2) Agrees to all terms, conditions, and provisions of the solicitation. (3) In accepting the electronic terms, the offer is deemed equal to a

signed certification.

(c) Offers for all other solicitations shall comply with the following: (1) Shall be prepared using the solicitation documents provided by the

City. (2) Shall be prepared in ink or typewritten. Errors may be erased or

crossed out, and corrections typewritten or printed in ink but must be initialed in ink by the person or persons signing the offer.

(3) Shall be signed in ink by the individual if offering as a sole proprietor, by one or more members of a partnership, by one or more members or officers of each entity in a joint venture, by one or more officers of a corporation, or by an agent of the Offeror legally qualified and acceptable to the City.

GENERAL INSTRUCTIONS TO OFFERORS 16 (Dated 02/09/17)

(d) Pursuant to HAR §3-122-21(4)(B), space is provided in solicitations for: brand name, model number and/or packaging. Offerors who leave thesefields blank (physically and electronically) certify, by submitting their offer,that they are providing as specified. An offeror who inputs a brand name, model number, and/or packaging that is not pre-approved or approved during the solicitation may have their bid rejected as non-responsive. This paragraph shall not apply to service solicitations.

4.2 Certificate of Acceptance of Solicitation Requirements.

The Certificate of Acceptance of Solicitation Requirements when made a part of the solicitation shall be completed, signed by the Offeror, and submitted with the

to submit the required certification may be grounds for

The Offeror shall sign the Certificate of Acceptance of Solicitation Requirements to acknowledge that the Goods, Services, or Construction provided by the Offeror are in compliance with the Scope of Work specified in the solicitation. Deviations from the specified Scope of Work shall only be allowed by the approval of the City unless otherwise specified in the solicitation. By submitting a bid in Vendor Self Service (VSS) eProcurement system, you are hereby accepting and acknowledging your acceptance of solicitation requirements and are not required to submit the certification form.

4.3 Certificate of Cost or Pricing Data.

When an offer in response to a Request for Competitive Sealed Proposal (RFP)solicitation is in excess of $100,000.00, cost or pricing data is accurate, complete, and current. Failure to submit the required certification may be grounds for rejection of the offer.

4.4 Proprietary or Confidential.

Offeror shall clearly label any proprietary information as confidential. Any information labeled as confidential will remain confidential to the extent provided by law. Offers submitted to the City shall become the property of the City.

4.5 Offer Submission.

(a) Offers for solicitations that were posted in the Vendor Self Service (VSS) eProcurement system: The offeror shall submit its offer electronically within the VSS system. Unless otherwise specified, the City shall only consider offers submitted in the VSS system for award. Offerors shall be responsible for registration and successful response submittal in VSS.

(b) Offers for all other solicitations: If the solicitation specifically requires hard

copy offers, the offer should be sealed in an envelope. The solicitation

GENERAL INSTRUCTIONS TO OFFERORS 17 (Dated 02/09/17)

should be printed on the outside of the envelope. The offer envelope must be time stamped and deposited at the Division of Purchasing.

4.6 Modification or Withdrawal of Offers.

time. CHAPTER 5.0: OPENING OF BIDS AND REGISTRATION OF PROPOSALS

5.1 Public bid opening of RFB and RFQ solicitations.

(a) Opening for RFB and RFQ solicitations that were posted in the Vendor Self Service (VSS) eProcurement system: date and time has passed, a bid tabulation will be available on the

(b) Opening for all other RFB solicitations: The opening of offers shall be by a

representative of the City, at the date and time stated in the solicitation, in the presence of all Offerors who attend. The opened offers shall be available for public inspection at the time of offer opening except to the extent that the Offeror designates trade secrets or other proprietary data to be confidential. Offerors shall ensure that material so designated as confidential shall be readily separable from the offer in order to facilitate public inspection of the non-confidential portion of the offer. Prices and makes and model or catalogue numbers of items offered, deliveries, and terms of payment shall be publicly available at the time of offer opening regardless of any designation to the contrary.

5.2 Opening of RFP Solicitations.

After the RFP submittal due date, proposals shall not be publicly opened. Proposals shall be open to public inspection after the notice of award has been posted. If the RFP required submitting physical proposals they shall be opened in the presence of two or more procurement officials.

5.3 Late Offers and Late Modifications.

The City shall not accept offers and modifications after the solicitation close time and date.

GENERAL INSTRUCTIONS TO OFFERORS 18 (Dated 02/09/17)

5.4 Time for Acceptance of Offer.

Unless otherwise stated in the solicitation, an offer may be withdrawn only if theCity fails to award the contract within: (a) For City-funded projects or projects funded in whole or in part by the

federal government; within sixty (60) days of the deadline for offers;

(b) For projects funded in whole or in part by the State, within one hundred fifty (150) days of the deadline for offers; and

(c) For improvement district projects, within three hundred (300) days of the

deadline for offers. CHAPTER 6.0: EVALUATION OF OFFERS 6.1 Waiver of Informalities.

The City may waive or accept minor informalities, mistakes or other defects in accordance with HAR §3-122-31.

6.2 Multiple or Alternate Offers.

Unless specifically provided for in the solicitation, multiple or alternate offers by the same offeror shall not be accepted and all such offers shall be rejected. An offeror shall be considered to have submitted more than one offer if such offeror submits more than one offer under the same Taxpayer Identification Number (FEIN or SSN), same name, or through agents, or through joint ventures, partnerships or corporations in which such person has more than a twenty five percent interest in each of them, or through any combination thereof.

6.3 Conditioned Offers.

Offers that are conditioned may be deemed nonresponsive and rejected. 6.4 Limiting Acceptance to Entire Offer.

An Offeror may not limit acceptance to the entire offer, unless allowed by the solicitation: (a) If the acceptance of an offer is so limited by the Offeror but not

allowed, the offer will be determined to be not acceptable and rejected.

(b) If the acceptance of an offer is so limited by the Offeror and allowed,

the purchasing agency shall not reject part of the offer and award on the remainder.

GENERAL INSTRUCTIONS TO OFFERORS 19 (Dated 02/09/17)

6.5 Anti-competitive Practices.

If there is any evidence indicating that two or more Offerors are in collusion to restrict competition or have otherwise engaged in anti-competitive practices relating to the procurement, the offers of all such Offerors shall be rejected and such evidence may be a cause for their suspension or debarment.

6.6 Suspended or Debarred List.

No contract will be awarded to any Offeror suspended or debarred by the Federal, State or City.

6.7 Unauthorized Communications

Except as otherwise authorized in the solicitation, offerors shall not communicatewith the Contracting Officer, any member of an Evaluation Team or Selection Committee appointed by the Contracting Officer, or any other City officer, employee or agent directly serving the procurement activity.

6.8 Rejection of Offers.

The City reserves thsuch rejection will be in the best interest of the City. Offers may be rejected for the following reasons: (a) Offeror lacks sufficient experience to perform the work contemplated;

(b) Offeror does not possess proper license, if required to cover the type of

work contemplated, at the time of the offer submittal due date, unless otherwise specified in this solicitation;

(c) Offeror who has uncompleted work on contracts in force, or a record of

unsatisfactory work performance or delays on completed contracts or on contracts in force which, in the judgment of the City, might hinder or prevent the prompt completion of additional work if awarded;

(d) Offeror who has complaints filed for abusive or threatening language or

behavior during previous contracts toward any City Officer-in-Charge or his/her representative;

(e) Offeror who has had a previous contract terminated for default by the City;

(f) Offeror who has failed to comply or is delaying compliance with the

reqTerms and Conditions for any contract in force;

(g) Offeror is determined to be non-responsible;

GENERAL INSTRUCTIONS TO OFFERORS 20 (Dated 02/09/17)

(h) Offeror fails to pay, or satisfactorily settle, all bills overdue for labor and material on former City contracts prior to the offer submittal due date;

(i) The Offeror assisted in developing or preparing the specifications or work

statements. (j) The offer does not conform in all material respects to the requirements of

the solicitation. (k) The proposed price is clearly unreasonable.

6.9 Cost Analysis Data

The City reserves the right to request cost data. Pursuant to HAR §3-122-35, this cost data will be used to determine if an offer is fair and reasonable. Information provided by the Offeror shall remain confidential and proprietary inaccordance with HRS §92F-13(3).

CHAPTER 7.0: DISCUSSION & BEST AND FINAL OFFER This chapter shall apply only to Request for Competitive Sealed Proposals (RFP) solicitations. 7.1 Priority Listed Offers.

The City may establish a Priority List consisting of at least three (3) Offerors. Those Offerors who are selected for the priority list are referred to as the

- identify the PLO firms prior to the public posting of the notice of award. When soliciting using a Design Build RFP, the three responsible, most qualified offerors shall be short-listed as PLO and notice will be given to all offerors as to which offerors are short-listed.

If the City issues addenda after the PLO firms are determined, the City will issue the addenda only to the PLO firms.

7.2 Discussions.

Discussions will be limited to only Priority-Listed Offerors (PLO). PLOs shall be accorded fair and equal treatment with respect to any opportunity for discussions and revisions of offers; however, offers may be selected without such discussion.

New proposals or amendments to the existing solicitation judgment, significantly change the nature of the procurement will not be permitted. Should the City believe it is in its best interest to go forward with a

GENERAL INSTRUCTIONS TO OFFERORS 21 (Dated 02/09/17)

significant change, then the solicitation may be cancelled and a new solicitation may be issued.

Non-Disclosure of offer contents. The contents of any offer shall not be disclosed so as to be available to competing Offerors during the discussionprocess.

7.3 Best and Final Offer (BAFO).

The City reserves the right to issue a request for Best and Final Offers (BAFOs). However the City is under no obligation to do so. The City may make its selection and Award based on the initial offers submitted. If BAFOs are requested, the City shall inform the PLO firms and allow/request revised offers, including correction of any weaknesses, minor irregularities, errors, and/or deficiencies identified by the City. Adequate time shall be provided to PLO firms to revise their offers. Upon receipt of the BAFOs, the City will repeat the evaluation process. The evaluation process will consider the revised information, re-evaluate, and revise scores as appropriate.

CHAPTER 8.0: AWARD 8.1 RFB and RFQ Solicitations.

(a) Additive or Deductive Alternates

In the event additive or deductive alternates are included in the solicitation, the lowest offer will be determined after adding to or deducting from the total basic price, the alternate or alternates considered for award. Alternates, if any are awarded, shall be awarded in the order listed in the offer. Award of alternates shall be dependent upon the availability of funds.

(b) Low Tie Bids

In the case low tie bids from responsible and responsive Offerors are received, award may be made by the drawing of lots.

8.2 Exceeding Available Funds.

In the event all offers exceed available funds and where time or economic considerations preclude re-solicitation of a reduced scope of work, the City may negotiate an adjustment of the offer price, including changes in the solicitation requirements, with the lowest priced responsive and responsible Offeror, to bring the offer within the amount of available funds.

GENERAL INSTRUCTIONS TO OFFERORS 22 (Dated 02/09/17)

8.3 Verification of Responsibility of Offeror.

Prior to the award of the contract, the successful Offeror shall be registered as

(http://vendors.ehawaii.gov) or submit the required tax clearances from the State Department of Taxation and Internal Revenue Service, the Certificate of Compliance with the State Department of Labor and Industrial Relations, and the Certificate of Good Standing with the Department of Commerce and Consumer Affairs Business Registration Division. The City may reject the offer if the Offeror fails to provide proof of compliance within the time permitted by the City. Offeror shall meet all licensing requirements of the solicitation.

8.4 Execution of Contract.

Upon notification of award, the successful Offeror shall obtain the contract from the Division of Purchasing, Department of Budget and Fiscal Services, for execution. The contract document shall be returned within ten days from the date of notification of the award, or within such time as the City may allow. Failure to enter into the contract and to furnish satisfactory security, when required, may be cause for cancellation of the Offeror's award and forfeiture of the Offeror's offer security, if any, as liquidated damages and not as a penalty. The contract documents are to be completed and executed by the Offeror in the following manner: (a) Notarization

Signatures appearing on the contract forms and bond forms (if applicable) must be notarized by a notary public.

(b) Authorization The City may require, in the case of a corporation, a corporate resolution authorizing the person(s) signing to execute the contract and bond. The City may require, in the case of a joint venture or partnership, a power of attorney authorizing the person(s) signing to execute the contract and bond. The surety, if applicable, may also be required to attach its corporate resolution or power of attorney authorizing the person(s) signing to execute the bond.

(c) Performance and Payment Bonds

Performance and payment bonds, if required, shall be delivered at the same time the contract is executed. Performance and payment bonds shall be in conformance with HAR §3-122-221, §3-122-222 and §3-122-227.

GENERAL INSTRUCTIONS TO OFFERORS 23 (Dated 02/09/17)

(d) Evidence of Insurance Coverages

If insurance coverages are required by the solicitation, evidence of insurance coverages shall be delivered at the same time the contract is executed.

8.5 Awards of Less than $100,000 and $250,000.

On any individual award totaling less than $100,000 for Goods or Services and less than $250,000 for construction, the City reserves the right to award the contract by Purchase Order. The purchase order shall be performed in accordance with the terms set forth in the solicitation.

8.6 Cancellation of Award.

The City reserves the right to cancel the award of any contract any time before the City signs the contract.

CHAPTER 9.0: DEBRIEFING, PROTEST, SUSPENSION AND DEBARMENT 9.1 Debriefing.

Debriefing shall apply only to Request for Competitive Sealed Proposal (RFP) solicitations. A written request for a debriefing shall be made within three (3) working days after the posting of the award.

9.2 Authority to Resolve Protested Solicitations and Awards. The City shall resolve complaints and protest of awards in accordance with HAR §3-126-1 and HRS §103D-701.

9.3 Authority to Debar or Suspend. The City may debar or suspend an Offeror for cause from consideration for award of contracts in accordance with the provisions of HRS §103D-702, and HAR §3-126-2.

9.4 Solicitation or Award in Violation of Law.

If a solicitation or award is found to be in violation of law, it shall be resolved in accordance with HAR §3-126-4.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 -1- SPECIAL PROVISIONS

SPECIAL PROVISIONS SECTION GENERAL REQUIREMENTS

101 STANDARD DOCUMENTS 102 RESPONSIBILITY OF OFFERORS AND METHOD OF AWARD 103 EXAMINATION OF SITE 104 SPECIFICATIONS TO BE PROVIDED BY THE CITY 105 REQUEST FOR SUBSTITUTIONS 106 HAWAII PRODUCTS PREFERENCES 107 SAFETY AND HEALTH 108 CONTRACTOR / SUBCONTRACTOR LICENSE REQUIREMENTS 109 PERMITS AND LICENSES 110 ACT 68, EMPLOYMENT OF STATE RESIDENTS ON CONSTRUCTION

PROCUREMENT CONTRACTS. 111 PUBLIC WORKS CONSTRUCTION; APPRENTICESHIP AGREEMENT

112 PAYMENT AND PERFORMANCE SCHEDULES 113 PAYMENT FOR DELIVERED MATERIALS AND EQUIPMENT 114 ACKNOWLEDGMENT OF THIRD PARTY LIABILITY 116 ACKNOWLEDGMENT OF LIQUIDATED DAMAGES PROVISION 117 GUARANTEE 118 FORCE ACCOUNT 122 FILING OF A WRITTEN NOTICE OF INTENTION TO BID NOT REQUIRED 125 ASSIGNMENT OF CONTRACT 127 CAMPAIGN CONTRIBUTIONS BY STATE AND COUNTY CONTRACTORS 128 ACT 291, SLH 2006, PROMPT PAYMENT ACT 130 COMMENCEMENT OF WORK 132 OVERTIME INSPECTION 133 CERTIFIED PAYROLLS 134 CONTRACTUAL RELATIONS OF PARTIES 140 SUBMITTAL PROCEDURES 141 PROTECTION IN SHIPMENT AND STORAGE 142 RECORD DRAWINGS 143 ADDITIONAL WORK AND ACCESS AREAS

150 MOBILIZATION 153 TELEPHONE, ELECTRICAL AND WATER SERVICES 154 EXISTING UTILITIES 155 MAINTAINING THE EXISTING WASTEWATER SYSTEM 156 CONFINED SPACE ENTRY 157 WORK ON CITY STREETS 158 TRAFFIC CONTROL 159 LEGAL NOTICE

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 -2- SPECIAL PROVISIONS

SPECIAL PROVISIONS SECTION GENERAL REQUIREMENTS

160 PERMITTED WORK HOURS 162 CONSTRUCTION AREA APPEARANCE 163 ENVIRONMENTAL POLLUTION CONTROL 164 ARCHAEOLOGICAL MONITORING 166 ACCESS TO PROPERTY 167 PROTECTION OF PROPERTY 168 PRIOR NOTICE OF REMOVAL OF SURFACE ENCROACHMENT 169 RESTORATION OF PROPERTY 180 PUBLIC RELATIONS 200 WORK ORDER ASSIGNMENTS 201 TRENCH EXCAVATION, BACKFILL, AND A.C. RESURFACING 202 CRUSHED ROCK BEDDING 203 CRUSHED ROCK FILL AND SUBBASE 204 WOVEN GEOTEXTILE FABRIC 205 POLYVINYL CHLORIDE (PVC) SEWER PIPE 206 SEWER MANHOLES 207 CONSTRUCTION SURVEYING

211 ROOT BARRIER 212 CONTROLLED LOW STRENGTH MATERIAL (CLSM) AND LIGHTWEIGHT

CELLULAR CONCRETE (LWCC) 215 QUALIFICATION OF OFFERORS

216 SEWER FLOW CONTROL 217 SEWER LINE, SEWER LATERAL, AND MANHOLE CLEANING 218 TELEVISION INSPECTION 220 CURED-IN-PLACE PIPE (CIPP) FOR MAIN LINES (WATER AND STEAM

CURED) 221 CURED-IN-PLACE PIPE (CIPP) FOR MAIN LINES (ULTRAVIOLET LIGHT

CURED) 224 CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS 225 PIPE BURSTING 226 SEWER MANHOLE REHABILITATION 227 GRINDING OF OFFSET JOINTS AND PROTRUDING LATERAL TAPS 228 COMBINED CCTV INSPECTION / SONAR INSPECTION 229 COMBINED CCTV INSPECTION / LASER PROFILING 230 SANITARY SEWER CHEMICAL SEALING 235 JET GROUTING 241 HIGH DENSITY POLYETHYLENE (HDPE) PIPE 250 GENERAL CONSTRUCTION NOTES

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 101-1 STANDARD DOCUMENTS

SECTION 101 STANDARD DOCUMENTS 1. These special provisions supplement and modify the GENERAL INSTRUCTIONS,

GENERAL CONDITIONS, STANDARD SPECIFICATIONS, and STANDARD DETAILS.

The "GENERAL INSTRUCTIONS TO OFFERORS" (02/09/17) of the City and County of Honolulu, hereinafter referred to as the "GENERAL INSTRUCTIONS", is by reference incorporated herein and made a part of these specifications. The "GENERAL TERMS AND CONDITIONS CITY AND COUNTY OF HONOLULU" (02/01/2015), hereinafter referred to as the "GENERAL CONDITIONS", is incorporated herein by reference only and made a part of these specifications.

The term "STANDARD SPECIFICATIONS" used hereinafter refers to the "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", September 1986.

The term "STANDARD DETAILS PW" used hereinafter refers to the "STANDARD DETAILS FOR PUBLIC WORKS CONSTRUCTION", September 1984 and shall be applicable to roads, storm drains, and traffic improvements. STANDARD DETAILS used hereinafter refers to WASTEWATER SYSTEM STANDARD DETAILS, July 2017 and shall be applicable to sewer improvements. DESIGN STANDARDS used hereinafter refers to WASTEWATER SYSTEM DESIGN STANDARDS, July 2017 and shall be applicable to sewer improvements.

2. Revisions to the GENERAL INSTRUCTIONS.

A. Amend Section 2.10, Performance And Payment Bonds Section B Construction Projects:

Delete the entire paragraph in its entirety and substitute with the following:

“At the time the contract is executed, initial performance and payment bonds in the amount of $50,000 shall be required and delivered to the City by each of the Contractors entering into a contract agreement. If a Contractor fails to deliver the required performance and payment bonds, the Contractor’s award shall be canceled, the Contractor shall be subject to a claim for all resulting damages, its bid security enforced, and the Contracting Officer may award the contract to the next lowest bidder. In addition, performance and payment bonds shall be required for each individual work order assignments when the estimated cost of the assignment is $25,000 or more and each shall be in an amount equal to one hundred percent of the amount of the work order assignment price.”

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 101-2 STANDARD DOCUMENTS

3. Revisions to the GENERAL CONDITIONS.

A. Amend Chapter 2.1, Definitions:

Delete the definition of “working day” under Chapter 2.1 of the General Conditions, relating to definitions, in its entirety and substitute the following in lieu thereof:

“Working day means any day on the calendar, exclusive of holidays, Saturdays and Sundays. Unless another meaning is intended, ‘working days’ shall mean consecutive working days.”

B. Amend Section 2.23, Contract Performance And Payment Bonds:

Subsection (a). Delete the entire paragraph in its entirety and substitute with the following:

“At the time the contract is executed, initial performance and payment bonds in the amount of $50,000 shall be required and delivered to the City by each of the Contractors entering into a contract agreement. If a Contractor fails to deliver the required performance and payment bonds, the Contractor’s award shall be canceled, the Contractor shall be subject to a claim for all resulting damages, its bid security enforced, and the Contracting Officer may award the contract to the next lowest bidder. In addition, performance and payment bonds shall be required for each individual work order assignments when the estimated cost of the assignment is $25,000 or more and each shall be in an amount equal to one hundred percent of the amount of the work order assignment price.”

C. Amend Section 3.8, Variations in Estimated Quantities for Construction Contracts:

Delete Section 3.8 in its entirety and in its place substitute the following:

“(d) Variation in estimated quantities. Where the quantity of a pay item in the contract is an estimated quantity and where the actual quantity of such pay item will vary from estimated quantity, no adjustment in the contract unit price shall be made.”

D. Amend Chapter 5.2.2, Commencement Requirements:

1) Add the following new paragraph to Subsection (L):

"The Contractor shall be responsible for all surveys required to perform the verification work specified in this Subsection (B) and to fulfill the requirements of the Contract Documents, including obtaining information necessary for his completion of the Project. The surveys which are the responsibility of the Contractor shall not be paid for directly, but shall be

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 101-3 STANDARD DOCUMENTS

included in the prices bid for the various items of work as scheduled in the Proposal."

4. Revisions to the STANDARD SPECIFICATIONS.

A. SECTION 1 - DEFINITIONS, SUBSECTION 1.4 ENGINEER, page 3: Add the following new sentence after the last sentence:

"For the City and County of Honolulu, the Director of the Department of Environmental Services (ENV) or a representative of the Director of ENV acting within the scope of the duties and authority assigned and delegated to him as such representative."

B. SECTION 13 - STRUCTURE EXCAVATION AND BACKFILL, page 21, first paragraph: The last sentence shall be revised to read as follows:

"When ledge rock or coral is encountered, the excavation shall be carried into the ledge rock or coral to form a key for the concrete footing or structure, or to such additional depth as specified in the Special Provisions or directed by the Engineer."

C. SECTION 23 - SEWER MANHOLES, SUBSECTION 23.2 MATERIALS: Delete

Paragraph F. Frames and Covers, page 76, in its entirety and in its place substitute the following:

"F. Frames and Covers

a) Cast Iron Frames and Covers shall be new, conforming to the

requirements for Gray Iron Castings, ASTM A 48, Class No. 30B minimum, and shall be cast true to pattern with dimensions and appropriate markings as shown on the Standard Details and as specified hereinafter.

b) Castings shall be sound and free from patches, warps, cracks, welds,

blowholes, and other defects and imperfections.

c) Cast onto each frame and cover shall be the foundry's identifying mark, country of origin, and date.

d) The bearing faces of the frames and covers shall be machined and fitted together to prevent rocking of the cover when rotated to any position in the frame.

e) Dimensions indicated on the Standard Details are minimum finished

dimensions. Draft angles will be allowed provided minimum dimensions are maintained and fit, interchangeability, and serviceability are

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 101-4 STANDARD DOCUMENTS

unaffected. Maximum draft angle shall be 3 degrees.

f) Weights indicated on the Standard Details are approximate. g) Notwithstanding the fit, dimension, and weight requirements specified

herein, all frames and covers of the same type shall assemble interchangeably.

h) All castings shall be thoroughly cleaned before leaving the shop and shall

be shipped UNPAINTED. Castings shall be field cleaned and painted as specified hereinafter.

i) Unless otherwise specified, the Contractor shall be responsible to provide

compliant castings. Accordingly, the contractor shall be responsible to inspect casting for compliance with the requirements specified herein. However, the Engineer reserves the right to perform any inspection and to review any applicable document deemed necessary to ensure compliance.

j) The Contractor shall provide to the Engineer, a manufacturer's certification

of compliance, with test results, as provided in ASTM A 48. Submission of such certificate shall not relieve the contractor from his responsibility to provide compliant castings."

D. SECTION 43 - CONCRETE BLOCKS, CRADLES AND JACKETS, page 154, add

the following at the bottom of the page:

"When the pipes are jacketed in place, small concrete blocks shall be used to support the pipes and steel reinforcing. The concrete shall be kept moist for five calendar days.

Variation from theoretical alignment and grade for drain pipes at the time of completion of placing shall not exceed one percent unless permitted otherwise in the special provisions.

The dimensions for the plain concrete jackets shall be the same as those for reinforced jackets.

43.4 MEASUREMENT

Concrete cradles and jackets shall be measured for payment by the linear foot horizontally along the center line of the pipe. Concrete blocks and form work shall not be measured and paid for directly but shall be considered as incidental to the pipe work.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 101-5 STANDARD DOCUMENTS

43.5 PAYMENT

Concrete cradles and jackets shall be paid for at the respective unit price bid per linear foot as measured above for the different sizes and types of pipes and shall be full compensation for the work in place complete."

E. Revisions to the STANDARD DETAILS.

Amend Standard Detail No. S-30, Manhole Frame - Type SA, as follows:

Referenced approximate weight shall be corrected to read "210 pounds" in lieu of "158 pounds".

--END SECTION 101--

REHABILITATION OF SEWER LINES ON OAHU RESPONSIBILITY OF OFFERORS CONTRACT NO. 007 102-1 AND METHOD OF AWARD

SECTION 102 RESPONSIBILITY OF OFFERORS AND METHOD OF AWARD RESPONSIBILITY OF OFFERORS Offeror is advised that if awarded a contract under this solicitation, Offeror shall, upon award of the contract, furnish proof of compliance with the requirements of §103D-310(c), HRS and Section 3-122-112 HAR:

1. Chapter 237, tax clearance; 2. Chapter 383, unemployment insurance; 3. Chapter 386, workers’ compensation; 4. Chapter 392, temporary disability insurance; 5. Chapter 393, prepaid health care, and 6. One of the following:

a. Be registered and incorporated or organized under the laws of the State (hereinafter referred to as a “Hawaii business”); or

b. Be registered to do business in the State. (herein after referred to as a “compliant non-Hawaii business”).

Refer to the Award of Contract provision herein for instructions on how to comply with the above requirements.

AWARD OF CONTRACT Method of Award The City shall award up to five (5) master agreement contracts to the responsive, responsible Offerors with the lowest Total Sum Bids, considering any applicable preferences. The City will only consider an offer with pricing on all items listed. The award is subject to the availability of funding. Responsibility of Lowest Responsive Bidders Reference, Section §3-122-112, HAR, Responsibility of Offerors. If compliance documents have not been submitted to the City prior to award, the lowest responsible Offerors shall produce documents to the procurement officer to demonstrate compliance with this section.

HRS Chapter 237 Tax Clearance Requirement for Award and Final Payment Instructions are as follows: Pursuant to Section §103D-328, HRS, lowest responsive Offerors shall be required to submit a tax clearance certificate issued by the Hawaii State Department of Taxation (DOTAX) and the Internal Revenue Service (IRS). The certificate shall have an original green certified copy stamp and shall be valid for six (6) months from the most recent approval stamp date on the

REHABILITATION OF SEWER LINES ON OAHU RESPONSIBILITY OF OFFERORS CONTRACT NO. 007 102-2 AND METHOD OF AWARD

certificate. It must be valid on the date it is received by the City.

The tax clearance certificate shall be obtained on the State of Hawaii, DOTAX TAX CLEARANCE APPLICATION Form A-6 (Rev. 2003) which is available at the DOTAX and IRS offices in the State of Hawaii or the DOTAX website, and by mail or fax: DOTAX Website (Forms & Information): http://tax.hawaii.gov/forms/a1_1alphalist/ DOTAX Forms by Fax/Mail: (808) 587-7572

1-800-222-7572

Completed tax clearance applications may be mailed, faxed, or submitted in person to the Department of Taxation, Taxpayer Services Branch, to the address listed on the application. Facsimile numbers are:

DOTAX: (808) 587-1488 IRS: (808) 539-1573

The application for the clearance is the responsibility of the Offerors, and must be submitted directly to the DOTAX or IRS and not to the City. However, the tax clearance certificate shall be submitted to the City.

HRS Chapters 383 (Unemployment Insurance), 386 (Workers’ Compensation), 392 (Temporary Disability Insurance), and 393 (Prepaid Health Care) requirements for award Instructions are as follows:

Pursuant to Section §103D-310(c), HRS, the lowest responsive Offerors shall be required to submit an approved certificate of compliance issued by the Hawaii State Department of Labor and Industrial Relations (DLIR). The certificate is valid for six (6) months from the date of issue and must be valid on the date it is received by the City. A photocopy of the certificate is acceptable to the City.

The certificate of compliance shall be obtained on the State of Hawaii, DLIR APPLICATION FOR CERTIFICATE OF COMPLIANCE WITH SECTION 3-122-112, HAR, Form LIR#27 which is available at http://labor.hawaii.gov/forms/. The DLIR will return the form to the Offerors who in turn shall submit it to the City.

The application for the certificate is the responsibility of the Offerors, and must be submitted directly to the DLIR and not to the City. However, the certificate shall be submitted to the City.

Compliance with Section 103D-310(c)(1) and (2), HRS

Pursuant to Section 3-122-112, HAR, the lowest responsive Offerors shall be required to submit a CERTIFICATE OF GOOD STANDING (Certificate) issued by the State of Hawaii Department of Commerce and Consumer Affairs, Business Registration Division (BREG). The Certificate if valid for six months from the date of issue and must be valid on the date it is received by the

REHABILITATION OF SEWER LINES ON OAHU RESPONSIBILITY OF OFFERORS CONTRACT NO. 007 102-3 AND METHOD OF AWARD

City. A photocopy of the certificate is acceptable to the City.

To obtain the Certificate, the Offerors must first be registered with the BREG. A sole proprietorship, however, is not required to register with the BREG, and therefore not required to submit the certificate. Online business registration and the Certificate are available at http://cca.hawaii.gov/breg/. To register or to obtain the Certificate by phone, call (808) 586-2727 (M-F 7:45 to 4:30 HST). Offerors are advised that there are costs associated with registering and obtaining the Certificate.

Timely Submission of all Certificates

The above certificates should be applied for and submitted to the purchasing agency as soon as possible. If a valid certificate is not submitted on a timely basis for award of a contract, an offer otherwise responsive and responsible may not receive the award.

Final Payment Requirements

Contractor is required to submit a tax clearance certificate for final payment on the contract. A tax clearance certificate, not over two months old, with an original green certified copy stamp, must accompany the invoice for final payment on the contract.

In additions to a tax clearance certificate an original “Certificate of Compliance for Final Payment” (SPO Form-22), attached, will be required for final payment. A copy of the Form is also available at www.spo.hawaii.gov. Select “Forms for Vendors/Contractors” from the Procurement of Goods, Services and Construction-Chapter 103D, HRS, menu.

Hawaii Compliance Express

Effective August 27, 2005, the Certificate of Vendor Compliance issued electronically through the Hawaii Compliance Express (HCE), officially managed by the State’s internet portal contractor, Hawaii Information Consortium, LLC, may be used for both proof of compliance prior to the award of a contract and for final payment, pursuant to Section 3-122-112, HAR. For more information, the website address is http://vendors.ehawaii.gov. SPO Form-22 follows on SPECIAL PROVISIONS page 102-4

REHABILITATION OF SEWER LINES ON OAHU RESPONSIBILITY OF OFFERORS CONTRACT NO. 007 102-4 AND METHOD OF AWARD

CERTIFICATE OF COMPLIANCE FOR FINAL PAYMENT

(Reference Section 3-122-112, HAR)

Reference: (Contract Number) (IFB/RFP Number) affirms it is in

(Company Name) compliance with all laws, as applicable, governing doing business in the State of Hawaii to include the following:

1. Chapter 383, HRS, Hawaii employment Security Law – Unemployment Insurance; 2. Chapter 386, HRS, Worker’s Compensation Law; 3. Chapter 392, HRS, Temporary Disability Insurance; 4. Chapter 393, HRS, Prepaid Health Care Act; and

maintains a “Certificate of Good Standing” from the Department of Commerce and Consumer Affairs, Business Registration Division. Moreover,

(Company Name) acknowledges that making a false statement shall cause its suspension and may cause its debarment from future awards of contracts. Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ___________________________________________ SPO Form-22 (11/03)

--END SECTION 102--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 103-1 EXAMINATION OF SITE

SECTION 103 EXAMINATION OF SITE Offerors shall familiarize themselves with the potential conditions present in the field and the amount and type of work to be performed, in compliance with Section 2.4, “Examination of site” of the GENERAL INSTRUCTIONS. The submission of a bid shall be considered as a warranty that the bidder has made such examination and is satisfied with the conditions to be encountered in performing the work, in compliance with Section 2.4 of the GENERAL INSTRUCTIONS. The Acknowledgment of Examination of Site Provisions form attached to and made a part of the bid document shall be completed, signed by the Contractor, and submitted with its bid. Failure to acknowledge and submit the form with the bid may be cause for rejection of a bid. Upon award of a Contract, it is the Contractor’s responsibility to conduct a site visit of the Work Order being offered. Contractors are instructed to call Ms. Lori Nishida at (808) 768-7208 to arrange to view video recordings of the existing sewer lines to be repaired or rehabilitated. The videos will be available at 99-989 Iwaena Street, Aiea, Hawaii 96701. Closed circuit television (CCTV) inspection of the existing sewer lines to be rehabilitated under a particular Work Order may not always be available to the Contractor for viewing. Work Order is accepted by the Contractor at Contractor’s own volition and risks to complete the intended sewer repair based on the best available information at the time of Work Order offering. The availability of the video recording is not to be construed in any way as a waiver of this Special Provision or the provisions of Section 2.4 "Examination of Site" of the GENERAL INSTRUCTIONS. No assurance is given that conditions of the sewer lines shown on the video recordings are representative of the conditions of all sewer lines described under these contract documents or that the conditions found at the time the video recordings were made will be the conditions that prevail at the time of construction. The Contractor accepting the offered Work Order shall be solely responsible for all assumptions, deductions or conclusions they make or derive from the video recordings viewed.

--END SECTION 103--

REHABILITATION OF SEWER LINES ON OAHU SPECIFICATIONS TO BE CONTRACT NO. 007 104-1 PROVIDED BY THE CITY

SECTION 104 SPECIFICATIONS TO BE PROVIDED BY THE CITY The City will provide three (3) hard copy contract specifications to each Contractor awarded a contract. Any additional sets required shall be made by the Contractor at his own expense from the CD-ROM or electronically downloaded bid documents made available at the time of bidding.

--END SECTION 104--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 105-1 REQUEST FOR SUBSTITUTIONS

SECTION 105 REQUEST FOR SUBSTITUTIONS This section shall supplement Section 2.18, "Request for Substitution", of the GENERAL INSTRUCTIONS. Paragraph (b). "Construction projects" is supplemented by adding the following:

"After execution of the contract, should the contractor desire to substitute equipment, articles, materials or systems other than that specified in the contract or received prior written approval, such substitution will be considered for one reason only: The equipment, articles, materials, or systems proposed for substitution is superior in construction and efficiency to that specified in the contract, and higher quality has been demonstrated by service in a similar installation.

In the event the contractor obtains approval from the Officer-in-Charge, the contractor shall, at his own expense, make any changes necessary to accommodate the equipment, articles, materials, or systems, or its installation, and shall furnish as-built drawings to the Officer-in-Charge.

It will be assumed that the cost to the contractor for the substitution is equal to or less than that specified in the contract, and if substitution is approved, the contract price shall be reduced by an amount equal to any savings.

The Officer-in-Charge shall be the sole judge as to acceptability of the substitution with the cost factor to be considered."

--END SECTION 105--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 106-1 HAWAII PRODUCTS PREFERENCES

SECTION 106 HAWAII PRODUCTS PREFERENCES The General Instruction to Offerors shall be amended as follows:

Delete Section 3.2 of the General Instruction to Offerors in its entirety and replace with the following:

“When specified in the solicitation, the Hawaii products preference is applicable to this project. In accordance with HRS 103D-1002 and HAR 3-12, the Hawaii products, identified in the schedule contained in the Bid Proposal are acceptable use in the work noted this solicitation.

The current Hawaii Products List is available on the State Procurement Office (SPO) website at http://spo.hawaii.gov/for-vendors/hawaii-product-preferences/. To access the list, click on the “Hawaii Products” link.

Offerors offering a Hawaii product shall identify the Hawaii product on the Bid Proposal form. Any person desiring a Hawaii product preference shall have the product(s) certified and qualified if not currently on the Hawaii products list, prior to the deadline for receipt of bids specified in the procurement notice and solicitation. The responsibility for certification and qualification shall rest upon the person requesting the preference.

Persons desiring to qualify their product(s) not currently on the Hawaii Products List shall complete form SPO-38, Certification for Hawaii Product Preference and submit to the Division of Purchasing, City and County of Honolulu, and provide all additional information required by the Contracting Officer. One form shall be completed for each product being requested (i.e. 3 products should have 3 separate forms completed). The form is available on the State Procurement Office (SPO) webpage at http://hawaii.gov/forms/all-public-forms. To access the form, click on the “SPO-38” link to download the form.

All Hawaii products in any bid shall be made available for inspection, or additional information may be requested to verify that the Hawaii product meets the minimum specifications.

Where a bid or proposal contains both Hawaii and non-Hawaii products, then for the purpose of selecting the lowest bid or purchase price only, the price or bid offered for a Hawaii product item shall be decreased by subtracting ten per cent (10%) for class I Hawaii product items bid or offered, or fifteen per cent (15%) for class II Hawaii product items bid or offered. The lowest total bid or proposal, taking the preference into consideration, shall be awarded the contract unless the bid or offer provides for additional award criteria. The contract amount of any contract awarded, however, shall be the amount of the bid or price offered, exclusive of the preferences.

Change in Availability of Hawaii product. In the event of any change that materially alters the bidder’s ability to supply Hawaii products, the bidder shall immediately notify the Contracting Officer in writing and the parties shall enter into discussions for the purposes of revising the contract or terminating the contract for convenience.”

--END SECTION 106--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 107-1 SAFETY AND HEALTH

SECTION 107 SAFETY AND HEALTH This special provision shall supplement Section 2.13 (f), "Safety and Health Certification", of the GENERAL INSTRUCTIONS and Section 5.2.12, "Safety and Health", of the GENERAL CONDITIONS and Section 5.2.13 Protection and Vehicular Traffic; Access to Property of the GENERAL CONDITIONS. 1. GENERAL:

The Contractor shall comply with the standards of the Occupational Safety and Health Administration (OSHA) and all applicable Federal, State, and City laws and regulations relating to safety in the performance of work. The Contractor shall submit to the Officer-in-Charge a written safety and health plan specific to the project. The Contractor shall not be allowed to start work until the health and safety plan has been reviewed by the Officer-in-charge.

Unattended open manholes and operating equipment (pumps, generators, etc.) shall be adequately fenced to ensure the safety of pedestrians and residents. Above ground piping shall be adequately marked for visibility.

2. CERTIFICATION:

The Offeror shall certify that, if awarded the contract, it will comply with Section 396-18, HRS, relating to safety and health programs for contractors bidding for City construction projects, where the bid amount is in excess of $100,000. The certificate of compliance included in the Bid Proposal shall be submitted with the bidder's bid. Failure to submit the required certification may be grounds for disqualification of the bidder's bid.

3. PAYMENT:

The cost of the work under Section 2.14 (f), "Safety and Health; Certification", of the GENERAL INSTRUCTIONS, Section 5.2.12, "Safety and Health", of the GENERAL CONDITIONS, and this special provision shall not be paid for directly but shall be considered included in the prices bid for the various items of work.

--END SECTION 107--

REHABILITATION OF SEWER LINES ON OAHU CONTRACTOR / SUBCONTRACTOR CONTRACT NO. 007 108-1 LICENSE REQUIREMENTS

SECTION 108 CONTRACTOR/SUBCONTRACTOR LICENSE REQUIREMENTS LICENSED OFFERORS: All prospective offerors must hold a current Class “A” General Engineering Contractor's license from the State of Hawaii. Any bid submitted by an unlicensed or non-qualified contractor will be rejected. All subcontractors shall have the appropriate State of Hawaii Contractor’s license for their work. Implementation of the Hawaii Supreme Courts January 28, 2002 Decision in the Okada Trucking Case. "A" general engineering contractors and "B" general building contractors are reminded that due to the Hawaii Supreme Court's January 28, 2002 decision in Okada Trucking Co., Ltd. vs. Board of Water Supply, et al., 97 Haw. 450 (2002), they are prohibited from undertaking any work solely or as part of a larger project, which would require the general contractor to act as a specialty contractor in any area in which the general contractor has no license. Although the "A" and "B" contractor may still bid on and act as the "prime" contractor on an "A" or "B" project (See, HRS § 444-7 for the definitions of an "A" or "B" project.), respectively, the "A" and "B" contractor may only perform work in the areas in which they have the appropriate contractor's license (An "A" or "B" contractor obtains "C" specialty contractor's licenses either on its own, or automatically under HAR § 16-77-32.). The remaining work must be performed by appropriately licensed entities. It is the sole responsibility of the contractor to review the requirements of this project and determine the appropriate licenses that are required to complete the project.

--END SECTION 108--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 109-1 PERMITS AND LICENSES

SECTION 109 PERMITS AND LICENSES This special provision shall supplement Subsection 5.2.2(k), "Permits, Licenses", of the GENERAL CONDITIONS. 1. GENERAL

The Contractor shall consult with all appropriate City and other governmental agencies to determine the applicable permits, charges and fees required for the Project. Two (2) copies of all permits required for the Project shall be submitted to the Officer-in-Charge or electronic scans if approved by the Officer-in-Charge.

Permits, charges, and fees required for the Project may include, but not be limited to, the following:

A. Sidewalk and Driveway Permit

B. Excavation Permit

C. Street Usage Permits (City and/or State)

D. Fire Hydrant Usage Permit E. Community Noise Control Permit F. Dumping Charges G. Chapter 55 Water Pollution Control, Hawaii Administrative Rules, Title 11, State

Department of Health, permits for discharges of storm water runoff associated with construction, discharges of hydrotesting waters, discharges associated with construction activity dewatering, etc.

H. Permit to Discharge Effluent into the City and County Separate Storm Sewer

System

I. Construction Dewatering Permit for Discharge into the City and County Separate Storm Sewer System

J. Noise Variance

K. Industrial Wastewater Discharge Permit for Temporary Discharges into the City's

Sewer System L. Permit to Discharge Effluent into State Drainage System

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 109-2 PERMITS AND LICENSES

M. Permit to Perform Work Upon A State Highway N. Utility Excavation Permits (HECO, Spectrum, Hawaiian Telcom, Hawaii Gas, and

Board of Water Supply) 2. Time required to obtain all permits and fees associated with Items A thru F above shall

be included in the work order completion period. Time required to obtain permits associated with Items G thru N above will not be

included in the work order completion period. The Officer-in-Charge will provide the Contractor reasonable time to obtain these permits, prior to issuance of the work order notice-to-proceed date.

For Work Order assignments having a “significant” amount of excavation, the City

and County, Department of Planning and Permitting (DPP), may not issue an Excavation Permit without having the Work Order Location Map and Scope of Work undergo their One-Time-Review (OTR) process. Should this be required by DPP, the time required to obtain the Excavation Permit will not be included in the work order completion period and will be a reasonable period of time established by the Officer-in-Charge, prior to issuance of the work order notice-to-proceed date.

3. EXCAVATION/TRENCHING PERMIT

The Contractor shall be the Authorized Representative for the City to sign the Trenching Project ESCP. The Contractor must designate an ESCP Coordinator that will be responsible for implementing the ESCP at the Project Site using the form provided as Appendix A in the City and County of Honolulu, Department of Planning and Permitting, “Rules Relating to Water Quality”. The Contractor or ESCP Coordinator must contact the CEB inspector at 768-8084 or send a message to [email protected], at least two (2) weeks prior to starting construction. The ESCP Coordinator must be designated using Form A at the time of obtaining the Trenching Permit. If there are changes to the ESCP Coordinator, email the Appendix A form to [email protected].

The trenching permit can be closed after 90% of the permanent stabilization are in place. Email the completed ESCP Letter of Compliance form and the inspection checklist form to [email protected].

4. Payment for all costs and work covered by this section shall not be made directly but

shall be included in the prices bid for the various items of work.

--END SECTION 109--

ACT68, EMPLOYMENT OF STATE REHABILITATION OF SEWER LINES ON OAHU RESIDENTS ON CONSTRUCTION CONTRACT NO. 007 PROCUREMENT CONTRACTS

110-1

SECTION 110 ACT 68, EMPLOYMENT OF STATE RESIDENTS ON CONSTRUCTION PROCUREMENT CONTRACTS

Offerors are advised of the applicability of Act 68, SB 2840, Employment of State Residents on Construction Procurement Contracts, (2010) (“Act 68”). Act 68 requires the awarded contractor to ensure that Hawaii Residents (as defined in the Act) compose not less than eighty percent of the workforce employed to perform the contract. This requirement shall apply to subcontracts of $50,000 or more in connection with any construction contract procured under HRS Chapter 103D, but does not apply to procurements made pursuant to HRS §103D-304 (professional services), HRS §103D-305 (small purchases), or if there is a conflict with any federal law as further detailed below under “Conflict with Federal Law.” Definitions for terms used in Act 68 (2010) “Contract” means contracts for construction under HRS Chapter 103D. “Contractor” has the same meaning as in HRS §103D-104; provided that contractor includes a subcontractor where applicable. “Construction” has the same meaning as in HRS §103D-104. “Procurement Officer” has the same meaning as in HRS §103D-104. "Resident" means a person who is physically present in the state at the time the person claims to have established the person's domicile in the state and shows the person's intent is to make Hawaii the person's primary residence. "Shortage trade" means a construction trade in which there is a shortage of Hawaii residents qualified to work in the trade. Requirements of Contractor The contractor awarded this contract shall ensure that Hawaii Residents compose not less than eighty per cent of the workforce employed to perform this Contract, calculated as follows: The eighty percent requirement shall be determined by dividing the total number of hours worked on a contract by Residents by the total number of hours worked by all employees of the Contractor in the performance of the Contract. Hours worked for any subcontractor of the contractor shall count towards the calculation for purposes of this subsection. The hours worked by employees within shortage trades, as determined by the Department of Labor and Industrial Relations, shall not be included in the calculations for purposes of this subsection.

ACT68, EMPLOYMENT OF STATE REHABILITATION OF SEWER LINES ON OAHU RESIDENTS ON CONSTRUCTION CONTRACT NO. 007 PROCUREMENT CONTRACTS

110-2

This requirement shall be applicable during the entire duration of this Contract. A notarized Certification for Employment of State Residents on Construction Procurement Contracts shall be submitted on a monthly basis with your progress payments. If no progress payments are made for any month, the contractor is still responsible to submit the certification on a monthly basis. Penalties Failure to comply with this requirement shall be subject to any of the following sanctions: (1) Temporary suspension of work on the project until the Contractor or subcontractor complies with Act 68; (2) Withholding of payment on the Contract or subcontract, as applicable, until the Contractor or subcontractor complies with Act 68; (3) Permanent disqualification of the Contractor or subcontractor from any further work on the project; (4) Recovery by the City of any moneys expended on the Contract or subcontract, as applicable; or (5) Proceedings for debarment or suspension of the Contractor or subcontractor under section 103D-702. Conflict with federal law Act 68 shall not apply if the application of the Act is in conflict with any federal law, or if application of Act 68 will disqualify the City from receiving federal funds or aid.

--END SECTION 110--

(2 pages, “Certification for Employment of State Residents on Construction Procurement Contracts” Form follows)

ACT68, EMPLOYMENT OF STATE REHABILITATION OF SEWER LINES ON OAHU RESIDENTS ON CONSTRUCTION CONTRACT NO. 007 PROCUREMENT CONTRACTS

110-3

Certification for Employment of State Residents on Construction Procurement Contracts

Date: Director Department of Budget and Fiscal Services City and County of Honolulu 530 S. King Street Honolulu, Hawaii 96813 Subject: _______________________________________________________

(insert project name and contract number) As required by of Act 68, SB 2840, Employment of State Residents on Construction Procurement Contracts, (2010), I hereby certify under oath, that for the month of , 20___, Hawaii Residents composed not less than eighty per cent of the workforce employed to perform on the subject Contract and all subcontracts to the subject Contract that are $50,000 or more. CORPORATE SEAL CONTRACTOR

(IF APPLICABLE)

(Name of Contractor)

(Signature)

(Print Name)

(Print Title)

(Date)

ACT68, EMPLOYMENT OF STATE REHABILITATION OF SEWER LINES ON OAHU RESIDENTS ON CONSTRUCTION CONTRACT NO. 007 PROCUREMENT CONTRACTS

110-4

STATE OF ) SS COUNTY OF )

The foregoing Certification, Employment of State Residents on Construction Procurement

Contracts, dated 20___, was subscribed and sworn to before me, this

_______day of 20_____, in the State of _______________________________

(Signature)

(Print Name)

Notary Public, State of My commission expires:

REHABILITATION OF SEWER LINES ON OAHU PUBLIC WORKS CONSTRUCTION; CONTRACT NO. 007 111-1 APPRENTICESHIP AGREEMENT

SECTION 111 PUBLIC WORKS CONSTRUCTION; APRENTICESHIP AGREEMENT The GENERAL INSTRUCTIONS shall be amended as follows: Delete Section 3.4 (c) of the GENERAL INSTRUCTIONS in its entirety and replace with the following: Section 3.4 (c) Public Works Construction; Apprenticeship Agreement

(A) Purpose The purpose of this section is to implement and administer the 5% bid or offer

adjustment for bidders or offerors that are parties to apprenticeship agreements under HRS §103-55.6.

(B) Definitions for purposes of this section:

“Apprenticeable trade” – shall have the same meaning as “apprentice able occupation” under HAR §12-30-5.

“Employ” – shall mean the employment of a person in an employer-employee relationship. “Governmental body” – shall be as defined in HRS §103D-104. “Party to an apprenticeship agreement” – shall mean a construction trade program approved by the Department of Labor and Industrial Relations (DLIR). “Preference” – shall mean the 5% by which the qualified bidder’s/offeror’s bid/offer amount would be decreased for evaluation purposes. “Public Work” – shall be as defined in HRS §104-2 and HAR §12-22-1. “Registered apprenticeship program” – shall mean a construction trade program approved by the DLIR pursuant to HAR §12-30-1 and §12-30-4. “Sponsor” – shall mean an operator of an apprenticeship program and in whose name the program is approved and registered with the DLIR pursuant to HAR §12-30-1.

REHABILITATION OF SEWER LINES ON OAHU PUBLIC WORKS CONSTRUCTION; CONTRACT NO. 007 111-2 APPRENTICESHIP AGREEMENT

(C) Applicability

For bids/offers for a public works construction contract or public works construction component of a contract having an estimated value of not less than $250,000, the City shall, for evaluation purposes, decrease the bid amount of a(n) bidder/offeror by five per cent (5%) if the bidder/offeror is a party to an apprenticeship agreement registered with the State of Hawaii, DLIR for each apprentice able trade the bidder will employ to construct the public works, and in conformance with HRS Chapter 372.

(D) Procedures

(a) Prior to Bid Opening

Offeror seeking to claim the preference shall state the trades the offeror will employ to perform the work.

For each trade to be employed to perform the work, the offeror shall submit a completed signed original Certification of Bidder’s Participation, Certification Form 1 verifying participation in an apprenticeship program registered with DLIR. The Certification Form 1 shall be authorized by an apprenticeship sponsor of DLIR list of registered apprenticeship programs. The authorization shall be an original signature by an authorized official of the apprenticeship sponsor. The completed Certification Form 1 for each trade must be submitted by the bidder or offeror with the bid or offer. Previous certifications shall not apply unless otherwise specified in this solicitation. DLIR Certification of Bidder’s Participation, Certification Form 1 can be found on the DLIR Workforce Development Division website (http://labor.hawaii.gov/wdd/forms/).

(b) Bid or Offer Evaluation

If the offeror properly certifies participation in an apprenticeship program for each trade employed by the offeror for the project and properly submits the required documents with the bid or offer, upon verification, the City will apply the preference and decrease the offeror’s total bid amount by five per cent (5%) for evaluation purposes. The contract amount awarded, however, shall be the amount of the price offered, exclusive of the preference. Should the offeror qualify for other statutory preferences, all applicable preferences shall be applied to the bidder’s or offeror’s price.

REHABILITATION OF SEWER LINES ON OAHU PUBLIC WORKS CONSTRUCTION; CONTRACT NO. 007 111-3 APPRENTICESHIP AGREEMENT

(c) Contract Administration

For the duration of a contract awarded utilizing the apprenticeship preference, the contractor shall certify each month that work is being conducted on the project, that it continues to be a participant in the relevant apprenticeship program for each trade it employs. Monthly certification shall be made on the DLIR Monthly Report of Contractor’s Participation, Certification Form 2, the original signed by the respective apprenticeship program sponsor’s authorized official and submitted with each monthly payment requests. DLIR Monthly Report of Contractor’s Participation, Certification Form 2 can be found on the DLIR Workforce Development Division website (http://labor.hawaii.gov/wdd/forms/).

(E) Enforcement

If, after commencement of work, the contractor fails or refuses to submit its monthly certification forms, or at any time during the construction of the project, is no longer a party to a registered apprenticeship agreement for each apprentice able trade the contractor employs or will employ to construct the public works, the contractor will be subject to the following sanctions: (1) Withholding of the requested payment until the required form(s) are

submitted (2) Temporary or permanent cessation of work on the project, without

recourse to breach of contract claims by the contractor, provided that the City shall be entitled to restitution for nonperformance or liquidated damages claims; or

(3) Proceedings to debar or suspend under HRS Section 103D-702. (d) Federal funds. Any or all of the preferences of this section shall not apply whenever

such application will disqualify the City from receiving federal funds or aid. [Chapter 3-124, HAR]

--END SECTION 111--

REHABILITATION OF SEWER LINES ON OAHU PAYMENT AND CONTRACT NO. 007 112-1 PERFORMANCE SCHEDULES

SECTION 112 PAYMENT AND PERFORMANCE SCHEDULES This special provision shall supplement Subsection 5.2.2(e), "Payment and Performance Schedules", of the GENERAL CONDITIONS. 1. For performance schedules:

The performance schedule shall also include clean-up, remedial, and restoration work, and all anticipated submittal dates, including submittal dates for shop drawings, concrete mix designs, and all other submittals required by the Contract Documents.

As required, the Contractor shall submit three copies or a legible electronic copy of each preliminary or revised performance schedule to the Officer-in-Charge. All performance schedules shall be submitted on sheet sizes of: minimum 8-1/2" x 11"; maximum 22" x 34".

At all times, the performance schedule shall represent the Contractor's plan for orderly completion of the work. The Contractor shall submit a revised performance schedule whenever construction progress falls back by 5% or is ahead by 10%. The City reserves the right to withhold monthly progress payments for failure to submit the performance schedule or to meet any of the above requirements.

2. For payment schedules:

Preliminary payment schedule: The Contractor shall submit a tentative payment schedule to coincide with submittal of his preliminary performance schedule. This tentative payment schedule shall list and detail the anticipated monthly payments and shall be used by the City as a guide for Project budgeting purposes.

--END SECTION 112--

REHABILITATION OF SEWER LINES ON OAHU PAYMENT FOR DELIVERED CONTRACT NO. 007 113-1 MATERIALS AND EQUIPMENT

SECTION 113 PAYMENT FOR DELIVERED MATERIALS AND EQUIPMENT

The City will not require the use of Exhibit L: Report of Equipment Purchased with Consultant or Construction Contracts form. As a result, the following sections of the GTC shall be modified: Delete GTC 4.5 Payments, section (a) in its entirety and replace it with the following: "(a) Payments will be authorized by the Director after completion of performance or

delivery and acceptance by the Director of all materials, goods, and services stipulated in the contract or Purchase Order and after the invoices, in triplicate, are received by the using agency, Attention: Fiscal Officer. The invoices must list the following information: contract and confirmation purchase order numbers (if any}, item numbers, description of items (e.g. make, model, serial number, specific location), quantities, unit prices, and extended totals. Payments will be computed in accordance with any applicable unit prices bid. Payments will be made as soon thereafter as the regular course of business will allow; provided, however, that payments shall be made no later than thirty (30) calendar days following receipt of the statement for goods received and services completed."

Delete GTC 5.4.6 Payment for Delivered Materials or Equipment in its entirety and replace it with the following: "(a) No payment for any material or equipment that is affixed, movable or removable,

delivered to the site of the work under the contract will be made until said material or equipment is incorporated into the parts of the project required to be constructed under the contract. Payment for the delivered material or equipment shall be included in the monthly progress payment under the appropriate cost item.

(b) Specialized or Special Ordered Materials, Equipment. The Officer-in-Charge may,

to the extent provided for in the contract, include in the monthly estimate for progress payment the delivered cost of specialized materials, special ordered materials or equipment usable only for the contract. Such inclusion in the monthly estimate will be allowed only if all costs are substantiated by evidence of delivery and payment, and only for such materials or equipment as are specifically described or referred to in the contract as being the subject matter for such inclusion in the monthly estimate for progress payment. Payment to the Contractor shall not terminate the Contractor's responsibility or ownership of such materials or equipment until incorporated in place and accepted by the Officer-in-Charge. The Contractor shall be responsible for the safekeeping of such specialized materials or equipment until incorporated into the work and accepted by the Officer-in-Charge. The amount included for payment under this subsection shall be subject to the retention requirement."

REHABILITATION OF SEWER LINES ON OAHU PAYMENT FOR DELIVERED CONTRACT NO. 007 113-2 MATERIALS AND EQUIPMENT

Delete Section 5.4.7, “Final Payment” of the GENERAL CONDITIONS in its entirety and replace with the following: 5.4.7 Final Payment (a) Final payment. After final acceptance by the Officer-in-Charge, the Contractor will be

paid the balance due in accordance with the Officer-in-Charge’s final estimate of the construction actually performed and approved by the Contractor, provided that final payment will be made only with the approval of the Contracting Officer or, for improvement districts, the City Council and upon submittal of the following to the Contracting Officer:

(1) Written consent of the surety or sureties on the Contractor’s bonds;

(2) Tax clearances from the director of taxation of the State and the Internal Revenue

Service; (3) Completed form DF-P-65 (Exhibit “K”), acknowledging any outstanding claims

arising out of the performance of the Contractor’s work; and (4) Evidence of continuing insurance as required in section 5.1.

(b) Failure to comply. If the Contractor delays or fails to comply with the requirements of

this section, the Contracting Officer, upon recommendation of the Officer-in-Charge and without further obligation to the Contractor, may take any or all of the following actions:

(1) Upon notice from the State Department of Taxation or Internal Revenue Service,

assign payment to the appropriate tax agency. (2) Unilaterally, use the final payment estimate of the Officer-in-Charge as the final

payment to the Contractor.

(3) Determine the Contractor to be non-responsible which may jeopardize the Contractor’s future status as a qualified bidder.”

(c) Upon final payment to the Contractor, full payment to subcontractor shall be made.

Contractor shall be in compliance with HRS Section 103-10.5, Prompt Payment, for final payment to its subcontractors."

Delete GTC Exhibit L Report of Equipment Purchased with Construction Contracts in its entirety.

--END OF SECTION 113--

REHABILITATION OF SEWER LINES ON OAHU ACKNOWLEDGMENT OF CONTRACT NO. 007 114-1 THIRD PARTY LIABILITY

SECTION 114 ACKNOWLEDGMENT OF THIRD PARTY LIABILITY No officer or employee shall accept on behalf of the City a construction project unless and until the Contractor has submitted in writing to the Contracting Officer that the Contractor has accepted and acknowledged all claims for liabilities related to the construction project. In conformance with the provisions of Section 5.4.7, "Final Payment", of the GENERAL CONDITIONS, final payment shall be made upon receipt of the completed Form DF-P-65, as shown in EXHIBIT "K" of the GENERAL CONDITIONS, and in full compliance of the requirements set forth in said Section 5.4.7, "Final Payment.”

--END SECTION 114--

REHABILITATION OF SEWER LINES ON OAHU ACKNOWLEDGMENT OF CONTRACT NO. 007 116-1 LIQUIDATED DAMAGES PROVISION

SECTION 116 ACKNOWLEDGMENT OF LIQUIDATED DAMAGES PROVISION Liquidated damages shall be TWO THOUSAND DOLLARS ($2000) for each calendar day of delay in the completion of any work order assignment. The acknowledgment form attached to and made a part of the bid document shall be completed, signed by the Contractor, and submitted with his bid. Failure to acknowledge and submit the form with the bid may be cause for rejection of a bid.

--END SECTION 116--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 117-1 GUARANTEE

SECTION 117 GUARANTEE This special provision shall amend Subsection 5.2.27(f), "Correction", of the GENERAL CONDITIONS. Delete Section 5.2.27(f) in its entirety and in its place substitute the following:

“The Contractor shall correct all defects or failures discovered within the guarantee period. The City will give the Contractor prompt written notice of such defects or failures following their discovery. The Contractor shall commence corrective work within seven (7) calendar days following notification and shall diligently prosecute such work to completion. The Contractor shall bear all costs of corrective work, which shall include necessary disassembly, transportation, reassembly and retesting, as well as repair or replacement of the defective materials or equipment and any necessary disassembly and reassembly of adjacent work. This guarantee shall not limit the City’s rights under acceptance of work with respect to latent defects, gross mistakes, or fraud.”

--END SECTION 117--

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 118-1 FORCE ACCOUNT

SECTION 118 FORCE ACCOUNT This special provision shall supplement the provisions in Section 5.4.9, “Force Account,” of the GENERAL CONDITIONS. The following items shall be paid by Force Account:

Property Restoration. Work specified in Special Provision 167, "Protection of Property."

Includes tasks which are not covered for payment under an existing line item.

Removal of Surface Encroachment. Work specified in Special Provision 168, "Prior Notice of Removal of Surface Encroachment." Includes tasks not covered for payment under an existing line item.

Additional Monitoring / Inspection. Includes additional Monitoring / Inspection not

covered for payment under an existing line item.

Flagman. Work specified in Special Provisions 158, “Traffic Control.”

Additional traffic control devices to be used only as directed and approved by the Officer-in-Charge, including maintenance and removal of the additional devices.

Legal Notice. Work specified in Special Provision 159, “Legal Notice.” Includes tasks

not covered for payment under an existing line item.

Relocation of Utility Company Utilities: Work as specified in Special Provisions 154, “Existing Utilities.”

The force account amounts in the Bid Proposal Schedule, is to be considered an estimate of the amount required and shall be included in the Work Order’s total sum bid. The Contractor shall be reimbursed upon submittal of proof of payment. Use of and payment for items authorized only when written approval for its use is given by the Officer-in-Charge. Any unused Force Account monies shall remain with the City upon completion of the work order.

--END SECTION 118--

REHABILITATION OF SEWER LINES ON OAHU FILING OF A WRITTEN NOTICE OF CONTRACT NO. 007 122-1 INTENTION TO BID NOT REQUIRED

SECTION 122 FILING OF A WRITTEN NOTICE OF INTENTION TO BID NOT REQUIRED Notwithstanding Chapter 2.0 of the GENERAL INSTRUCTIONS, the filing of a written notice of intention to bid is not required.

--END SECTION 122--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 125-1 ASSIGNMENT OF CONTRACT

SECTION 125 ASSIGNMENT OF CONTRACT This special provision shall supplement Subsection 3.12, "Novation or Change of Name", of the GENERAL CONDITIONS. No contract is transferable, or otherwise assignable, without the written consent of the Chief Procurement Office.

--END SECTION 125--

REHABILITATION OF SEWER LINES ON OAHU CAMPAIGN CONTRIBUTIONS BY STATE CONTRACT NO. 007 127-1 AND COUNTY CONTRACTORS

SECTION 127 CAMPAIGN CONTRIBUTIONS BY STATE AND COUNTY CONTRACTORS Contractors are hereby notified of the applicability of Section 11-205.5, HRS, which states that campaign contributions are prohibited from specified State or county government contractors during the term of the contract if the contractors are paid with funds appropriated by a legislative body.

--END SECTION 127--

REHABILITATION OF SEWER LINES ON OAHU ACT 291, SLH 2006, CONTRACT NO. 007 128-1 PROMPT PAYMENT ACT

SECTION 128 ACT 291, SLH 2006, PROMPT PAYMENT ACT Offerors are advised of the applicability of Act 291, SLH 2006, the Prompt Payment Act which became effective on July 1, 2007 for contracts that are executed on or after July 1, 2007. The act enables prompt payment for government work of general contractors, subcontractors, and material suppliers. It achieves a reasonable balance between incentive for prompt payment and protecting the interests of general contractors, subcontractors, material suppliers, and government agencies. All government agencies are responsible for implementation. A copy of Act 291, SLH 2006 can be viewed at http://pwd.hawaii.gov/act-291-2006/. All applicable references contained in the General Conditions, General Instructions to Offerors, special provisions and bid documents are superseded by this Act.

--END SECTION 128--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 130-1 COMMENCEMENT OF WORK

SECTION 130 COMMENCEMENT OF WORK This section shall amend Section 5.2.2(a), "Commencement Requirements”, of the GENERAL CONDITIONS. Delete the sentence that reads: “Unless otherwise specified in the SOLICITATION DOCUMENT, the notice to proceed shall be issued within 90 days after execution of the Contract by the Director of the Department of Budget and Fiscal Services unless a later date is agreed to by mutual agreement. In the event that the notice to proceed is delayed beyond the 90 days or the time mutually agreed to, the contract amount may be adjusted in accordance with contract provisions for the suspension of work or the Contracting Officer may, upon recommendation by the Officer-in-Charge, terminate the contract for convenience.” And substitute the following: “The Notice to Proceed shall designate the official commencement date for the contract. The commencement date shall not be less than 30 days nor more than 60 days after execution of contract by the Director of Budget and Fiscal Services unless otherwise agreed upon.”

--END SECTION 130--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 132-1 OVERTIME INSPECTION

SECTION 132 OVERTIME INSPECTION This special provision shall supplement Section 5.2.11, "Overtime Inspections", of the GENERAL CONDITIONS. 1. The following shall supplement Subsection 5.2.11(a), "Written Request":

For inspection performed by City personnel, overtime work is any work performed by the Contractor:

a. In excess of an 8-hour work shift; b. Beyond normal working hours, 7:00 a.m. to 3:30 p.m. (Monday through Friday); c. Beyond a five-day week; d. on all legal State holidays;

For inspection performed by a Construction Management consultant, overtime work is any work performed by the Contractor in excess of 40 hours within a 7-day period or on any of the following holidays: January New Year Day February President’s Day May Memorial Day June Kamehameha Day July Independence Day September Labor Day November Election Day (even years) November Thanksgiving Day November Day After Thanksgiving December Christmas Eve December Christmas Day

2. The following shall supplement Subsection 5.2.11(b), "Notice":

An Inspector shall be present during all overtime construction work for the project unless otherwise approved by the Officer-in-Charge. The Contractor shall pay for all inspection services performed for overtime work or the Contractor proceeds at his own risk.

For any overtime inspection performed by City personnel, the Contractor shall pay the City at the rate that is set annually by the Director of Budget and Fiscal Services based on current salaries and applicable fringe benefits for City inspectors. The Contractor is responsible for confirming the current rate at the time the Construction contract is in place. The current 2016 rate which the City charges the Contractor for overtime inspection by City Inspectors is $72.00 per hour. The Contractor shall check with the Officer-In-Charge for changes to the overtime inspection rate.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 132-2 OVERTIME INSPECTION

For any overtime inspection performed by a Construction Management consultant, the Contractor shall pay the Construction Management consultant directly at the actual rates established in the Construction Management Contract between the City and the consultant. The rates are approximately as follows: *Overtime Rate/Hour

Construction Manager $192.80 x 1.5 Construction Engineer $122.40 x 1.5 Inspector $142.20 x 1.5

*Plus applicable taxes

It is further understood that for overtime work to be performed, the Officer-in-Charge shall be notified, in writing, at least 48-hours prior to the time of inspection and will be subject to the availability of personnel.

--END SECTION 132--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 133-1 CERTIFIED PAYROLL

SECTION 133 CERTIFIED PAYROLLS This special provision shall modify Subsection 5.2.10(d), "Certified Payrolls", of the GENERAL CONDITIONS. Delete the first sentence in its entirety and in its place substitute the following: "The Contractor shall be responsible for the weekly submission of two (2) certified copies of all payrolls, including those of his subcontractors, to the Officer-in-Charge. The City reserves the right to withhold monthly progress payments for failure to submit the certified payroll records."

--END SECTION 133--

REHABILITATION OF SEWER LINES ON OAHU CONTRACTUAL RELATIONS CONTRACT NO. 007 134-1 OF PARTIES

SECTION 134 CONTRACTUAL RELATIONS OF PARTIES The Contractor shall be responsible under the Contract for the acts and omissions of his subcontractors, suppliers, and persons either directly or indirectly employed by them, as fully as he is for acts and omissions of his own employees. Nothing in the Contract shall create any contractual relation between any subcontractor or supplier and the City, or any obligation on the part of the City to pay any money to or cause to be paid any money from any subcontractor or supplier. --END SECTION 134--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-1 SUBMITTAL PROCEDURES

SECTION 140 - SUBMITTAL PROCEDURES 1. GENERAL

This section shall supplement subsection 5.2.2 (d), Submittals, of the GENERAL CONDITIONS. Where required by the specifications the Contractor shall submit descriptive information which will enable the City to advise whether the Contractor’s proposed materials, equipment or methods of work are in general conformance to the design concept and in compliance with the drawings and specifications. The information to be submitted shall consist of:

Drawings Specifications Traffic Control Plans Manufacturer’s Instruction Manuals List of Deviations Performance Schedule Submittal Schedule Maintenance Summary Forms Laboratory Test/Reports Descriptive Data Certificates Samples Test Results and such other information, all as specifically required

in the specifications.

2. CONTRACTOR’S RESPONSIBILITIES

A. GENERAL

1. Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. Submittals shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the contract specifications. The Contractor shall verify that the material and equipment described in each submittal conform to the requirements of the specifications. Submittals shall be made only by the Contractor, who shall indicate by a signed stamp, in accordance with paragraph 2.A.5, on the submittals, that the Contractor has checked the submittals, and that the work shown conforms to

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-2 SUBMITTAL PROCEDURES

contract requirements and has been checked for dimensions and relationship with work of all other trades involved. If the information shows deviations from the specifications or drawings, the Contractor, by statement in writing accompanying the information, shall identify the deviations and state the reason(s) for deviation. The Contractor shall insure that there is no conflict with other submittals and shall notify the Officer-in-Charge in each case where its submittal may affect the work of another Contractor or the City. The Contractor shall insure coordination of submittals among the related crafts and subcontractors.

2. To expedite the submittal procedures, the City shall be allowed to

contact directly all material or equipment suppliers for necessary information that is missing in the submittal. The supplier shall be responsible for documenting the discussion and coordinating with the Contractor. The Contractor shall be responsible for the accuracy and completeness of information contained in all submittals.

3. All equipment and manufacturer’s instruction submittals,

including follow-up submittals, shall be submitted no later than thirty (30) calendar days following the Notice to Proceed nor later than the time necessary to procure the item or avoid schedule delays as established in the Contractor’s construction schedule.

4. The Contractor is responsible for the coordination of all

contractual work and submittals.

5. The stamp below, certified by the Contractor, shall appear on the title sheet of each shop drawing, on a cover sheet of submittals in an 8-1/2” x 11” format, or on one face of a cardstock tag (min. 3” x 6”) securely attached to each sample. The tag shall clearly identify the nature of the sample. The back of this tag will be used by the City for his/her receipt, review, and log stamp and for any comments that relate to the sample. By his signature, the Contractor is also indicating that he is fully responsible for the accuracy of all information, dimensions and details provided on the shop drawings, and for the agreement and conformity of the shop drawings with the project documents.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-3 SUBMITTAL PROCEDURES

CONTRACTOR NAME

JOB NO: W4-20 CONTRACT NO. PROJECT:

DELIVERY ORDER (DO) NO.

THIS SUBMITTAL HAS BEEN CHECKED BY THIS GENERAL CONTRACTOR. IT IS CERTIFIED CORRECT, COMPLETE, AND IN COMPLIANCE WITH CONTRACT SPECIFICATIONS. ALL AFFECTED CONTRACTORS AND SUPPLIERS ARE AWARE OF, AND WILL INTEGRATE THIS SUBMITTAL INTO THEIR OWN WORK.

DESCRIPTION DATE RECEIVED SPECIFICATION SECTION SPECIFICATION PARAGRAPH DRAWING NUMBER SUBCONTRACTOR NAME SUPPLIER NAME MANUFACTURER NAME NUMBER OF DEVIATIONS

CERTIFIED BY: (Signature) (Title)

6. The person signing the Contractor's submittal stamp shall be the

person with authority to act for the Contractor in connection with the Contract during the performance of the Contract. The signature shall be in original ink. Stamped signature shall not be acceptable. The submittal form shall be completely filled out, signed, and dated.

B. EQUIPMENT SUBMITTALS:

Submittals referred to herein shall include shop drawings and other submittals for both shop and field-fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment:

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-4 SUBMITTAL PROCEDURES

1. Shop drawings or equipment drawings, including dimensions,

size and location of connections to other work, clearances, and weight of equipment.

2. Catalog information and cuts.

3. Installation or layout drawings for equipment and bases.

4. Supporting calculations for equipment and associated supports specified to be designed by equipment manufacturers or suppliers.

5. Wiring and control diagrams of systems and equipment.

6. Complete manufacturer’s specifications, including materials

description and paint system.

7. Suggested spare parts list with current price information.

8. List of special tools required for checking, testing, parts replacement, and maintenance. Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics or can be purchased at a hardware store.

9. List of special tools furnished with the equipment.

10. List of materials and supplies required for the equipment prior

to, and during startup.

11. List of materials and supplies furnished with the equipment.

12. Type and/or brand of finish or shop coat.

13. Samples of finish colors for selection.

14. Special handling instructions.

15. Requirements for storage and protection prior to installation.

16. Requirements for routine maintenance required prior to plant startup.

17. List of all exceptions to the Contract Documents, with an

explanation/justification of the deviation.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-5 SUBMITTAL PROCEDURES

The submittals shall include satisfactory identification of items, units, and assemblies in relation to the Specification section number, and the system or equipment identification shown on the Drawings, or as provided in the applicable Specification section.

Should the Contractor propose any item on his/her shop drawings, or incorporate an item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory, (regardless of the City’s preliminary review), the Contractor shall, at his/her own expense, replace the item with another item that will perform satisfactorily.

Should the Contractor submit equipment that requires modifications to the structures, piping, electrical conduit, wires and appurtenances, layout, etc., detailed on the Drawings, he/she shall also submit details of the proposed modifications. If such equipment and modifications are accepted, the Contractor, at no additional cost to the City, shall do all work necessary to make such modifications.

Shop drawings and other pertinent data shall be submitted on 8-1/2" x 11", 11" x 17", or 22" x 34" sheets. Reproduction copies shall be made on plain bond paper. Submittals shall be in such detail as the Officer-in-Charge may require for information as to design, installation, construction procedures, and operation of such items, and their compliance with the Plans and Specifications. Manufacturer's specifications, etc., may be submitted in place of shop drawings when so specified or approved by the Officer-in-Charge.

One (1) print of each submittal will be returned to the Contractor for any corrections within 30 calendar days after receipt by the Officer-in- Charge. Resubmittals with corrections by the Contractor shall be complete sets including all material from original submittal. Following corrections, if any, and resubmittal by the Contractor, the Officer-in- Charge will, providing satisfactory corrections have been made, approve the resubmittal within 30 calendar days of receipt of the resubmittal. The resubmittal shall be complete sets of the corrected submittal and shall be clearly identified and marked as being a resubmittal.

The submittal shall indicate all deviations, if any, from the contract documents. Approval of deviations, if not specifically noted, shall not relieve the Contractor of complying with the Contract.

Prior to the approval of such drawings, including other pertinent data required by the project documents, any work which the Contractor may do on fabrications and construction covered by the same is at his own risk, as

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-6 SUBMITTAL PROCEDURES

the City will not be responsible for any expense incurred by the Contractor for changes to make the same conform to the drawings as finally approved. Upon approval of the above drawings, lists, prints, design, installation, construction procedures, operation, and other pertinent data required by the project documents, a copy of the same shall be kept with the job site plans, and the fabrications and construction furnished shall be in conformance with the same. However, the approval of the above drawings, lists, prints, design, installation, construction procedures, operation, specifications, or other data shall in no way release the Contractor from his responsibility for the proper fulfillment of the requirements of this Contract nor for fulfilling the purpose of the installation nor from his liability to replace the same should it prove defective or fail to meet the specified requirements.

All changes made to the submittal shop drawings, including other pertinent data required by the Contract Documents, by the Contractor in the form of written or typewritten markings shall be initialed and dated by the Contractor.

When the Contractor takes any exceptions to the project documents, such exceptions shall be brought to the attention of the Officer-in-Charge. The exceptions shall be submitted with the shop drawings together with sufficient details and justifications.

C. PERFORMANCE SCHEDULE:

The Contractor shall provide a construction schedule as specified in General Conditions and Section 112 “Payment and Performance Schedule,” for scheduling and coordinating the work within the contract time.

Approved contract time extensions shall be incorporated into updated schedules, reflecting their effect at the time of occurrence. Failure of the Contractor to comply with these requirements for submittal of the performance schedule and reports shall be cause for no payments by the City. Project status review and update shall be provided each month and submitted with progress payment requests.

D. SUBMITTAL SCHEDULE:

Within 15 calendar days after the Notice to Proceed date, or at a date specified by the Officer-in-Charge, the Contractor shall submit to the Officer-in-Charge, in duplicate, a schedule listing all items that will be submitted for review and approval action by the City. The schedule shall

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-7 SUBMITTAL PROCEDURES

include, among other things, a list of shop drawings and manufacturer's literature, procedures, certificates of compliance, material samples, and guarantees. The schedule shall indicate the type of item, contract requirement reference, the Contractor's scheduled dates for submitting the above items and projected needs for approval answers and procurement dates. In preparing the schedule, adequate time (minimum of 30 calendar days) shall be allowed for CITY review and approval of each submittal; additional time shall be allowed to provide for possible resubmittal. Also, the scheduling shall be coordinated with the approved progress schedule. During the progress of the work the schedule shall be revised and resubmitted as necessary.

E. SUBMITTALS REQUIRED FOR FOREIGN-MANUFACTURED ITEMS:

In addition to the submittal requirements stated above, suppliers of foreign- manufactured items shall submit the names and addresses of companies within the United States that maintain technical service representatives and a complete inventory of spare parts and accessories for each foreign-made item proposed for incorporation into the work. Failure to prove the foregoing capabilities shall be just cause for rejection of the foreign- manufactured items.

F. RECORD DRAWINGS:

Record drawings shall be submitted by the Contractor in conformance with Section 142, “Record Drawings.”

G. MANUFACTURER’S INSTRUCTION MANUALS:

The Contractor shall furnish Manufacturer’s Instruction Manuals on operation and maintenance for all equipment provided with this project.

H. SAMPLES AND TESTING:

Where required in the Specifications, and as determined necessary by the Officer-in-Charge, samples of materials, appliances, and fittings to be used or offered for use in connection with the work shall be submitted to the City at the Contractor’s expense, with information as to their sources, with all shipping charges prepaid, and in such quantities and sizes as may be required for proper examination to establish the quality or equality thereof, as applicable.

All samples shall be submitted in ample time to enable the City to make any necessary examinations, without delay to the work. The Contractor will be held responsible for any loss of time due to his/her neglect or failure to deliver the required samples to the City, as specified.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-8 SUBMITTAL PROCEDURES

Samples also shall be taken during the course of the work, as required by the City. Laboratory tests and examinations that the City elects to make in its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor.

All tests required by the Specifications to be performed by an independent laboratory shall be made at the sole expense of the Contractor.

Material used in the work shall conform to the submitted samples and test certificates as approved by the City.

I. COSTS FOR SERVICES:

Costs for providing services during installation and testing shall be included in the costs for providing the applicable specified equipment.

3. TRANSMITTAL PROCEDURE

A. General: Submittals regarding material and equipment shall be

accompanied by Transmittal Form attached at the end of this section and shall be in accordance with the requirements of the SPECIAL PROVISIONS. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittals of various items shall be made with a single form when the items taken together constitute a manufacturer’s package or are so functionally related that expediency indicates checking or review of the group or package as a whole.

B. A unique number, sequentially assigned, shall be noted on the transmittal

form accompanying each item submitted. Original submittal numbers shall have the following format: “XXX”; where “XXX” is the sequential number assigned by the Contractor. Resubmittals shall have the following format: “XXX-Y”; where “XXX” is the originally assigned submittal number and “Y” is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of Submittal 25.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-9 SUBMITTAL PROCEDURES

C. CONTACT:

Department of Environmental Services City and County of Honolulu 99-989 Iwaena Street Aiea, Honolulu Hawaii

Attention: Edmund Lung, Collections Systems Maintenance Division

D. Deviation From Contract: If the Contractor proposes to provide

material or equipment which does not conform to the specifications and drawings, it shall indicate so under “deviations” on the submittal transmittal form accompanying the submittal copies. The Contractor shall prepare its reason for a change, including cost and time differential. The Contractor shall be responsible for omission or deviation in the submittal. Failure to identify deviation shall be subject to rejection of the submittal without review.

E. Submittal Completeness: Submittals which do not have all the

information required to be submitted, including deviations, shall be considered as not complying with the intent of the contract and are not acceptable and will be returned without review. Contractor is advised to review and assure that all submittals are complete prior to submitting to the Officer-in-Charge.

4. REVIEW PROCEDURE

A. When the contract requires a submittal, the Contractor shall submit, to

the City for review, the specified information in accordance with the Special Provisions and as follows:

1. Ten (10) copies of all the submitted information.

2. Only one (1) set of sample materials need be submitted, unless otherwise directed by the Officer-in-Charge.

B. Unless otherwise specified, within 30 calendar days after receipt of the

submittal by the City the submittal shall be reviewed and the Officer-in- Charge shall return one (1) copy of the marked-up submittal or detailed shop drawing comment forms. The returned submittal shall indicate one of the following actions:

1. If the review indicates that the material, equipment or work

method is in general conformance with the design concept and complies with the drawings and specifications, submittal copies

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-10 SUBMITTAL PROCEDURES

will be marked “APPROVED.” In this event the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal.

2. If the review indicates minor corrections are required, copies will

be marked “FURNISH AS CORRECTED.” The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in the O&M data, a corrected copy shall be provided in the O&M Manual.

3. If the review reveals that the submittal is insufficient or contains

incorrect data, copies will be marked “REVISE AND RESUBMIT.” Except at his/her own risk, the Contractor shall not undertake work covered by this submittal until the submittal has been revised, resubmitted and returned and marked either “APPROVED,” or “FURNISH AS CORRECTED.”

4. If the review indicates that the material, equipment, or work

method is not in general conformance with the design concept or in compliance with the drawings and specifications, copies of the submittal will be marked “REJECTED.” Submittals with deviations which have not been identified clearly may be rejected. Except at its own risk, the Contractor shall not undertake work covered by such submittals until a new submittal is made and returned marked either “APPROVED,” or “FURNISH AS CORRECTED.”

C. No changes shall be made by the Contractor. The resubmittals shall

be a complete set and not just the portions that have been changed.

D. Unless otherwise approved by the Officer-in-Charge, shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the drawings or other approved means that the Contractor has checked the shop drawings and that the work or equipment shown is in accordance with contract requirements and has been checked for dimensions and relationship with work of all other trades involved. All deviations from the plans and specifications shall be listed. The practice of submitting incomplete or unchecked shop drawings for the City to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Officer-in-Charge, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the contract documents and will be returned to the Contractor for resubmission in the proper form.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-11 SUBMITTAL PROCEDURES

E. The City shall be allowed by the Contractor to contact manufacturers, dealers, vendors, suppliers, and subcontractors directly for the sole purpose of expediting the submittal process.

5. EFFECT OF REVIEW OF CONTRACTOR’S SUBMITTALS

A. The City’s review of drawings, methods of work, or information regarding

materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the City or by any officer, employee, agent, consultants or subcontractor thereof, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed, unless the Contractor has called attention to such deviations, in writing, by a letter accompanying the drawings and the City approved the change or deviations, in writing, at the time of submission; nor shall review by the City relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Officer-in-Charge, he/she shall state in his/her letter whether or not such deviations involve any deduction or extra cost adjustment. A mark of “APPROVED” or “FURNISH AS CORRECTED” shall mean that the City has no objection to the Contractor, upon its own responsibility, using the plan or method of work proposed or providing the material or equipment proposed.

B. If such deviation is not indicated to the City in writing, and such

deviation is inadvertently approved, such approval will be rescinded and any cost related to redoing the work to conform to the plans and specifications shall be borne by the Contractor.

C. The approval of the above drawings, lists, prints, specifications, or other

data shall in no way release the Contractor from his/her responsibility for the proper fulfillment of the requirements of this contract nor for fulfilling the purpose of the installation nor from his/her liability to replace the same should it prove defective or fail to meet the specified requirements.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 140-12 SUBMITTAL PROCEDURES

--END SECTION 140--

Rejected  Revise and Resubmit 

Furnish As Corrected  Approved 

REHABILITATION OF SEWER LINES ON OAHU PROTECTION IN CONTRACT NO. 007 141-1 SHIPMENT AND STORAGE

SECTION 141 PROTECTION IN SHIPMENT AND STORAGE This special provision shall supplement Subsection (b) of Section 5.4.6, "Payment for Delivered Materials or Equipment", of the GENERAL CONDITIONS. 1. GENERAL

All materials to be installed under the Contract shall be properly prepared and crated for shipment and handled during shipment and storage to prevent damage. The materials shall be properly stored, handled, and protected per manufacturer's requirements and recommendations during all phases of construction until final acceptance of the Project and such material by the City. Protective coatings and wrappings shall be removed and cleaned from the materials immediately prior to painting or final inspection.

The Contractor shall assume sole responsibility for all defects, losses, damages, and theft of any material until final acceptance of the Project.

City personnel or its representatives will not accept deliveries of materials for the Contractor.

The above requirements shall apply to all materials provided for the Project including, but not limited to, Cured-in-Place pipe (CIPP) felt tubing, resin, PVC pipe, HDPE pipe, and appurtenances.

2. CIPP FELT TUBING, RESIN AND APPURTENANCES

CIPP lining materials (liner, resin, etc.) and appurtenances shall be handled, stored, protected, transported, and installed as recommended by the manufacturer. CIPP lining materials shall be stored and handled such that the materials including the tube layers and coatings are protected from physical damage or other deterioration. CIPP lining materials and appurtenances susceptible to sun and light deterioration (i.e., UV ray) shall be adequately protected.

3. PVC PIPE, HDPE PIPE, AND APPURTENANCES

PVC pipe, HDPE pipe, and appurtenances shall be handled, stored, protected from physical damage and other deterioration (i.e. UV ray, heat), transported, and installed as recommended by the manufacturer.

4. MEASUREMENT AND PAYMENT

The cost of the work under this special provision shall not be paid for directly but shall be considered included in the prices bid for the various items of work.

--END SECTION 141--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 142-1 RECORD DRAWINGS

SECTION 142 RECORD DRAWINGS 1. GENERAL

Record Drawings refer to those documents maintained and annotated by the Contractor during construction and are defined as a neatly and legibly marked set of work order maps or drawings documenting pertinent information for sewer mains, sewer laterals, and sewer manholes.

2. EXECUTION

Contractor shall be responsible for furnishing his/her own 100 percent size record drawings set based on the latest Work Order Documents. The Building Permit drawings, i.e., the Job Site Set, Building Department set, etc., shall not be used for record drawing markups. Record Drawings shall be in legible condition. Marking and notes for the as-built shall be kept current and shall be done at the time the material is installed or the work is performed. Annotations to the record drawings shall reference the specific work order modifications. Annotations without these reference numbers will not be considered complete.

Below is a list of asset information to be provided:

Sewer Mains Sewer ID Diameter Rehabilitation/Repair:

Rehabilitation or Repair Technology, pipe material, including method of cure Install Date Thickness, Pre-cured Post CCTV Length Number of Laterals Reinstated Lateral Locations and Clock Positions Replacement: Method of Installation, pipe material Install Date Post CCTV Length Number of Laterals Reinstated Lateral Locations and Clock Positions Pipe Material

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 142-2 RECORD DRAWINGS

Laterals Sewer ID Diameter Rehabilitation: Rehabilitation/Repair Technology Install Date Thickness, Pre-cured LL Length Sewer Manholes Sewer ID Rehabilitation Technology Install Date

3. PAYMENT

Upon completion of the work order, prior to final payment, the Record Drawings shall be submitted to the Officer-in-Charge. The Record Drawings will not be paid for directly but shall be included in the prices bid for various items of work.

--END SECTION 142--

REHABILITATION OF SEWER LINES ON OAHU ADDITIONAL WORK CONTRACT NO. 007 143-1 AND ACCESS AREAS

SECTION 143 ADDITIONAL WORK AND ACCESS AREAS The Contractor shall be responsible for negotiating, acquiring, and paying compensation for all work and access areas located outside of City jurisdiction that he feels may be necessary to perform the work orders. Written consent-to-enter agreements with property owners may be required for each work or access area arranged by the Contractor and shall contain all terms of the agreement and the signatures of all parties involved. Two (2) copies or one (1) electronic file of each such agreement shall be submitted to the Officer-in-Charge within 7 calendar days of consummation of the agreement. The requirements of the GENERAL CONDITIONS, STANDARD SPECIFICATIONS, and Section 167, Protection of Property,” 168, “Prior Notice of Removal of Surface Encroachment,” and 169, “Restoration of Property,” of the SPECIAL PROVISIONS shall fully apply to the existing improvements within and adjacent to all work and access areas arranged by the Contractor unless other requirements have been negotiated between the property owners and the Contractor and included in the written consent-to-enter agreements. The cost for all work covered under this special provision shall not be paid for directly, but shall be considered included in the prices bid for the various items of work.

--END SECTION 143--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 150-1 MOBILIZATION

SECTION 150 MOBILIZATION This special provision shall amend Section 5.4.3, “Mobilization”, of the GENERAL CONDITIONS. Delete Section 5.4.3 in its entirety and in its place substitute the following: “Mobilization 1. General:

Mobilization shall consist of preparation work and operations, including but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; and for all other work and operations which must be performed, or costs incurred, prior to beginning work on the various items on the project site.

Mobilization costs shall be factored into the unit price cost of the required services.

2. Payment:

Payment for mobilization shall not be made directly but shall be considered incidental included in the prices bid for the various items of work."

--END SECTION 150--

REHABILITATION OF SEWER LINES ON OAHU TELEPHONE, ELECTRICAL CONTRACT NO. 007 153-1 AND WATER SERVICES

SECTION 153 TELEPHONE, ELECTRICAL AND WATER SERVICES This special provision shall supplement Subsection 5.2.2 (n), "Electrical and Water Services", of the GENERAL CONDITIONS. The Contractor shall make his own arrangements for all telephone, electrical, and water services required for the performance of the Contract and shall be responsible for all costs for arranging and utilizing such services. The cost of the work under this section shall not be paid for directly, but shall be considered included in the prices bid for the various items of work. Floating meters for water services will NOT be provided by the City and County of Honolulu, Department of Environmental Services (CCH-ENV) for any work performed under this contract. Should the contractor utilize a potable water source, the contractor shall install a Honolulu Board of Water Supply approved backflow prevention device to prevent cross contamination to the potable water.

--END SECTION 153--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 154-1 EXISTING UTILITIES

SECTION 154 EXISTING UTILITIES This special provision shall supplement Subsection 2.4(b), "Utilities, Underground", of the GENERAL INSTRUCTIONS and Subsection 5.2.21, "Utilities, Underground" of the GENERAL CONDITIONS and SECTION 250 GENERAL CONTRUCTION NOTES. 1. GENERAL

The Contractor shall be responsible for maintaining all existing utilities and services in full operation at all times. Such utilities and services shall include, but not be limited to, sewer, water, drainage, electrical, gas, telephone, and cable television utilities and services.

The Contractor shall be responsible for the protection of existing surface and subsurface utilities, poles, improvements, structures, and facilities within and abutting a work order site, trench excavations, borrow sites, and other work areas. Any utilities the Contractor encounters during the progress of the work, such as telephone lines and ducts, electrical lines and ducts, cable television lines, gas lines, water lines, sewer lines, drain lines, and overhead utility lines shall not be disturbed or damaged unless otherwise instructed in the Contract Documents.

The Contractor shall notify the Officer-in-Charge and the affected utility agency immediately if any utility is damaged or disturbed.

The work orders may contain existing Hawaiian Electric Company (HECO), Spectrum, Hawaiian Telcom, Board of Water Supply (BWS), Hawaii Gas, drainage, sewer facilities or other utilities which must remain in service throughout construction. The Contractor shall comply with the requirements of each utility agency including, but not limited to, those specified in these SPECIAL PROVISIONS.

2. RELOCATIONS

A. Temporary or permanent relocations of underground utilities due to unforeseen conditions to avoid interference with the proposed permanent sewer work shall not be included in any lump sum, unit bid price, or allowance item listed in the Bid Proposal Schedule, but shall be considered an additional cost and shall be determined in accordance with the provisions of Section 5.3, “Modifications: Change Orders; Price Adjustments”, of the GENERAL CONDITIONS, subject to the approval of the Officer-in-Charge. Relocations involving HECO, Spectrum, Hawaiian Telecom or Hawaii Gas shall be performed by the respective utility agency; waterline relocations shall be performed by the Contractor. The Contractor shall be responsible for arranging for the respective utility company to perform the actual relocation of the utility, and for coordination with BWS when performing all necessary excavation, backfilling and surface restoration required for the relocation work.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 154-2 EXISTING UTILITIES

B. Temporary or permanent relocation or alteration of utilities, including overhead utility lines requested by the Contractor for convenience shall be the Contractor’s responsibility, and he shall make all arrangements and bear all costs.

3. Hawaiian Electric Co. (HECO) FACILITIES

Since work order sites may be near existing HECO underground facilities which will remain energized during construction, the Contractor's attention is directed to the following conditions:

A. The Contractor shall exercise extreme caution whenever construction crosses or

is in the proximity of HECO's underground lines. Adequate clearances shall be maintained when operating equipment near the underground lines.

B. The Contractor shall comply with the State of Hawaii's Occupational Safety and

Health Law (HIOSH).

C. When trench excavation is adjacent to, above, or beneath existing HECO surface or subsurface utilities, ducts, poles, structures or facilities, the Contractor shall be responsible for properly sheeting and bracing the excavation to prevent slides, cave-ins and settlements and for protecting and providing support to the existing surface or subsurface utilities, ducts, poles, structures or facilities with beams, struts, or underpinning as required to ensure that no movement or damages occur to such improvements.

D. For pole bracing instructions, the Contractor shall call the HECO Customer

Installation Division at 543-7070, a minimum of two weeks in advance. E. Should it become necessary, any work required to relocate HECO facilities shall

be done by HECO; the Contractor shall be responsible for all coordination and costs if applicable.

F. The Contractor shall be liable for any damages to HECO's facilities. The

Contractor shall report any damages to HECO's facilities to the HECO Trouble Dispatcher at Telephone No. 1-855-304-1212.

4. WATER SYSTEM SPECIFICATIONS

The Honolulu Board of Water Supply's "WATER SYSTEM STANDARDS," Volumes 1 and 2, dated 2002, and all subsequent amendments and additions, shall apply to any water main construction that may be necessary for this project. Should a discrepancy exist between the Standards and these specifications, the latter shall govern.

The Contractor shall notify the Board of Water Supply and the Officer-in-Charge in writing one week prior to commencing work on the water system if such work becomes necessary.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 154-3 EXISTING UTILITIES

The Contractor shall notify the Board of Water Supply of any damage to the existing mains, and the Board of Water Supply will perform the necessary repairs. All costs incurred in this work shall be paid for by the Contractor.

5. COORDINATION WITH UTILITY AGENCIES AND OTHERS

Whenever the trench work crosses or is in close proximity to underground utilities, or if for other reasons during the course of the work it becomes necessary to relocate existing utilities, the Contractor shall notify the Utility Notification Center, which serves as the One-Call Center for Hawaii. The One-Call Center provides advanced warning to excavators of the location of subsurface installations in the area of an excavation for the purpose of protecting those installations from damage. The phone number to request locations of underground utilities is 866-423-7287. To submit a request via the internet visit www.dignsafelyhawaii.com. The website includes what information needs to be submitted by the Contractor prior to excavation and a downloadable Locate Request Form. It also contains a link to Hawaii law Hawaii Revised Stature HRS Chapter 269E “One Call Center Advance Warning to Excavators.”

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 154-4 EXISTING UTILITIES

In addition, the Contractor shall notify and coordinate his operations with the respective agencies affected.

UTILITY AGENCY TELEPHONE

Communication Lines: CATV Spectrum 625-8457 Fiber Optics AT&T 455-1010 Sandwich Isles 540-5748 Communications (SIC) Overhead/Underground Hawaiian Telcom 840-1444 City and County Lines: Fiber Optics Dept. of Transportation Services (DTS) 768-8387 Street Lights DDC 768-8430 Traffic Signals DTS 768-8387 Water Lines Board of Water Supply 748-5460 Board of Water Supply 24-Hour Emergency Hotline 748-5000 State Dept. of Transportation: Highway Street Lights Highway Lighting & Traffic and Traffic Signals

Signal Supervisor 831-6886 Permit Office 831-6712

Other Utility Lines: Gas Hawaii Gas 1-866-423-7287 Electric Hawaiian Electric Company (HECO) 543-7070 548-7961 (outage report) Fuel Oil Hele Gas (Par Hawaii) 547-3924 Chevron Hawaii 961-2563

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 154-5 EXISTING UTILITIES

6. PAYMENT

Reimbursement shall be based on the utility company invoice for temporary and permanent relocation of utilities and appurtenances and other work that the Officer-in-Charge determines will conflict with installation of the Work Order improvements or will pose a safety hazard to the Contractor. Payment shall be made via force account and subject to provisions of Section 5.4.9 “Force Account,” in the GENERAL CONDITIONS and Section 118, “Force Account.”

--END SECTION 154--

REHABILITATION OF SEWER LINES ON OAHU MAINTAINING THE EXISTING CONTRACT NO. 007 155-1 WASTEWATER SYSEM

SECTION 155 MAINTAINING THE EXISTING WASTEWATER SYSTEM The existing wastewater system and facilities shall be maintained in full operation at all times. When the existing wastewater system and facilities are affected by the Contractor's performance of the Contract, the Contractor shall provide adequate provisions to ensure that sewage flow through the existing system and facilities is maintained without spillage. Prior to the commencement of each work order assignment, the Contractor shall submit a Wastewater Spill Mitigation Plan for approval to the Officer-in-Charge. The Wastewater Spill Mitigation Plan shall detail the procedures and provisions that the Contractor will implement to ensure uninterrupted sewage flow throughout the Project and, should a spill occur, regulatory agencies' requirements are satisfied. Any revisions to the plan requested by the above agencies prior to approval shall be the responsibility of the Contractor. No construction activities involving the existing wastewater system and facilities will be allowed until the Contractor's Wastewater Spill Mitigation Plan has been approved. The Contractor's Wastewater Spill Mitigation Plan, at minimum, shall include: 1. The Contractor's sewage diversion and bypass pumping plan which has been approved

by the Officer-in-Charge before any diversion of sewage flows has started. 2. Specific details of all work which will affect the existing wastewater facilities. 3. A project schedule indicating when work affecting the existing wastewater facilities will

occur. 4. Spill prevention, mitigation, containment, treatment, and disposal provisions and

procedures to be implemented whenever the existing wastewater facilities are affected. Reference SPECIAL PROVISIONS Section 163, "Environmental Pollution Control".

5. Reporting requirements which conform with the current edition of Department of Health

(DOH) Wastewater Branch's (telephone no. 586-4294) "Protocol for Sewage Spills" and which include immediate coordination with DOH and Division of Environmental Quality of the City Department of Environmental Services (EQ) (telephone no. 768-3279) through the Officer-in-Charge. A January 2002 edition of the "Protocol for Sewage Spills" has been attached hereto as SPECIAL PROVISIONS pages 155-3 through 155-6 for information only. The Contractor shall obtain a current official copy of the "Protocol for Sewage Spills" from DOH.

6. Acknowledgement of the requirements of SPECIAL PROVISIONS Section 109, "Permits

and Licenses". 7. Identification of potential liabilities involved with working with the wastewater system,

sewage spills, reporting requirements should spills occur, and monitoring requirements of pollutant discharges into receiving waters.

REHABILITATION OF SEWER LINES ON OAHU MAINTAINING THE EXISTING CONTRACT NO. 007 155-2 WASTEWATER SYSEM

The Contractor shall be liable for any fines and damages relating to sewage spills or the failure to maintain normal sewage flows in the existing wastewater system. The Contractor shall be responsible for coordination of his work with the Officer-in-Charge to ensure that his intended work procedures will be compatible with the design and operation of the existing wastewater system and the new wastewater improvements being constructed under this contract. The Contractor shall be responsible for any damages to the existing wastewater system and facilities caused by his construction activities. This includes, but is not limited to, existing sewer lines, manholes, and other improvements. The Contractor shall be responsible for all costs to return all facilities and property back to its original working conditions. This includes, but is not limited to, restoring or replacing all materials, equipment, property, or improvements damaged or disturbed as a result of the Contractor's activities. The Contractor shall keep all existing sewer manholes and sewer lines accessible to City maintenance crews at all times. Temporary barricades, steel plating, and other provisions shall be installed as required to allow the City emergency access to these existing sewer facilities at all times. Payment for all costs and work performed under this section shall not be made directly but shall be considered included in the prices bid for the various items of work. Payment for sewer flow control for CCTV inspection of 54” to 60” pipe shall include temporary bypass piping and pumps, controls, stand-by equipment, placement, burying (where required), plugs, and all appurtenances needed to complete the work assuming an average flow rate of 3.78 MGD, including traffic control and no trench work. Payment for sewer flow control for sewer line rehabilitation shall include temporary bypass piping and pumps, controls, stand-by equipment, placement, burying (where required) and removal of bypass lines and site restoration as required, plugs, and all appurtenances needed to complete the work (Excluding special-duty police officer/flagman, excavation, backfill and pavement restoration). Protocol for Sewage Spills (Revised January 2002) follows on SPECIAL PROVISIONS pages 155-3 through 155-6:

REHABILITATION OF SEWER LINES ON OAHU MAINTAINING THE EXISTING CONTRACT NO. 007 155-3 WASTEWATER SYSEM

PROTOCOL FOR SEWAGE SPILLS (Revised January 2002) Spills to Surface Waters 1. The County or Federal agency shall immediately notify the Chief of the Clean Water

Branch (586-4309) on all spills into State Waters.

If a spill occurs on the neighbor islands, the County or Federal agency shall immediately notify the Environmental Health Program (EHP) chief or their representatives:

Kauai District Health Office (DHO) (241-3323); Maui DHO (984-8234, 984-8200); or Hawaii DHO (974-6006)

During non-working hours contact the:

Call the State Hospital Operator (24 hrs.) at 247-2191. The next working day notify the Clean Water Branch and the respective district EHP chief with a follow-up call.

2. As part of the requirement, the County or Federal agency shall immediately send out a

press release for spills over a thousand gallons and for lesser spills if they present a substantial threat to public health. The press release shall describe the location of the spill, the amount of sewage released, what caused the spill, and what is being done to rectify the situation. Also, include a contact person and telephone number (including an after hours/weekend contact). Fax or telephone the press releases to the following:

* Associated Press (for radio dissemination) (Phone No. 536-5510) * Major statewide and island newspapers * Major television news stations * Department of Health (Fax No. 586-4444)

For neighbor island spills also include your respective island EHP chiefs:

Kauai DHO (Fax No. 241-3566) Maui DHO (Fax No. 984-8222) Hawaii DHO (Fax No. 974-6000)

3. Sewage that is spilled into near shore waters shall be disinfected prior to being

discharged if sufficient disinfection contact time is available. Best judgment should be used in determining the amount of chlorine added to the discharge if chlorine is used as a disinfectant.

4. The County or Federal agency shall immediately post "Warning Signs" in the areas likely

REHABILITATION OF SEWER LINES ON OAHU MAINTAINING THE EXISTING CONTRACT NO. 007 155-4 WASTEWATER SYSEM

to be impacted by the spill and where public access is possible. 5. The DOH shall also assure that sufficient number and location of the "Warning Signs"

have been posted. Authorization to remove the signs will also come from the DOH. 6. The County or Federal agency shall conduct bacteria (enterococci and either clostridium

perfringens or fecal coliform) sampling of spills greater than 100 gallons, or when public health may be threatened in the area in the receiving water affected by the discharge as soon as possible. The results shall be submitted to the DOH immediately. Monitoring shall continue until notification to stop is received from the DOH.

7. The DOH shall be informed of the sampling stations and may modify the number of

stations and site selection. 8. The DOH may require additional bacteria monitoring by the County or Federal agency to

supplement their existing monitoring program, as may be necessary or appropriate. The DOH may also require the County or Federal agency to post additional "Warning Signs" as needed and may assist in removal of the signs.

9. The County or Federal agency shall submit a written report of the details of the spill

within five (5) calendar days of the incident to the Director of Health. The report shall include the cause of the incident, clean up efforts, remedial actions to prevent future incidents, a summary of the sampling data, a map of the sampling locations and public notification procedures if applicable.

REHABILITATION OF SEWER LINES ON OAHU MAINTAINING THE EXISTING CONTRACT NO. 007 155-5 WASTEWATER SYSEM

Spills Not Reaching Surface Waters Spills within the Confines of a Wastewater Facility (where public access is restricted): 1. Immediate reporting of minor spills (less than 1,000 gallons but greater than 50

gallons) within the confines or fence line of a wastewater facility is not required but should be recorded by operating personnel. Spill records are to be tabulated and kept onsite for review by DOH personnel.

2. Major (greater than 1,000 gallons) or chronic (occurring more than twice within a 12

month period) spills within the confines or fence line of a wastewater facility shall be immediately reported to the Chief of the Wastewater Branch (586-4294). The County or Federal agency shall submit a written report of the details of the spill within five (5) calendar days of the incident to the Director of Health. The report shall include the cause of the incident, clean up efforts, and remedial actions to prevent future incidents.

Spills Outside of the Confines of a Wastewater Facility: 1. The County or Federal agency shall immediately notify the Chief of the Wastewater

Branch (586-4294) of all spills greater than a thousand gallons that have not entered State Waters.

If a spill that is greater than a thousand gallons occurs on the neighbor islands, the County or Federal agency shall immediately notify the Environmental Health Program chiefs or their representatives:

Kauai DHO (241-3323); Maui DHO (984-8234, 984-8200); or Hawaii DHO (974-6006).

During non-working hours contact the:

Call the State Hospital Operator (24 hrs.) at 247-2191. The next working day notify the Wastewater Branch or on the neighbor islands, the respective district EHP chief with a follow-up call.

REHABILITATION OF SEWER LINES ON OAHU MAINTAINING THE EXISTING CONTRACT NO. 007 155-6 WASTEWATER SYSEM

Spills Outside of the Confines of a Wastewater Facility (continued): 2. As part of the requirement, the County or Federal agency shall immediately send out a

press release for spills over a thousand gallons and for lesser spills if they present a substantial threat to public health. The press release shall describe the location of the spill, the amount of sewage released, what caused the spill, and what is being done to rectify the situation. Also, include a contact person and telephone number (including an after hours/weekend contact). Fax or telephone the press releases to the following:

* Associated Press (for radio dissemination) (Phone No. 536-5510) * Major statewide and island newspapers * Major television news stations * Department of Health (Fax No. 586-4444)

For neighbor island spills also include your respective island DHOs:

Kauai DHO (Fax No. 241-3566) Maui DHO (Fax No. 984-8200) Hawaii DHO (Fax No. 974-6006)

3. Sewage that is spilled shall be disinfected prior to being discharged if sufficient

disinfection contact time is available. 4. The County or Federal agency shall submit a written report of the details of spills greater

than a thousand gallons within five (5) calendar days of the incident to the Director of Health. The report shall include the cause of the incident, clean up efforts, remedial actions to prevent future incidents, and public notification procedures if applicable.

5. The County or Federal agency shall immediately post "Warning Signs" in the vicinity of

the discharge area where public access is possible. All spill sites shall be cleared of all debris and standing wastewater, and disinfected. Areas containing standing wastewater which cannot be removed shall be limited to public access by having the area roped off or limited by other means.

6. For spills less than a thousand gallons immediate reporting is not required. A tabulated

summary of spills less than a thousand gallons shall be submitted quarterly to DOH. 7. Reporting of leaks or breaks in pipelines discovered during inflow/infiltration repair work

is not required. These situations are considered exfiltration.

Contractor shall notify Construction Manager of all spills. Construction Manager will inform the appropriate parties/agencies.

--END SECTION 155--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 156-1 CONFINED SPACE ENTRY

SECTION 156 CONFINED SPACE ENTRY 1. GENERAL:

For entry by City personnel, including its inspectors and representatives, into a permit required confined space as defined in 29 CFR Part 1910.146(b), the Contractor shall be responsible for providing:

A. All safety equipment required by the confined space regulations applicable to all

parties other than construction industry, to include, but not limited to, the following:

(1) Full body harnesses for up to two (2) personnel.

(2) Lifeline and associated clips.

(3) Ingress/egress and fall protection equipment.

(4) Two-way radios (walkie-talkies) if out of line-of-sight.

(5) Emergency (escape) respirator (10 minute duration).

(6) Cellular telephone to call for emergency assistance.

(7) Continuous gas monitoring instrument (calibrated) to measure oxygen

content, and concentrations of hydrogen sulfide, carbon monoxide and flammable gases (capable of monitoring at a distance at least 20 feet away).

(8) Personal multi-gas detector to be carried by inspector.

B. Continuous forced air ventilation adequate to provide safe entry conditions. C. One attendant/rescue personnel topside (two, if conditions warrant it) for each

entrant into a confined space.

All safety equipment shall comply with the standards of the Occupational Safety and Health Administration (OSHA) and all applicable Federal, State, and City laws and regulations relating to safety.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 156-2 CONFINED SPACE ENTRY

2. SAFETY AND EXPERIENCE:

The Contractor shall have a documented, in-place safety program which meets or exceeds all Federal and State OSHA regulations, with special emphasis on hazard-free work in confined spaces and sewage environment. Additionally, the Contractor shall submit documentation of confined space training certification for all personnel performing confined space entry at preconstruction conference.

3. PAYMENT:

The cost of the work covered under this section shall not be paid for directly, but shall be considered included in the prices bid for the various items of work.

--END SECTION 156--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 157-1 WORK ON CITY STREETS

SECTION 157 WORK ON CITY STREETS This special provision shall supplement Section 5.2.13, "Protection of Pedestrians and Vehicular Traffic; Access to Property", of the GENERAL CONDITIONS. A permit shall be obtained from the Department of Transportation Services (DTS), City and County of Honolulu, before work on any portion of a public street or highway may begin. The Contractor shall provide, install, and maintain all necessary signs and other protective facilities, which shall conform with the "Hawaii Administration Rules Governing the Use of Traffic Control Devices at Work Site On or Adjacent to Public Streets and Highway" adopted by the Director of Transportation, and the current U.S. Federal Highway Administration's "Manual on Uniform Traffic Control Devices for Street and Highways, Part VI Traffic Controls for Street and Highway Construction and Maintenance Operations" and the provisions of SPECIAL PROVISIONS Section 158, "Traffic Control." Payment for providing, installing, and maintaining signs and other protective facilities shall be as specified in Section 158. The working hours on any City street shall be from 8:30 a.m. to 3:30 p.m., Monday through Friday, or as approved by DTS and the Officer-in-Charge. During working hours, the Contractor shall maintain a roadway suitable for two-way traffic. During non-working hours, all trenches shall be covered with a safe non-skid bridging material and all lanes shall be opened to traffic. During working hours, the Contractor shall hire the necessary special-duty police officer/flagman to provide smooth flow of traffic as required by DTS. Payment for said police officer/flagman shall be paid at the unit price amount listed in the Bid Proposal Schedule as specified in Special Provisions Section 158, "Traffic Control", and said payments shall be made only if approved by the Officer-in-Charge. Where pedestrian walkways exist, they shall be maintained in passable condition or other facilities for pedestrians shall be provided. Passage between walkways at intersections shall likewise be provided. The Contractor shall reference, to the approval of DTS, all existing traffic signs, posts and pavement markings prior to the commencement of construction. The Contractor shall replace or repair all traffic signs, posts, and pavement markings disturbed by his activities. The Contractor shall notify Department of Facilities Maintenance at 768-3644 one (1) week prior to any work to be done on signs, posts and pavement markings. Driveways shall be kept open unless the owners of the property using these rights-of-ways are otherwise provided for satisfactorily and/or agree to temporary driveway or other access blockages. The requirements of SPECIAL PROVISION Section 166, “Access to Property” shall apply.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 157-2 WORK ON CITY STREETS

The Contractor shall notify emergency personnel (i.e. the Honolulu Police Department, the Honolulu Fire Department and the ambulance services) of the construction work in progress and the blocking or complete closure of any street during construction. Normal curbside access for refuse pickup, which shall include yard waste, recyclables and bulky items pickup, shall be maintained where possible. If normal curbside refuse service cannot be maintained, the Contractor shall make arrangements with the City Refuse Division and homeowners for an alternative refuse pickup location on the regular scheduled refuse pickup days. The Contractor shall be responsible for transporting refuse containers to the alternate refuse pickup location and returning the refuse containers to the respective homes. The Contractor shall provide the refuse containers with a suitable temporary means of identification, such as an identification tag, to ensure that the refuse containers are returned to their respective homes. The Contractor shall notify the Department of Transportation Services, Public Transit division at 768-8396 and Oahu Transit Services, Inc. (bus operations: 848-4578 or 848-6016 and para-transit operations: 454-5041 or 454-5020) of the scope of work, location, proposed closure of any street, traffic lane, sidewalk, or bus stop and duration of project at least two (2) weeks prior to construction. The Contractor shall notify the Joint Pole Committee two (2) weeks in advance of any relocation of utility pole(s) that may be necessary. If work on the street lighting system is necessary, the Contractor shall notify the Mechanical/Electrical Design and Engineering Division, Department of Design and Construction, at 768-8430, three (3) working days prior to commencing such work. Existing street lighting shall remain operational during construction. Any relocation required shall be approved by the Mechanical/Electrical Design and Engineering Division and paid for by the Contractor. The Contractor shall be responsible for any damages to existing street lighting facilities and damages shall be repaired by the Contractor at his total cost.

--END SECTION 157--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 158-1

TRAFFIC CONTROL

SECTION 158 TRAFFIC CONTROL The Contractor shall prepare and obtain approved traffic control plans where required under this contract. Traffic control work implemented by the Contractor shall comply with his approved plans and satisfy the requirements of this special provision. Traffic control work required for sewer flow control and bypassing shall be as specified in SPECIAL PROVISIONS Section 216, "Sewer Flow Control." This special provision supplements Section 5.2.13, "Protection of Pedestrians and Vehicular Traffic; Access to Property," of the GENERAL CONDITIONS. The requirements of SPECIAL PROVISIONS Section 109, "Permits and Licenses" and Section 157 "Work on City Streets," shall be referenced and appropriately coordinated. 1. DESCRIPTION: This section shall govern furnishing, installing, maintaining and subsequently removing

traffic control devices to control traffic during construction as indicated in the GENERAL CONDITIONS, the Contractor's approved traffic control plans and street usage permit, and as specified herein. The work shall also include services from special-duty police officer/flagman, if required. The work shall conform to applicable provisions of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), as amended, published by the Federal Highway Administration, the GENERAL CONDITIONS, and the Contractor's approved traffic control plans.

The Contractor’s traffic control plans shall be designed by an engineer licensed in the

State of Hawaii and approved by the City. Design of the Contractor's traffic control plans and obtaining approvals from the City’s Department of Transportation Services (DTS) and/or Department of Planning and Permitting (DPP), shall be the total responsibility of the Contractor. The Officer-in-Charge, prior to issuing the work order notice-to-proceed, will allow reasonable time for the design and obtaining approval of traffic control plans.

2. SUBMITTALS: Submittals shall be made in accordance with Special Provision 140, “Submittal

Procedures.” The Contractor’s Traffic Control Plans are required to include the following:

a. All signs and their placement

b. All traffic movements indicated by arrows c. Positions of flagmen and/or special duty police officers d. All barricades, cones, delineators, signs and their placement

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 158-2

TRAFFIC CONTROL

e. Any other pertinent information. A copy of each submittal of the Contractor’s modified traffic control plans to DTS and/or

DPP shall also be submitted to the Officer-in-Charge. Upon final approval, a copy of the Contractor's approved modified traffic control plans shall be submitted to the Officer-in-Charge.

Schedules: The Contractor shall submit schedules in writing to the Officer-in-Charge for

lane and road closures and detours in accordance with the approved traffic control plans and permits. The submittal shall contain a brief description of the work and the time when the work is to be done and shall conform to the traffic control plans and permits. The schedules shall be submitted 7 calendar days before the date such lane, road closures and detours are scheduled to begin.

Traffic Advisory: The Contractor shall submit a weekly schedule by noon the Thursday prior for distribution to the media via the Department of Environmental Services’ Public Information Officer. The weekly schedule shall include the street addresses that will be affected by the upcoming work. Failure to meet this deadline may require the Contractor to publish a “Notice to Motorists” in the local paper at the discretionary direction of the Officer-in-Charge. Payment for the notice will be incidental to the Work Order, as defined by SPECIAL PROVISION Section 159, “Legal Notice.”

3. MATERIALS: Materials shall meet all applicable Contract and regulatory agencies' requirements. 4. DETAILS:

A. All barricades, signs, cones, barriers, lights, flashing signals, and other traffic control devices shall be furnished, installed and maintained as shown in accordance with the requirements of the Contract. In event of conflict between provisions cited therein, the more restrictive laws, rules, regulations or requirements shall apply. The approved traffic control plans and the SPECIAL PROVISIONS specify the minimum requirements for traffic control work for the Project.

B. Construction within and on public and private streets shall be limited to the

specified in these SPECIAL PROVISIONS or approved by the City, as applicable.

C. During non-working hours or during any suspension of work, open trenches and other excavations shall be covered with anchored non-skid steel plates.

D. No materials or equipment shall be stored where they will interfere with the free

and safe passage of public traffic. At the end of each day's work or when construction activities are suspended for any reason, the Contractor shall remove all materials, equipment and other obstructions to permit free and safe passage

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 158-3

TRAFFIC CONTROL

of public traffic.

E. All barricades, construction and warning signs, and other traffic control devices shall be kept in good condition throughout their usage. The Contractor shall repair, repaint, clean, or replace the barricades, signs or other devices as necessary to maintain their effectiveness and appearance or as directed by the Officer-in-Charge. The Officer-in-Charge shall be the sole judge in determining the suitable condition of each barricade, sign, or other traffic control device.

F. During any suspension of work, the Contractor shall provide for public traffic to

pass through the work over a reasonably smooth and even surface and with as little inconvenience and delay as possible.

G. Detours not specifically provided for on the approved traffic control plans (for

passage of public traffic) to facilitate the Contractor's operations or detours used exclusively by the Contractor for hauling materials and equipment shall be constructed, maintained and removed by the Contractor at his expense. The Officer-in-Charge will have the authority to regulate the Contractor's hauling over such detour if such hauling, in the judgment of the Officer-in-Charge, interferes with the free and safe passage of public traffic.

H. All detours shall be approved in writing by the City, as applicable, and by the

Officer-in-Charge.

I. The Contractor shall notify the Department of Transportation Services, Public Transit division at 768-8396 and Oahu Transit Services, Inc. (bus operations: 848-4578 or 848-6016 and para-transit operations: 454-5041 or 454-5020) of the scope of work, location, proposed closure of any street, traffic lane, sidewalk, or bus stop and duration of project at least two weeks prior to construction.

J. As designed by the Office-in-Charge, the Contractor shall give two (2) weeks advance notice to the Police Department, Fire Department, ambulance services (i.e., City, State, private), and any public transit or public utility company of any work that may affect their operations, including any road closures.

5. PAYMENT:

A. Special Duty Police: Payment for the hiring of special-duty police officer(s) for traffic control work under this special provision shall be based on Section 5.4.2 Allowance Items, of the General Terms and Conditions. The reimbursement shall include compensation for the Officer at the current rate, administrative fees charged by the Honolulu Police Department, plus a maximum of twenty percent inclusive of any other costs, such as but not limited to workers’ compensation, administrative costs, insurance fee, overhead/profit, bond fee, and applicable taxes. Hours shall be verified and based on the inspector’s daily field reports, and police invoice submitted.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 158-4

TRAFFIC CONTROL

B. Flagman: Should the Contractor use a private company for flagman services, the Contractor shall ensure that the unit cost shall be fair and reasonable based on said company’s usual charge for traffic control services, and shall be compensated at the same hourly rate paid to the private company or based on the invoice from the private company, upon review and approval from the Officer-in-Charge. Payment shall be made via force account and subject to the provisions of Section 5.4.9 “Force Account,” in the GENERAL CONDITIONS and Section 118, “Force Account.”

C. Pipe Rehabilitation: Payment for traffic control plans and devices for pipe rehabilitation shall be made per every 500 linear feet of pipe to be rehabilitated in streets, rounded either up or down to the nearest 500-foot increment or a minimum of one per Work Order where an access point is located within the roadway.

D. Point Repairs/Wye-Connections: Payment for traffic control plans and devices

for point repairs and wye connections outside of point repairs shall be made per sewer line segment per every 20 linear feet of pipe to be repaired in streets, rounded either up or down to the nearest 20-foot increment.

E. Full Pipe Replacement: Payment for traffic control plans and devices for

Manhole-to-Manhole Full pipe replacement shall be made per sewer line segment per every 50 linear feet of pipe to be replaced in streets, rounded either up or down to the nearest 50-foot increment.

F. Sewer Manhole Installation: Payment for traffic control plans and devices for

Sewer Manhole Installation shall be made per sewer manhole installation in streets.

G. CCTV/Cleaning: Payment for traffic control work for CCTV and/or Cleaning only

shall be made per every 500 linear feet of pipe to be CCTV and/or Cleaned in streets, rounded either up or down to the nearest 500-foot increment or a minimum of one per Work Order where an access point is located within the roadway.

H. Chemical Grouting: Payment for traffic control for chemical grouting shall be

made per sewer segment to be grouted in streets. Payment for traffic control plans and devices shall include design and approval of traffic control plans, supplying all traffic control devices, placement, maintenance, and removal of traffic control devices and detours, cleanup, restoration, and all incidentals.

--END SECTION 158--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 159-1 LEGAL NOTICE

SECTION 159 LEGAL NOTICE Upon request by the Officer-in-Charge, the Contractor shall publish a legal notice in a newspaper of general circulation for three (3) consecutive days, one week prior to starting a work order assignment, to inform the public of the proposed work. The legal notice shall be coordinated with the Officer-in-Charge and shall contain, but shall not be limited to, the following information: 1. Map of the project area, identifying street(s) to be affected, together with a general

description of the work to be undertaken. 2. The date work will start and the approximate date of completion. 3. Working hours and days of work. 4. Detour pattern, if any, and description of traffic flow in detour area. 5. Suggestion that motorists use alternative routes and drive with caution in the

construction area. 6. If the project will be constructed in phases, include phases and anticipated start and

completion dates. 7. Any other information which will be useful to the public. The Contractor shall submit a sample of the notice to the Officer-in-Charge for approval at least one (1) week in advance of publication. The notice shall be professionally prepared to the satisfaction of the Officer-in-Charge and shall not be hand printed or drawn. The cost of the work covered under this section, including coordination and advertisement, shall be paid for by Force Account.

--END SECTION 159--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 160-1 PERMITTED WORK HOURS

SECTION 160 PERMITTED WORK HOURS The Contractors for this contract shall perform all construction activity within permitted work hours: 1. Normal Work Hours

A. For work within City public roadway areas, excluding days of full length main line CIPP inversion and curing, the contractor may work from 8:30 a.m. to 3:30 p.m., Monday through Friday, except holidays.

B. For work within City easements, excluding days of full length main line CIPP

inversion and curing, the contractor may work from 8:00 a.m. to 5:00 p.m., Monday thru Friday, except holidays, unless otherwise designated by the Officer-in-Charge or Regulating Agency.

C. For work within State public roadway areas, excluding days of full length main

line CIPP inversion and curing, the contractor may work from 8:30 a.m. to 3:00 p.m., Monday thru Friday, except holidays, unless otherwise designated by the Officer-in-Charge or Regulating Agency.

2. Extended Work Hours

A. For days of full length main line CIPP inversion and curing, the contractor may

work from 8:30 a.m. to 8:00 p.m., Monday through Friday, except holidays, upon receiving written approval from the Officer-in-Charge, and where applicable, the Department of Transportation Services, State Department of Transportation, or State Department of Health, whichever is the most stringent. No claim for financial compensation or claim for lost time in the project schedule shall be made by the Contractor, should any of the extended hours not be granted, or later revoked or reduced. The Contractor shall obtain permission from the Officer-in-Charge if he/she would like to work extended hours. The Contractor will be responsible for overtime inspections in accordance with Section 5.2.11 Overtime Inspection of the GENERAL CONDITIONS, and SP 132 OVERTIME INSPECTIONS of these SPECIFICATIONS.

--END SECTION 160--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 162-1 CONSTRUCTION AREA APPEARANCE

SECTION 162 CONSTRUCTION AREA APPEARANCE This special provision shall supplement Section 5.2.23, "Maintenance of Site and Final Cleanup", of the GENERAL CONDITIONS. 1. GENERAL

The Contractor shall, throughout the duration of each work order assignment, keep all streets, sidewalks, driveways, public and private properties, baseyards, and staging areas free from debris produced from the assignment. The Contractor shall keep each work area and all surrounding areas neat and free from dust nuisance. The City may require supplementary measures as necessary.

Upon completion of each work order assignment, the Contractor shall immediately remove all excess material and shall thoroughly clean the affected area.

Upon completion of the work, the Contractor shall remove all equipment, signs, and unused materials provided for the work and shall restore the affected site to a neat and clean condition and do all other required cleaning as specified above or as directed by the Officer-in-Charge.

Should the Contractor fail to comply with the foregoing provisions, the City may, with or without notice, cause the cleaning to be done and deduct the cost of such work from any moneys due the Contractor under this Contract.

2. MEASUREMENT AND PAYMENT

The cost of the work under this section shall not be paid for directly but shall be considered included in the prices bid for the various items of work.

--END SECTION 162--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 163-1 ENVIRONMENTAL POLLUTION CONTROL

SECTION 163 ENVIRONMENTAL POLLUTION CONTROL This special provision shall supplement Section 5.2.15, "Environmental Pollution and Hazardous Materials, Substances and/or Waste Control,” and modify Section 5.2.16, "Noise Control," of the GENERAL CONDITIONS. 1. Wastewater Discharges/Spills

A. The Contractor shall be liable for any treatment of discharges that is required before disposal and for any fines, clean-up costs and damages which may occur through the violation of any federal, state or local law which may be applicable.

B. The Contractor shall be liable for all clean-up costs, fines and damages resulting

from wastewater spills related to any construction activities. The Contractor shall not store chemicals, materials or equipment at the work site unless specifically authorized by the Officer-in-Charge and the Division of Collection System Maintenance (CSM) of the Department of Environmental Services.

C. All sewage spills shall be cleaned up immediately. Every effort must be made to

prevent spills from entering the storm drainage system. After the majority of the sewage from the spill has been removed, the contaminated area(s) shall be disinfected with Triton (manufactured by Zep Inc.) or an approved substitute.

D. The Contractor shall prepare a Wastewater Spill Mitigation Plan as specified in

SPECIAL PROVISIONS Section 155, "Maintaining The Existing Wastewater System". This plan shall be approved by the Officer-in-Charge, prior to commencing construction.

E. For all Contractors’ work affecting existing wastewater facilities, the Contractor

shall anticipate and capture wastewater spills in containers. The Contractor's proposed plan for disposal of any captured wastewater shall be approved by the Officer-in-Charge prior to implementation. The Wastewater Spill Mitigation Plan shall include, at a minimum, spill containment, disposal, clean-up, and treatment methods for the captured wastewater as well as the disposal site. The Contractor shall be liable for all costs associated with the coordination, transport and treatment of wastewater discharges that may be required before ultimate disposal. Reference SPECIAL PROVISIONS Section 109, "Permits and Licenses," and Section 155, "Maintaining The Existing Wastewater System.”

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 163-2 ENVIRONMENTAL POLLUTION CONTROL

2. Pollutants and Hazardous Materials

A. The Contractor shall sample and test the dewatering effluent in accordance with the Contractor's site specific best management practices plan to be prepared and submitted to Department of Health (DOH) for approval. Reference SPECIAL PROVISIONS Section 109, "Permits and Licenses.” It will be unacceptable for the Contractor to discharge polluted water into the existing drainage system during dewatering without treatment.

The Contractor shall, at a minimum, remediate polluted water and shall monitor the treatment process on a regular basis. Only treated water meeting DOH basic water quality criteria shall be discharged into the existing drainage system.

B. During construction, excavation spoils and dewatered materials shall be tested to determine if pollutants as defined by DOH are present in the sediment, excavation spoils and dewatered materials.

C. Pollutants, if encountered in the sediment, excavation spoils and dewatered

materials, shall be removed from the polluted materials in accordance with applicable U.S. Environmental Protection Agency (EPA) rules and regulations, EPA's Resource Conservation and Recovery Act (RCRA), U.S. Department of Transportation regulations, and DOH rules, regulations and policies.

D. If the pollutants are defined as hazardous waste under RCRA, the Contractor

shall clean-up, handle, store, treat, remove and dispose the polluted materials as hazardous waste under RCRA.

E. If the pollutants are not hazardous, the requirements of RCRA shall not apply.

However, the Contractor shall remove the pollutants as defined above by DOH from the polluted excavation spoils and dewatered materials by treatment, and then dispose the treated materials and pollutants, if necessary, in accordance with DOH policies. Excavations shall not be backfilled with the original untreated excavated material if pollutants are present in this material, unless it can be demonstrated to the DOH that backfilling with clean soils will become contaminated or that backfilling with the treated originally excavated material will become re-contaminated due to the existing polluted conditions at the site. In excavations where contamination of the backfill would occur, the backfill to the top of the groundwater table may consist of the original excavated contaminated material covered with uncontaminated material placed on top of the contaminated backfill and a cap of asphalt or concrete.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 163-3 ENVIRONMENTAL POLLUTION CONTROL

F. The Contractor shall submit to the City copies of all test results. The Contractor shall furnish to the City affidavits certifying that polluted excavation spoils and dewatered materials have been treated, all pollutants as defined by DOH have been removed from the materials, only treated water meeting DOH basic water quality criteria has been discharged in the existing drainage system.

G. The City will monitor the Contractor's work, if pollutants are encountered, to

ensure compliance with the above requirements. 3. Odor

The Contractor shall ventilate all sewer manholes and pipelines where man entry is required in accordance with Section 156, "Confined Space Entry,” of these SPECIAL PROVISIONS. Otherwise, any open sewer manholes or openings in the sewer pipe shall be sealed at all times to minimize dispersal of sewer pipe odor above ground. In cases where an opening cannot be sealed because of concerns for worker safety, the opening shall be vented and filtered before release into the atmosphere.

4. Noise

Delete Section 5.2.16, "Noise Control,” of the GENERAL CONDITIONS in its entirety and in its place substitute the following new section:

"5.2.16 Noise Control (a) The Contractor shall comply with the provisions of Chapter 46, Community Noise Control for Oahu, of the State Department of Health, Administrative Rules. When required, the Contractor shall obtain a Community Noise Permit. Construction equipment and on-site vehicles or devices requiring an exhaust of gas or air shall have mufflers. The Contractor shall comply with conditional use of the permit as specified in the rules and the conditions issued with the permit. Should there be a baseyard or stockpile area located adjacent to residences, mitigative measures, such as barriers or berms, shall be developed in the event that noise complaints are received.

(b) Construction activities shall not emit noise in excess of the maximum permissible sound levels for the hours before 7:00 a.m. and after 6:00 p.m. of the same day, Monday through Friday.

Construction activities shall not emit noise in excess of the maximum permissible sound levels for the hours before 9:00 a.m. and after 6:00 p.m. on Saturday.

Construction activities shall not emit noise in excess of the maximum permissible sound levels on Sundays and on State holidays.

(c) Compliance with the provisions of this section by the subcontractors will be the responsibility of the Contractor.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 163-4 ENVIRONMENTAL POLLUTION CONTROL

(d) The Officer-in-Charge will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer, upon the recommendation of the Officer-in-Charge, may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No extension of time or payment for excess costs or damages shall be made for the time lost due to such stop action."

5. Measurement and Payment

The cost of environmental pollution control described in this special provision, including all applicable permits, fees and renewals, shall not be paid for directly, but shall be considered included in the prices bid for the various items of work. The costs due to the impacts of encountering pollutants or hazardous materials shall be considered as additional work and shall be determined in accordance with the provisions of Section 5.3, "Modifications: Change Orders: Price Adjustment” of the GENERAL CONDITIONS.

--END SECTION 163--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 164-1 ARCHAEOLOGICAL MONITORING

SECTION 164 ARCHAEOLOGICAL MONITORING This section shall supplement Section 5.2.19, "Historical and Archaeological Finds,” of the GENERAL CONDITIONS. In the event that any subsurface archaeological sites or remains of historic value such as artifacts or charcoal deposits are encountered, the Contractor shall stop work and immediately notify the Officer-in-Charge and the State Historic Preservation Division, Department of Land and Natural Resources at 692-8015. Subsequently, if the City or the State Historic Preservation Division requires it, the Contractor shall engage the services of a professional archaeologist to assist the City to work and coordinate with the State Historic Preservation Division. If an archaeologist is required for this project, the archaeologist shall meet the following professional qualifications: 1. Have a graduate degree in Anthropology, with a specialization in archaeology from an

accredited institution, and 2. Have at least one year of archaeological field experience (which can be made up of

discontinuous periods of full-time work adding up to one year) or have participated fully in 10 archaeological field projects, and

3. Have a demonstrated ability to carry research to completion, usually shown by

completed theses, publications and manuscripts. The Contractor shall submit the qualifications of the archaeologist prior to the start of the archaeology work. The Contractor shall provide the protective measures or any other requirements, as ordered by the Officer-in-Charge. The Contractor, under the supervision of the Archaeologist, shall deliver all burial materials to SHPD/DLNR for storage. The Contractor, under the supervision of the archaeologist, shall address all burial finds as per SHPD/DLNR direction. Costs due to impacts from the encountering of subsurface archaeological sites or remains of historic value shall not be included in any of the unit price bid items listed in the Bid Proposal schedule but shall be considered additional costs and shall be determined in accordance with the provisions of Section 5.3, "MODIFICATIONS: Change Orders: Price Adjustment" of the GENERAL CONDITIONS.

--END SECTION 164--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 166-1 ACCESS TO PROPERTY

SECTION 166 ACCESS TO PROPERTY This special provision shall supplement Section 5.2.13, "Protection of Pedestrians and Vehicular Traffic; Access to Property", of the GENERAL CONDITIONS.

1. Pedestrian and Vehicular Access to Properties

The Contractor shall provide pedestrian and vehicular access into properties abutting the project site at all times unless other arrangements are made in advance with the property owners and residents. The Contractor shall take all measures necessary to ensure that normal and alternate access provided is safe and convenient. Driveways and other access points to private properties may be temporarily closed to vehicle and pedestrian access only if the affected property owners or residents are otherwise provided for satisfactorily, including providing satisfactory alternate parking locations and access routes. For access blockages lasting more than two consecutive days due to longer-term use of driveways and other access areas for required roadside staging, operations and construction areas, the Contractor shall negotiate directly with individual owners for the use of the area and blockage of access. Any compensation provided to the property owner shall be at the Contractor’s own cost. The Contractor shall document all terms and agreements with the property owners in writing, and two (2) copies of all agreements with signatures of all parties involved shall be forwarded to the Officer-in-Charge within seven (7) calendar days of consummation of the agreement. All alternate access provided by the Contractor shall conform with any and all applicable accessibility requirements pursuant to the Americans with Disabilities Act and related regulations and guidelines.

2. Emergency Vehicle Access to Properties

The existing accesses available for emergency vehicles (i.e., ambulances, fire trucks) to reach all properties in and adjacent to the project site shall be maintained at all times. The Contractor shall be prepared at all times to immediately cover or plate excavations, remove construction personnel, materials, debris, equipment, or any other hindrances, or to provide alternate measures in order to satisfactorily accommodate emergency vehicles and personnel. The Contractor shall be liable for any damages resulting from his failure or delay in providing such access or alternate measures.

3. Failure to Comply with the Above Conditions

If the Contractor fails to comply satisfactorily with any of the provisions of this special provision, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No extension of time or payment for excess costs or damages shall be made for the time lost due to such stop action.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 166-2 ACCESS TO PROPERTY

4. Measurement and Payment

The cost of the work covered under this special provision shall not be paid for directly but shall be considered included in the prices bid for the various items of work.

--END SECTION 166--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 167-1 PROTECTION OF PROPERTY

SECTION 167 PROTECTION OF PROPERTY This special provision shall supplement Section 5.2.18, "Restoration and Precautions", of the GENERAL CONDITIONS. 1. The following shall supplement Subsection 5.2.18(a):

The property to be protected shall include, but not be limited to, all existing improvements, buildings, trees, shrubbery, landscaping, walls, fences, utility lines, roadways, pavements, driveways, curbs and gutters, sidewalks, planting areas, etc., that are adjacent to the site of the Project and not noted on the work order for removal. Property that has been damaged by the Contractor shall be immediately restored to the condition it was in prior to being damaged, to the extent that such restoration is reasonably possible, to the satisfaction of the Officer-in-Charge. Unless otherwise indicated on the work order, surface encroachments (i.e. privately owned improvements, structures, plants, and shrubbery) within the City right-of-ways and sewer easements shall be restored. Unless otherwise directed by the Officer-in-Charge, when surface encroachments consisting of trees and shrubs are indicated to be removed on the plans, the disturbed area shall be replanted with grass matching the surrounding area if such grass exists within five feet of the disturbed area.

2. MEASUREMENT AND PAYMENT:

Payment for the work covered under this special provision and the provisions of Section 5.2.18 of the GENERAL CONDITIONS shall be paid by Force Account, unless already covered by an existing bid item for the work specified.

--END SECTION 167--

REHABILITATION OF SEWER LINES ON OAHU PRIOR NOTICE OF REMOVAL OF CONTRACT NO. 007 168-1 SURFACE ENCROACHMENT

SECTION 168 PRIOR NOTICE OF REMOVAL OF SURFACE ENCROACHMENT Whenever a work order assignment requires the permanent removal of surface encroachments (i.e. privately owned improvements, structures, plants, and shrubbery) from City right-of-ways and sewer easements, the Contractor shall notify the affected owners of the impending action. Written notice shall be given at least two weeks in advance of commencement of such removal. The notice shall identify to each affected owner the specific encroachment to be removed, the precise location of the encroachment within the owner's property, the extent of encroachment into the City's right-of-ways or sewer easements, the extent of removal (i.e. complete removal, trimming of branches or roots), and the date that the removal work will commence. Draft copies of the notices shall be approved by the Officer-in-Charge sufficiently ahead of time to meet the deadlines for issuance of final notices. Copies of final notices shall be submitted to the Officer-in-Charge concurrently with issuance to owners. Payment for the work covered under this special provision shall be compensated for by Force Account, unless already covered by an existing a bid item for the work specified.

--END SECTION 168--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 169-1 RESTORATION OF PROPERTY

SECTION 169 RESTORATION OF PROPERTY This special provision shall supplement and modify Section 5.2.18, "Restoration and Precautions," of the GENERAL CONDITIONS and shall be performed in conjunction with the requirements of the GENERAL CONDITIONS, STANDARD SPECIFICATIONS, and SPECIAL PROVISIONS Section 167, "Protection of Property," and Section 168, "Prior Notice of Removal of Surface Encroachment." 1. GENERAL

Unless otherwise specified in the work order or directed by the Officer-in-Charge, the Contractor shall be responsible for the protection, repair, restoration, or replacement of all existing improvements that are affected by his construction operations. Such protection, repair, restoration, or replacement work shall apply to all existing improvements located WITHIN and ADJACENT TO all right-of-ways, sewer easements, temporary construction and access easements, private properties, and all other work areas. Existing improvements shall include, but not be limited to, buildings, structures, trees, shrubbery, landscaping, lawns, walls, fences, utility lines, utility poles, road surfaces, paved areas, driveways, curbs and gutters, sidewalks, and planting areas. Unless otherwise indicated on the work order, surface encroachments (i.e. privately owned improvements, structures, plants, and shrubbery) within the City right-of-ways and sewer easements shall be restored. Unless otherwise directed by the Officer-in-Charge, when surface encroachments consisting of trees and shrubs are indicated to be removed on the work order, the disturbed area shall be replanted with grass matching the surrounding area if such grass exists within five feet of the disturbed area. The Contractor shall remove all debris, equipment, materials, tools, supplies and appurtenances from the work site at the end of each workday unless otherwise approved by the Officer-in-Charge. The site shall be left in a neat and clean appearance. The Contractor shall restore temporarily bypassed sewer lines to a fully operational status; free of all obstructions, equipment, and appurtenances at the end of each phase of work. The Contractor shall exercise extreme caution when electing to use methods which will cause sewage to surcharge the sewer lines. The Contractor shall be responsible for checking all critical elevations prior to implementing such methods and shall be responsible for the damages or flooding to public and private property that may result from using such methods. The Contractor shall take the necessary precautions and employ methods to prevent spills and minimize spills from entering storm drains and surface waters. The Contractor shall notify the Officer-in-Charge and the State Department of Health of spillages and initiate cleaning and restoration. Refer to Special Provisions Section 163, “Environmental Pollution Control.”

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 169-2 RESTORATION OF PROPERTY

Unless otherwise specified in the Contract or directed by the Officer-in-Charge, the Contractor shall repair, restore, or replace any affected existing improvement to the condition it was in prior to the start of construction, to the extent that such repair, restoration, or replacement is reasonably possible and to the satisfaction of the Officer-in-Charge. All repair, restoration, or replacement work shall be performed immediately, unless otherwise directed by the Officer-in-Charge. The Contractor shall be responsible for recording and maintaining records of the existing jobsite conditions prior to the start of construction.

2. NON-COMPLIANCE

Should the Contractor fail to comply with the requirements of this special provision or related requirements of the Contract, the City may, with or without notice to the Contractor, cause the work to be performed, and deduct the cost of such work from any moneys due the Contractor under this Contract.

3. MEASUREMENT AND PAYMENT

Payment for all other restoration work covered under this special provision and the provisions of Section 5.2.18 of the GENERAL CONDITIONS shall be considered included in the prices bid for the various items of work.

A. Portland Cement Concrete (PCC) Pavement Roadway

Concrete restoration and resurfacing of Portland Concrete Cement Roadway shall be measured for payment by the cubic yard. Work shall include transverse construction joints with dowels per Standard Detail R-11, base course, subbase materials and reinforcement if necessary, in place complete.

B. Concrete Driveway

Concrete restoration and resurfacing of driveways shall be measured for payment by the cubic yard. Work shall include transverse construction joints with dowels per Standard Detail R-11, base course, subbase materials and reinforcement if necessary, in place complete.

C. Concrete Sidewalk

Concrete restoration and resurfacing of sidewalks shall be measured for payment by the cubic yard. Work shall include transverse construction joints with dowels per Standard Detail R-11, base course, subbase materials and reinforcement if necessary, in place complete.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 169-3 RESTORATION OF PROPERTY

D. Concrete Curb and Gutter

Concrete curb and gutter installation shall be measured for payment by the linear foot, in place complete per Standard Detail R-4A.

E. Miscellaneous Unreinforced Concrete Structure

Concrete restoration, reconstruction or replacement of unreinforced structure not already covered under existing bid items shall be measured for payment by the cubic yard. Work shall include all material, labor, and equipment costs, in place complete.

F. Miscellaneous Reinforced Concrete Structure

Concrete restoration, reconstruction or replacement of reinforced structure not already covered under existing bid items shall be measured for payment by the cubic yard. Work shall include all material, labor, and equipment costs, in place complete.

G. Masonry Unit and Concrete Walls

Reconstruction of brick, concrete masonry unit (CMU), and other masonry unit or concrete walls (reinforced or unreinforced) shall be measured for payment by square feet of the area of the vertical portion of wall and area of horizontal footing projection to be reconstructed. Work shall include masonry units, mortar, reinforcing, concrete for wall and footings, labor, and all incidentals, in place complete. Work excludes excavation and backfill, landscape and other restoration, and other work covered by other Bid Proposal items.

H. Stone and Rubble Masonry Walls

Reconstruction of stone and other rubble masonry walls shall be measured for payment by cubic feet of the volume of the wall and footing to be reconstructed. Work shall include stones and rubble, mortar, reinforcing, concrete for footings, labor, and all incidentals, in place complete. Work excludes excavation and backfill, landscape and other restoration, and other work covered by other bid items.

--END SECTION 169--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 180-1 PUBLIC RELATIONS

SECTION 180 PUBLIC RELATIONS 1. GENERAL

Work Orders are sometimes located within residential areas and near commercial areas and the Contractor’s work will be in very close proximity to residences and commercial businesses. Good public relations with all property owners, residents, business owners, their guests, and any other persons affected by the work shall be maintained by the Contractor at all times. Special care shall be taken to safeguard all persons and all existing private properties, structures and improvements. Construction impacts shall be kept strictly within the requirements specified in these Contract Documents or in any applicable laws and regulations. The Contractor shall be responsible for coordinating the Project work with affected property owners, lessees (if applicable), and community groups (e.g., various Neighborhood Boards), homeowners associations, and for notifying these entities in writing two (2) weeks prior to commencing any work. The Contractor shall also be responsible for coordinating work with affected government agencies and for notifying them in writing 30 days prior to commencing any work. Work shall not commence until such timely notices have been given.

2. NOTIFICATIONS BY THE CONTRACTOR

The Contractor shall notify all owners and residents of properties abutting the improvements of the impending construction work, and residents in the immediate areas affected by road and lane closures, with a written flyer distributed at least 14 calendar days but not more than 21 calendar days prior to commencing construction in the affected area. The flyer shall include the expected starting date and duration of work. The flyer shall include specific information on road and lane closures, and directions for affected residents on how to ingress and egress “local traffic only areas” to access their properties. Information on specific dates and times of electrical, water, sewer, gas, telephone, cable and other utility outages shall be provided in the flyer or separate attachment. Updated information shall be distributed as required to those affected if there are changes to the schedules and information provided. The flyer information shall be forwarded to the Officer-in-Charge for review at least 10 calendar days prior to the scheduled date of the flyer distribution.

Where work within City sewer easements in private property is required, the Contractor shall notify each property owner affected of the approximate starting date and total duration of work within the property. The written notification shall be made at least 14 calendar days prior to commencing construction to allow the residents to remove obstructions and prepare for the work. In addition, the Contractor shall notify each individual property owner affected by the work 1 to 2 calendar days prior to commencement of work in the immediate vicinity. A copy of the notifications shall be forwarded to the Officer-in-Charge.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 180-2 PUBLIC RELATIONS

3. CONTRACTOR REQUIREMENTS

When working in the sewer easements the Contractor shall minimize noise and dust to the extent possible. The Contractor shall ensure that his workers do not loiter near the private residences and that they only remain in the designated easement areas. Workers taking rest or lunch breaks shall be transported off of the job site. No smoking will be allowed in the sewer easements. The Officer-in-Charge shall have the authority to have the Contractor remove workers from the project who violate the above restrictions.

The contractor shall provide pedestrian and vehicular access to the properties at all times unless other arrangements are made in advance with the resident/property owner and approved by the Officer-in-Charge. If excessive complaints are received by the City due to the Contractor exceeding the requirements, the Officer-in-Charge, at his own discretion, shall have the right to stop all work on the work order until satisfactory corrective action is taken. No extension of time or payment for excess costs or damages shall be made by the Contractor for the time lost due to such stop action. Upon completion of work within the sewer easement, the Contractor shall promptly remove all equipment and unused materials and shall restore the area in accordance with SPECIAL PROVISIONS Section 169, “Restoration of Property.”

4. PAYMENT

Payment for all costs and work covered by this section shall not be made directly but shall be considered included in the prices bid for the various items of work.

--END SECTION 180--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 200-1 WORK ORDER ASSIGNMENTS

SECTION 200 WORK ORDER ASSIGNMENTS 1. WORK ORDER ASSIGNMENT AND EVALUATION

The sewer lines to be serviced under this contract are not known at this time but will be limited to 6, 8, 10, 12, 15, 18, 21, 24, 30, 36, 42, and 48-inch diameter gravity sewer lines and manholes within roadway and/or easement areas located on the island of Oahu. Upon determining the need for required services, the City will prepare a Work Order assignment indicating the lines and manholes to be serviced, and other pertinent information related to the work order assignment. Work Order specific requirements as deemed necessary by the City may include no later than dates for the Notice-to-Proceed (NTP), maximum work order durations or completion periods, method of CIPP curing, and shall be included in the offer letter. Work Order Offer Period: Of the contractors awarded an IDIQ contract, each Work Order assignment will be offered first to the Contractor having the lowest total sum bid price for the scope of work as presented in the work order, determined from his bid unit prices and the quantities specified for the particular Work Order assignment, in addition to adjustments in consideration of applicable preferences. The Contractor offered the Work Order shall within the period of review time as designated by the Officer-in-Charge, provide written notification to the Officer-in-Charge as to whether the Work Order assignment will be accepted or declined. If the initial Contractor declines the Work Order request, the Contractor with the second lowest total sum bid price may be offered the Work Order; if the second Contractor declines the Work Order request, the third Contractor may be offered the Work Order; the same procedure may be implemented for the fourth and fifth Contractor. However, the City shall have the option of cancelling the Work Order and reissuing the Work Order with a revised scope of work after any Contractor declines a Work Order. Acceptance: Acceptance of the Work Order shall mean acceptance of all work in the Work Order in its entirety. Timeliness: Awarded Contractors must recognize that services provided under this contract are vital to the City and must be executed without undue delay or interruption. Performance: Should a Contractor perform unsatisfactorily with respect to timeliness, quality of work, responsiveness, public relations, safety record, or any other factors deemed important to the City, the City reserves the right to temporarily suspend the Contractor’s contract, in whole or in part and/or any work order in whole or in part. Termination of Work Order: If work has been delayed beyond a specified number of calendar days described in each work order, the City shall have the option of terminating the work order and reassigning the entire work order or a portion thereof to the Contractor with the next lowest sum bid price.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 200-2 WORK ORDER ASSIGNMENTS

Performance Evaluations: Performance evaluations shall be prepared by the Officer-in-Charge within 14 calendar days after completion of each Work Order assignment. The Work Order Performance Evaluation form is included in this section. One or more instances of unsatisfactory performance may result in the Officer-in-Charge notifying the Contractor in writing that a temporary suspension of a specified minimum length of time will be imposed, pending satisfactory progress toward resolving the unsatisfactory performance. During the suspension period, the Contractor shall be excluded from the offer of any Work Order assignment. Notice to Proceed: The construction Notice to Proceed date for each work order assignment will be negotiated between the Officer-in-Charge and the Contractor and will be a date reasonably established with consideration given to such factors as, urgency of the work, the Contractor’s current work load from other work orders, time requirements for shipment and delivery of materials, need in obtaining agency approvals and permits, and other justifiable considerations. For each work order assignment, the Contractor shall provide for all services as described on the work order and all services required by the Contract Documents.

2. ESTIMATED QUANTITIES

By entering into this contract, the Contractor understands and agrees that this is an Indefinite Delivery/Indefinite Quantity (IDIQ) Price Schedule contract and that all quantities indicated in the Bid Proposal Schedule are rough estimates based solely on anticipated needs by the City within the contract time period. Should the City require services for a particular bid item in an amount substantially greater or less than the estimated quantity amounts, the Contractor shall not make any claim for unit price adjustments. See Special Provisions Section 101, “Standard Documents”, for modification to GENERAL CONDITIONS, Section 5.3.6, “Modifications, Variation in Estimated Quantities.”

3. MINIMUM PROVIDED SERVICE Under this contract, each of the Contractors will be provided with the opportunity to accept work with a minimum scope of services having a dollar value of at least $125,000, inclusive of all mobilization costs. The City is under no obligation to issue Work Orders to each Contractor beyond the minimum $125,000 amount or limited to a maximum not-to-exceed dollar amount.

4. CONTRACT PERIOD AND UNIT PRICE ADJUSTMENT

The term of each contract shall be a maximum of four (4) calendar years, one (1) calendar year from the date of contract execution with up to three (3) one (1) calendar year contract extension periods until the maximum contract time is reached. Each extension period shall be mutually agreeable to the City and the Contractor and shall be subject to the availability of funds.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 200-3 WORK ORDER ASSIGNMENTS

Should the contract extend beyond the second year term, the City will adjust all unit bid prices contained in the Bid Proposal Schedule using a price adjustment based on the “20-City Average Construction Cost Index (CCI)” from the latest weekly publication of the Engineering News Record magazine. The adjusted amount shall be determined by computing the rate of increase in the 20-City Average CCI over the previous 18 months from the date the City and Contractor mutually agree to enter into the third year term and adjust all unit bid prices by this amount. The adjusted unit prices will be used for payment of services provided during the third and fourth year terms. If a successor Multiple Award IDIQ contract is awarded prior to the final expiration date of this contract, the City may issue Work Order assignments to the successor contractor prior to the expiration of this contract.

Any work order issued during the effective period of this Contract and not completed within that period shall be completed by the Contractor within the time specified in the work order. This Contract shall govern the Contractor and the City’s rights and obligations with respect to that Work Order to the same extent that as if the Work Order was completed during the Contractor’s effective period. All Work Orders are subject to the Terms and Conditions incorporated herein. In the event of a conflict between a Work Order and this Contract, the Contract shall control.

5. WORK ORDER COMPLETION PERIOD

Upon acceptance of a Work Order Assignment the Contractor shall submit a comprehensive schedule of all their Work Order Assignments for City review and approval prior to issuance of NTP. The comprehensive schedule shall indicate how each Work Order Assignment will progress in order to meet their completion periods. All work order assignments and work order modifications shall be completed within the time period agreed upon between the Contractor and the City or by the completion date if specified in the offer.

The minimum Work Order Assignment completion period shall be 21 calendar days.

Should the Contractor fail to complete a particular work order assignment within the completion period, the Contractor will be assessed Liquidated Damages as specified in Special Provisions Section 116, “Acknowledgement of Liquidated Damages Provision.”

6. SAMPLE WORK ORDERS

Work Orders for sewer main work will include a table of the following sewer main attributes: id numbers, pipe materials, pipe lengths, slopes, invert elevations, upstream and downstream manhole id numbers, diameters, depths to invert, lateral counts, and flow information if available. Scope of work to be performed and location of repairs will also be identified.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 200-4 WORK ORDER ASSIGNMENTS

Work Orders for manhole work will include a table of the following sewer manhole attributes: id numbers, top elevation, lowest invert elevation, depth, and approximately location by address. A Summary of Work will describe the work to be performed. A Geographic Information System (GIS) schematic map showing the location and layout of the sewer mains, laterals, and manholes and a list of line items of work and associated quantities, including the estimated total value of the Work Order will be included as part of the Work Order. Sewer Mains ID Numbers: City GIS asset identification number unique to each asset Material Types: Vitrified Clay (VC), Terra Cotta (TC), Cast Iron (CI), Reinforced Concrete Pipe (RCP), Polyvinyl Chloride (PVC), Unknown (UNK) Slope: Change in height / change in length of the upstream to

downstream pipe inverts Lengths: Horizontal distance of pipe Invert Elevations: Distance measured from the mean sea level to pipe invert where main sea level elevation is zero. Upstream & Downstream Manhole IDs: City GIS asset identification number unique to each asset Pipe Diameters: Inside diameter of the pipe Depths to Inverts: Measurement from the top of grade to the pipe invert Lateral Counts: Number of City recorded laterals along the sewer main Flow Information: See Section 2 of the SPECIAL PROVISIONS Maps GIS Schematic Map – map showing approximate locations of pipes and manholes in relation to streets, parcels, etc. GIS Schematic Map with Aerial Overlay – aerial photograph overlaid on GIS Schematic map indicating approximate locations of sewer mains and manholes in relation to above ground structures. Proposal Schedule Line Items & Quantities – Proposal Schedule line item descriptions and estimated quantities for each based off of sewer main lengths and diameters, invert depths, lateral counts, and manhole depths as recorded in the GIS database. Estimated Total Value of the Work Order – Sum of all the line item unit totals (unit price multiplied by the estimated quantity).

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 200-5 WORK ORDER ASSIGNMENTS

Flow Information Flow data based on 2020 INFIX design flows has been included in the Work Order to indicate approximate flow intensities. The flow symbols are defined as follows: QMAX = Design Maximum Flow (Maximum Flow + Dry Weather Infiltration/Inflow rate) QPEAK = Design Peak Flow (Design Maximum Flow + Wet Weather Infiltration/Inflow) QCapacity = Flow at Capacity VCapacity = Velocity at Capacity QR = Minimum Required Bypassing Flow Capacity (as specified in SPECIAL PROVISIONS 216, “Sewer Flow Control”) Sample Work Orders The following sample Work Order is included at the end of this SPECIAL PROVISION Section: A. PALOLO, MAGNOLIA PLACE TO AHE PLACE B. KANEOHE BAY #4 WASTEWATER PUMP STATION TRIBUTARY Measurement and Payment Measurement of work performed on main sewer lines for Work Orders covered under this SPECIAL PROVISION and future Work Orders, shall be performed as specified in their respective SPECIAL PROVISION Sections. Payment for work performed on main sewer lines for Work Orders covered under this SPECIAL PROVISION, shall be made as specified in their respective SPECIAL PROVISION Sections.

--END SECTION 200--

(Work Order Performance Evaluation Form and Sample Work Orders follows)

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 200-6 WORK ORDER ASSIGNMENTS

WORK ORDER PERFORMANCE EVALUATION FORM

This form must be completed by the Officer-in-Charge within 14 calendar days upon completion of the Work Order assignment and be signed by the Contractor acknowledging his review of the evaluation. A copy of the completed form shall be provided to the Contractor. Work Order No.: _____________________________________________________________________ Project Location: _____________________________________________________________________ Work Order Completion Date: ________________________________________________________ Contractor Name: _____________________________________________________________________ Evaluation Criteria The Contractor shall be evaluated using the following ratings: E = Excellent (contractor exceeded the requirements) S = Satisfactory (contractor met the requirements) U = Unsatisfactory (contractor did not meet requirements or performed unsatisfactory) N/A = Not Applicable (Does not apply to Work Order) (Check the appropriate one) (Check the appropriate one) 1. TIMELINESS (completed work order on schedule and started the assignment without

undue delay in ordering or shipping materials, obtaining permits and approvals, etc...) E S U N/A Comments: 2. RESPONSIVENESS (submitted requested information promptly) E S U N/A Comments: 3. QUALITY OF WORK E S U N/A

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 200-7 WORK ORDER ASSIGNMENTS

Comments: 4. PUBLIC RELATIONS E S U N/A Comments: 5. SAFETY E S U N/A Comments: 6. OTHER E S U N/A Comments:

OVERALL RATING E S U Comments: ________________________________________________________ Name of Evaluator: ___________________________________________________ Title: ______________________________________________________________ Date: ______________________________________________________________

CONTRACTOR ACKNOWLEDGEMENT ___________________________________________________________________ Contractor’s Signature Title: ______________________________________________________________

Date: ______________________________________________________________

KIRK CALDWELL MAYOR

LORI M.K. KAHIKINA, P.E. DIRECTOR

EDMUND LUNG, P.E.

ACTING CHIEF

IN REPLY REFER TO: CSM 20-XXX

DEPARTMENT OF ENVIRONMENTAL SERVICES

CITY AND COUNTY OF HONOLULU DIVISION OF COLLECTION SYSTEM MAINTENANCE

99-989 IWAENA STREET, AIEA, HAWAII 96701 Website: http://envhonolulu.org

October 15, 2020

ABC Contractor 99-1234 Halawa Valley Street Aiea, Hawaii 96701 Dear Mr. John Doe:

Subject: Rehabilitation of Sewer Lines on Oahu – Contract No. 007 (Multiple Award) Indefinite Delivery/Indefinite Quantity Contract): (Job No. W4-20) (Contract No. MA-ENV-2XXXXXX V-4) Attached are the following Work Orders for your consideration:

Palolo, Magnolia Place to Ahe Place (CSM Maintenance Repair 2020-XXX) Kaneohe Bay #4 Wastewater Pump Station Tributary (CSM Maintenance Repair 2020-XXX)

Please indicate whether or not you will accept or decline the attached Work Order within ___ working days of receipt. Should you choose to accept, “Proposed NTP” date(s) need also be provided before returning the Work Ord er Response sheet. Responses without this information will be considered incomplete and offered to the next lowest bidder once the review time has expired. Hard copies will be mailed upon request.

SAMPLE

Accept Decline Proposed NTP

Contractor: ENV/CSM:

ABC ContractorContractor Name

Contractor or Contractor's Representative

Kaneohe Bay #4 Wastewater Pump Station Tributary (CSM Maintenance Repair 2020-XXX)

Comments:

Division Chief / Officer-In-Charge

CSM Engineer

WORK ORDER RESPONSE SHEET

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

MULTIPLE AWARD INDEFINITE DELIVERY / INDEFINITE QUANTITY CONTRACTOAHU, HAWAIIJOB NO. W4-20

Work Orders

Palolo, Magnolia Place to Ahe Place (CSM Maintenance Repair 2020-XXX)

SAMPLE

WORK ORDER: Palolo, Magnolia Place to Ahe Place(CSM Maintenance Repair 2020-04)

6" MAIN SEWER ID MAT'L

PIPE LENGTH SLOPE UP INV DOWN INV UpMH ID DnMH ID DIAM UpMH Depth DnMH Depth laterals

Lateralsto

Reinstate QR QCapacity VCapacity

Pre/Post - CCTV Cleaning

(ft) (ft/ft) (ft) (ft) (in) (ft) (ft) (mgd) (mgd) (fps) (ft) (ft) (ft) (ft) (type)

332303 VCP 159.97 0.09802 507.68 492.00 331797 331825 6 4.50 14.10 0 0 0.154 0.984 7.754 159.97 --- --- 159.97 HDPE332433 VCP 90.00 0.10000 484.15 475.15 331989 332003 6 2.40 3.30 0 0 0.005 0.994 7.832 90.00 --- --- 90.00 HDPE332471 VCP 100.00 0.13900 471.58 457.68 332040 332065 6 2.20 3.10 0 0 0.005 1.172 9.234 100.00 --- --- 100.00 HDPE376117 VCP 77.00 0.00714 271.45 270.90 374542 374505 6 3.70 4.20 1 1 0.008 0.266 2.093 77.00 --- --- 77.00 HDPE376118 VCP 63.00 0.01000 272.08 271.45 374506 374542 6 0.00 3.70 3 3 0.000 0.000 0.000 63.00 --- --- 63.00 HDPE3003647 VCP 109.00 0.17807 458.84 439.43 332084 373294 6 2.16 3.40 0 0 0.005 1.318 10.384 109.00 --- --- 109.00 HDPE

Total Feet 598.97 Total No. Laterals 4 4 Total Feet 598.97 0.00 0.00 598.97

8" MAIN SEWER ID MAT'L

PIPE LENGTH SLOPE UP INV DOWN INV UpMH ID DnMH ID DIAM UpMH Depth DnMH Depth laterals

Lateralsto

Reinstate QR QCapacity VCapacity

Pre/Post - CCTV Cleaning

(ft) (ft/ft) (ft) (ft) (in) (ft) (ft) (mgd) (mgd) (fps) (ft) (ft) (ft) (ft) (type)

332298 VCP 179.00 0.09374 519.80 503.02 331790 331811 8 7.50 4.50 6 6 0.031 2.072 9.186 358.00 0.09 179.00 --- ---

332311 VCP 159.00 0.06931 503.02 492.00 331811 331840 8 4.50 4.40 5 5 0.044 1.782 7.899 318.00 159.00 159.00 --- ---

332332 VCP 88.79 0.14134 492.00 479.45 331840 331856 8 4.40 10.40 3 3 0.050 2.545 11.280 177.58 88.79 88.79 --- ---

332407 VCP 123.83 0.09804 487.12 474.98 331953 332003 8 2.80 3.30 2 2 0.010 2.119 9.394 247.66 123.83 123.83 --- ---

332443 VCP 145.57 0.12001 474.98 457.51 332003 332065 8 3.30 3.10 2 2 0.020 2.345 10.394 291.14 145.57 145.57 --- ---

332488 VCP 150.68 0.11999 457.51 439.43 332065 373294 8 3.10 3.40 2 2 0.030 2.345 10.393 301.36 150.68 150.68 --- ---

375243 VCP 192.55 0.05001 439.43 429.80 373294 373354 8 3.40 2.70 3 3 0.045 1.514 6.710 385.10 192.55 192.55 --- ---

375281 VCP 71.00 0.30563 429.80 408.10 373354 373396 8 2.70 8.10 0 --- 0.052 3.427 15.190 71.00 71.00 --- --- ---

375307 VCP 85.62 0.01004 430.66 429.80 373392 373354 8 3.20 2.70 1 1 0.006 0.678 3.007 171.24 85.62 85.62 --- ---

375312 VCP 19.00 0.08421 411.60 410.00 373396 373404 8 8.10 9.50 0 0 0.052 1.964 8.706 38.00 19.00 19.00 --- ---

375317 VCP 142.00 0.03028 410.00 405.70 373404 373442 8 9.50 11.30 1 1 0.077 1.178 5.221 284.00 142.00 142.00 --- ---

375342 VCP 41.00 0.03854 405.50 403.92 373442 373461 8 11.30 11.08 1 1 0.081 1.329 5.890 82.00 41.00 41.00 --- ---

375357 VCP 128.75 0.02423 403.92 400.80 373461 373516 8 11.08 24.19 2 2 0.089 1.019 4.518 257.50 128.75 128.75 --- ---

375396 VCP 100.00 0.07200 417.77 410.57 373519 373561 8 4.10 2.60 1 1 0.006 1.816 8.051 200.00 100.00 100.00 --- ---

375426 VCP 83.21 0.36198 410.57 380.45 373561 373576 8 2.60 24.15 2 2 0.017 4.072 18.051 166.42 83.21 83.21 --- ---

375436 VCP 104.48 0.11562 380.45 368.37 373576 373617 8 24.15 17.80 0 0 0.114 2.301 10.202 208.96 104.48 104.48 --- ---

375487 VCP 140.00 0.05400 418.23 410.67 373651 373695 8 4.70 4.00 2 2 0.036 1.573 6.972 280.00 140.00 140.00 --- ---

375520 VCP 86.00 0.07395 410.67 404.31 373695 4071048 8 4.00 4.70 0 0 0.053 1.841 8.162 172.00 86.00 86.00 --- ---

375546 VCP 62.63 0.02922 350.00 348.17 373731 373704 8 7.00 19.04 1 1 0.071 2.098 5.951 125.26 62.63 62.63 --- ---

375676 VCP 56.33 0.06994 319.03 315.09 373917 373937 8 8.50 13.00 0 --- 0.001 1.790 7.935 56.33 56.33 --- --- ---

376632 VCP 135.00 0.07148 400.80 391.15 373516 373576 8 24.19 24.15 1 1 0.096 2.641 11.706 270.00 135.00 135.00 --- ---

4071047 VCP 120.00 0.45258 404.31 350.00 4071048 373731 8.00 4.70 7.00 0 0 0.000 0.000 0.000 240.00 120.00 120.00 --- ---

4102693 PVC 133.49 0.08338 425.91 414.78 373353 373404 8.0 6.99 9.50 2 2 0.000 0.000 0.000 266.98 133.49 133.49 --- ---

4102695 PVC 172.89 0.06877 437.80 425.91 4102694 373353 8 3.80 6.99 1 1 0.000 0.000 0.000 345.78 172.89 172.89 --- ---

4102696 PVC 66.34 0.06029 441.80 437.80 4102697 4102694 8 4.56 3.80 1 1 0.000 0.000 0.000 132.68 66.34 66.34 --- ---

4102708 PVC 115.65 0.01418 443.44 441.80 4102707 4102697 8 4.96 4.56 1 1 0.000 0.000 0.000 231.30 115.65 115.65 --- ---

4102713 PVC 49.75 0.01407 444.14 443.44 332027 4102707 8 6.54 4.96 1 1 0.000 0.000 0.000 99.50 49.75 49.75 --- ---

4102714 PVC 84.60 0.01418 445.34 444.14 4102715 332027 8 14.46 6.54 1 1 0.000 0.000 0.000 169.20 84.60 84.60 --- ---Total Feet 3037.16 Total No. Laterals 42 42 Total Feet 5946.99 2858.25 2909.83 0.00

Full Pipe Replacement

Full Pipe Replacement

Full CIPP

Full CIPP

SAMPLE

WORK ORDER: Palolo, Magnolia Place to Ahe Place(CSM Maintenance Repair 2020-04)

10" MAIN SEWER ID MAT'L

PIPE LENGTH SLOPE UP INV DOWN INV UpMH ID DnMH ID DIAM UpMH Depth DnMH Depth laterals

Lateralsto

Reinstate QR QCapacity VCapacity

Pre/Post - CCTV Cleaning

(ft) (ft/ft) (ft) (ft) (in) (ft) (ft) (mgd) (mgd) (fps) (ft) (ft) (ft) UpMH) (type)

332317 VCP 77.00 0.01234 483.370 482.420 331819 331825 10.0 18.50 14.10 0 0 0.024 1.363 3.867 154.00 77.00 77.00 --- ---

332322 VCP 32.03 0.01998 482.420 481.780 331825 331828 10.0 14.10 13.10 0 0 0.178 1.735 4.921 64.06 32.03 32.03 --- ---

332324 VCP 115.79 0.02012 481.780 479.450 331828 331856 10.0 13.10 10.40 3 3 0.188 1.741 4.939 231.58 115.79 115.79 --- ---

332342 VCP 107.28 0.01361 478.750 477.290 331856 331869 10.0 10.40 7.50 1 1 0.242 1.432 4.061 214.56 107.28 107.28 --- ---

332350 VCP 53.92 0.02003 474.890 473.810 331869 331879 10.0 7.50 9.20 0 0 0.245 1.737 4.927 107.84 53.92 53.92 --- ---

332357 VCP 83.00 0.01663 473.810 472.430 331879 331896 10.0 9.20 5.83 1 1 0.252 1.741 4.938 166.00 83.00 83.00 --- ---

332369 VCP 90.11 0.02586 472.430 470.100 331896 331917 10.0 5.83 8.41 2 --- 0.257 1.740 4.936 90.11 90.11 --- --- ---

332383 VCP 134.00 0.12067 469.670 453.500 331917 331961 10.0 8.41 14.40 2 --- 0.261 4.375 12.411 134.00 134.00 --- --- ---

332413 VCP 93.59 0.08719 453.500 445.340 331961 4102715 10.0 14.40 14.46 0 --- 0.272 3.591 10.189 93.59 93.59 --- --- ---

375474 VCP 148.20 0.03698 363.500 358.020 373630 373663 10.0 16.14 5.94 2 --- 0.417 2.343 6.646 148.20 148.20 --- --- ---

375498 VCP 131.95 0.03888 358.020 352.890 373663 373704 10.0 5.94 19.04 3 3 0.426 2.341 6.640 263.90 131.95 131.95 --- ---

375527 VCP 63.62 0.02641 348.000 346.320 373704 373717 10.0 19.04 15.20 0 0 0.498 1.994 5.657 127.24 63.62 63.62 --- ---

375537 VCP 133.13 0.02637 346.320 342.810 373717 373760 10.0 15.20 10.80 0 0 0.499 1.993 5.653 266.26 133.13 133.13 --- ---

375567 VCP 319.77 0.05385 337.850 320.630 373760 373879 10.0 10.80 10.00 1 1 0.506 2.848 8.079 639.54 319.77 319.77 --- ---

375650 VCP 117.60 0.03997 319.630 314.930 373879 373937 10.0 10.00 13.00 0 0 0.507 2.453 6.960 235.20 117.60 117.60 --- ---

375693 VCP 129.81 0.03644 314.930 310.200 373937 373960 10.0 13.00 4.50 0 0 0.510 2.343 6.646 259.62 129.81 129.81 --- ---

375709 VCP 228.18 0.02748 310.200 303.930 373960 374024 10.0 4.50 8.00 0 0 0.513 2.034 5.771 456.36 228.18 228.18 --- ---

375757 VCP 149.29 0.02753 303.930 299.820 374024 374039 10.0 8.00 10.00 0 --- 0.530 2.036 5.777 149.29 149.29 --- --- ---

375770 VCP 211.29 0.02698 299.820 294.120 374039 374089 10.0 10.00 13.00 0 0 0.532 2.016 5.718 422.58 211.29 211.29 --- ---

Total Feet 2419.56 Total No. Laterals 15 9 Total Feet 4223.93 2419.56 1804.37 0.00

12" MAIN SEWER ID MAT'L

PIPE LENGTH SLOPE UP INV DOWN INV UpMH ID DnMH ID DIAM UpMH Depth DnMH Depth laterals

Lateralsto

Reinstate QR QCapacity VCapacity

Pre/Post - CCTV Cleaning

(ft) (ft/ft) (ft) (ft) (in) (ft) (ft) (mgd) (mgd) (fps) (ft) (ft) (ft) UpMH) (type)

375804 VCP 83.87 0.00990 293.95 293.12 374089 374090 12.0 13.00 10.00 0 0 0.534 1.985 3.911 167.74 83.87 83.87 --- ---

375805 VCP 125.00 0.00992 293.12 291.88 374090 374119 12.0 10.00 6.50 2 2 0.558 1.988 3.916 250.00 125.00 125.00 --- ---

375825 VCP 250.00 0.01016 291.88 289.34 374119 374224 12.0 6.50 8.00 0 0 0.562 2.011 3.963 500.00 250.00 250.00 --- ---

375900 VCP 109.22 0.07636 289.34 281.00 374224 374295 12.0 8.00 7.00 0 0 0.563 5.514 10.864 218.44 109.22 109.22 --- ---

375947 VCP 223.00 0.02148 281.00 276.21 374295 374431 12.0 7.00 5.00 3 3 1.453 2.925 5.762 446.00 223.00 223.00 --- ---

376038 VCP 167.27 0.03473 276.21 270.40 374431 374505 12.0 5.00 4.20 1 1 1.456 3.719 7.327 334.54 167.27 167.27 --- ---

376090 VCP 117.00 0.04120 270.40 265.58 374505 374560 12.0 4.20 4.80 0 0 1.465 4.050 7.980 234.00 117.00 117.00 --- ---

376129 VCP 168.00 0.06060 265.58 255.40 374560 374636 12.0 4.80 8.90 2 --- 1.492 4.824 9.503 168.00 168.00 0.00 --- ---376184 VCP 41.50 0.25108 251.48 241.06 374636 374674 12.0 8.90 5.00 0 --- 1.493 9.999 19.700 41.50 41.50 0.00 --- ---

Total Feet 1284.86 Total No. Laterals 8 6 Total Feet 2360.22 1284.86 1075.36 0.00

SUMMARY OF WORK:1. Closed circuit television (CCTV) all sewer mains.2. Clean sewer main(s) as needed.3. Closed circuit television (CCTV) all laterals.4. Cured-In-Place Pipe (CIPP) Full line sewer main(s) as indicated.5. Reinstate active laterals.6. Upsize and replace 6-inch sewer mains with 8-inch sewer mains.7. Reconnect active laterals.8. CCTV all Rehabilitated and Upsized/Replaced sewer main(s).9. Install service connection lateral liners (SCLLs) at all lateral-to-sewer main connections, over Full CIPP lining.10. Install service lateral liners (LLs) beyond the first 3-feet of SCLLs as needed, upon approval by the Officer-In-Charge.11. Install lateral liners (LLs) at all lateral-to-SMH connections.12. Install lateral liners (LLs) beyond the initial 5 linear feet of lateral lined, as needed, upon approval by the Officer-In-Charge.

Full Pipe Replacement

Full Pipe ReplacementFull CIPP

Full CIPP

SAMPLE

WORK ORDER: Palolo, Magnolia Place to Ahe Place(CSM Maintenance Repair 2020-04)

Manhole Rehabilitation, Within the Roadway

SEWER ID OLD IDMH TOP

ELEVLOWEST INV ELEV DEPTH

LENGTH OF MANHOLE BEYOND 6' EPOXY / FRP ADDRESS

331790 SI21AX0482 527.30 519.80 7.50 1.50 Epoxy 2702 MYRTLE ST331811 SI21AX0481 507.52 503.02 4.50 0.00 Epoxy 3121 MAGNOLIA PL331819 SI21AX0478 501.87 483.37 18.50 12.50 Epoxy 3144 MAGNOLIA PL331840 SI21AX0480 496.40 492.00 4.40 0.00 Epoxy 3136 MAGNOLIA PL331856 SI21AX0475 489.15 478.75 10.40 4.40 Epoxy 3147 MAGNOLIA PL331869 SI21AX0474 482.39 474.89 7.50 1.50 Epoxy 3159 MAGNOLIA PL331953 SI21AX0500 489.92 487.12 2.80 0.00 Epoxy 2694 IPULEI PL332003 SI21AX0498 478.28 474.98 3.30 0.00 Epoxy 2676 IPULEI PL332065 SI21AX0496 460.61 457.51 3.10 0.00 Epoxy 2660 IPULEI PL373294 SI21AX0494 442.83 439.43 3.40 0.00 Epoxy 2646 IPULEI PL373354 SI21AX0492 432.50 429.80 2.70 0.00 Epoxy 2632 IPULEI PL373392 SI21AX0493 433.86 430.66 3.20 0.00 Epoxy 2624 IPULEI PL373519 SI21AX0487 421.87 417.77 4.10 0.00 Epoxy 2553 IPULEI WAY373561 SI21AX0486 413.17 410.57 2.60 0.00 Epoxy 2543 IPULEI WAY373651 SI21AX0445 422.93 418.23 4.70 0.00 Epoxy 2590 LA I RD373695 SI21AX0444 414.67 410.67 4.00 0.00 Epoxy 2570 LA I RD374295 SI21AX0406 288.00 281.00 7.00 1.00 Epoxy 2276 POOLEKA ST374431 SI21AX0401 281.21 276.21 5.00 0.00 Epoxy 2231 AHE PL374505 SI21AX0402 274.60 270.40 4.20 0.00 Epoxy 2217 AHE PL374560 SI21AX0403 270.43 265.58 4.80 0.00 Epoxy 2201 AHE PL4071048 --- 409.00 404.31 4.70 0.00 Epoxy ---

21 Total Feet 20.90

SAMPLE

Manhole Rehabilitation, Outside the Roadway

SEWER ID OLD IDMH TOP

ELEVLOWEST INV ELEV DEPTH

LENGTH OF MANHOLE BEYOND 6' EPOXY / FRP ADDRESS

331797 SI21AX0479 512.18 507.68 4.50 0.00 Epoxy 3130B MAGNOLIA PL331825 SI21AX0477 496.52 482.42 14.10 8.10 Epoxy 3144 MAGNOLIA PL331828 SI21AX0476 494.88 481.78 13.10 7.10 Epoxy 3144 MAGNOLIA PL331879 SI21AX0473 483.01 473.81 9.20 3.20 Epoxy 3159 MAGNOLIA PL331989 SI21AX0499 486.55 484.15 2.40 0.00 Epoxy 2678 IPULEI PL332040 SI21AX0497 473.78 471.58 2.20 0.00 Epoxy 2662 IPULEI PL332084 SI21AX0495 461.00 458.84 2.16 0.00 Epoxy 2648 IPULEI PL373396 SI21AX0489 419.70 408.10 8.10 2.10 Epoxy 2627 IPULEI PL373717 SI21AX0448 361.52 346.32 15.20 9.20 Epoxy 2560 LA I RD373731 SI21AX0446 357.00 350.00 7.00 1.00 Epoxy 2550 LA I RD373760 SI21AX0449 348.65 337.85 10.80 4.80 Epoxy ---373879 SI21AX0450 329.63 319.63 10.00 4.00 Epoxy 2546 10TH AVE373917 SI21AX0452 327.53 319.03 8.50 2.50 Epoxy 2427D2 PALOLO AVE373937 SI21AX0451 327.93 314.93 13.00 7.00 Epoxy 2546 10TH AVE373960 SI21AX0453 314.70 310.20 4.50 0.00 Epoxy ---374024 SI21AX0454 311.93 303.93 8.00 2.00 Epoxy 2542 10TH AVE374039 SI21AX0455 309.82 299.82 10.00 4.00 Epoxy 2542 10TH AVE374089 SI21AX0456 306.95 293.95 13.00 7.00 Epoxy 2302 AHE ST374090 SI21AX0457 303.12 293.12 10.00 4.00 Epoxy 2302 AHE ST374119 SI21AX0458 298.38 291.88 6.50 0.50 Epoxy 2302 AHE ST374224 SI21AX0459 297.34 289.34 8.00 2.00 Epoxy ---374542 SI21AX0405 275.15 271.45 3.70 0.00 Epoxy 2217 AHE PL374636 SI21AX0404 260.43 251.48 8.90 2.90 Epoxy 2203 AHE PL374674 SI21AX0211 245.44 240.44 5.00 0.00 Epoxy 2203 AHE PL

24 Total Feet 71.40

*Elevation(s)/Depth(s) have been estimated and may not reflect the actual elevation/depth.**Manhole addresses are approximate locations and should be verified with locations indicated on the map. CSM should be notified of any discrepancies before work begins.

SUMMARY OF WORK:1. Rehabilitate existing manhole(s) as indicated. SAMPLE

!

!

3323

03

332471

332433

3003647

376117 376118

3755

67

375825

375947

3757

09

3757

70

375243

332298

376038

332311

375693

410269

5

3324

43

332488

375317

3754

87

3766

32

3755

37

3753

57

375805

3324

07

375650

4102693

332324

376090

4071047

332342

3754

36

375900

410270

8

3753

96

375307

332332

375804

3755

20

332357

375426

332317

4102714

375527

3755

46

410269

6

332350

4102

713

375342

332322

375312

376129

375757

375474

3323

83

3754

98

332413

332369

375281

375676

376184

375565

3323

06

332295

332365

332294

332343

332393

3755

62

375433

375482

375378

332498

375547

332427

332309

375299

332461

375713

376174

375806

375774

375653

375764

332494

375697

332410

332457

375668

375464

375601

3003649

332297

332473

332338

332414

332313

376053

332334

332305

332431

376020

332328

332323

376025

376078

332346

375820

375245

332318

332341

332316

375278

375508

332331

332304

332516

332312

375504

332400

375388

332441

375479

SMH 331953

SMH 332040

SMH 374090

SMH 373760

SMH 373731

SMH 374674

SMH 374542

SMH 373354

SMH 331819

SMH 331879

SMH 331825

SMH 373651

SMH 374505

SMH 373695

SMH 374224

SMH 331989

SMH 373717

SMH 374295

SMH 331790

SMH 374039

SMH 373937

SMH 332065

SMH 331811

SMH 331869

SMH 331856

SMH 373519

SMH 373392

SMH 373917

SMH 373396

SMH 373879

SMH 373294

SMH 331797

SMH 374560

SMH 374119

SMH 374636

SMH 332003

SMH 374431

SMH 374089

SMH 373960

SMH 374024

SMH 332084

2284AHE ST

34007016

2177AHE ST

34007018

2231AHE PL

34003035

2207AHE PL

34003010

2221AHE PL

34003032

2219AHE PL

34003033

2223AHE PL

34003031

2203AHE PL

34003010

2325AHE ST

340030442325

AHE ST34003044 2333

AHE ST34003048

2235AHE PL

34003045

2535LA I RD

34012033

2519LA I RD

34012010

2565LA I RD

34012004

2523LA I RD

34012009

2550LA I RD

34012019

2546LA I RD

34012020

2547LA I RD

34012007

2529LA I RD

34012032

2505LA I RD

34012027

2587LA I RD

34012001

2640LA I RD

34019056

2509LA I RD

34012013

2547LA I RD

34012046

2546LA I RD

34012020

2737LA I RD

34021033

2573LA I RD

34012003

2561LA I RD

34012005

2541LA I RD

34012008

2570LA I RD

34012042

2515LA I RD

34012043

2579LA I RD

34012002

2555LA I RD

34012006

2566LA I RD

34012017

2770LA I RD

34027025

2580LA I RD

34012015

2568LA I RD

34012016

3180VANDA PL34024094

3184HOLLY PL34024092

244910TH AVE34026037

244510TH AVE34026036

244210TH AVE34004033

3506LAUNA PL34026029

234110TH AVE34026026

240210TH AVE34004054

232010TH AVE34003039

232010TH AVE34003012

3170VANDA PL34024096

3177HOLLY PL34024087

255310TH AVE34012026

245010TH AVE34004021

3516LAUNA PL34026022

3176HOLLY PL34024090

254310TH AVE34012029

251210TH AVE34004023

243210TH AVE34004035

251810TH AVE34004037

253210TH AVE34004006

242010TH AVE34004015

3179VANDA PL34024003

3167VANDA PL34024001

3168VANDA PL34024095

255110TH AVE34012044

242910TH AVE34026031

243210TH AVE34004013

241110TH AVE34026028

244210TH AVE34004025

240410TH AVE34004017

232010TH AVE34003041

258510TH AVE34012021

252710TH AVE34012034

3512LAUNA PL34026021

251810TH AVE34004024

241610TH AVE34004032

232410TH AVE34003050

219610TH AVE34003018

245910TH AVE34013001

243710TH AVE34026032

243810TH AVE34004012

3511LAUNA PL34026023

254210TH AVE34004002

244210TH AVE34004053

233810TH AVE34003043

3183HOLLY PL34024086

253310TH AVE34012030

244010TH AVE34004011

244210TH AVE34004052

252610TH AVE34004029

240510TH AVE34026027

242610TH AVE34004036

241410TH AVE34004016

235010TH AVE34003016

233910TH AVE34026025

231110TH AVE34003047

232010TH AVE34003042

3173VANDA PL34024002

3182HOLLY PL34024091

3170HOLLY PL34024089

3173HOLLY PL34024088

254710TH AVE34012031

245010TH AVE34004010

251710TH AVE34012012

250610TH AVE34004022

242310TH AVE34026030

242610TH AVE34004014

230110TH AVE34003046

231410TH AVE34003038

232010TH AVE34003040

2437KUAHEA ST

34029030

2413KUAHEA ST

34029036

2420KUAHEA ST

34029028

2689IPULEI PL34019002

2681IPULEI PL34019003

2329KIPONA PL34028045

2336KIPONA PL34028030

2654IPULEI PL34019034

2646IPULEI PL34019032

2648IPULEI PL34019031

2649IPULEI PL34019009

2666MYRTLE ST

34027039

2625MYRTLE ST

34025054

2549MYRTLE ST

34025045

2545MYRTLE ST

34025001

2546MYRTLE ST

34025043

2538MYRTLE ST

34025042

2525MYRTLE ST

34025005

2470MYRTLE ST

34025035

2469MYRTLE ST

34025010

2423ORCHID ST

34011123

2447MYRTLE ST

34025014

3430GINGER ST

34011036

2343ORCHID ST

34011022

2329ORCHID ST

34011126

2408MYRTLE ST

34025025

2342ORCHID ST

34011030

2413YVONNE PL

34029008

2407YVONNE PL

34029010

2696IPULEI PL34019048

2339KIPONA PL34028047

2340KIPONA PL34028029

2402KUAHEA ST

34029025

2389KUAHEA ST

34030030

2388KUAHEA ST

34030027

2680IPULEI PL34019045

2632IPULEI PL34019027

2617IPULEI PL34019013

2646MYRTLE ST

34027042

2624MYRTLE ST

34025092

2559MYRTLE ST

34025047

2535MYRTLE ST

34025003

2556PALOLO PL34012025

2510MYRTLE ST

340250372502

MYRTLE ST34025036

2429ORCHID ST

34011122

2454MYRTLE ST

34025032

2424MYRTLE ST

34025027

2415MYRTLE ST

34025020

3427GINGER ST

34011038

2367ORCHID ST

34011018

2349ORCHID ST

34011021

2336ORCHID ST

34011029

2324ORCHID ST

34011027

2314ORCHID ST

34011025

2460LAMAKU PL

34028020

2464LAMAKU PL

34016001

2430KUAHEA ST

34029029

2414KUAHEA ST

34029027

2661IPULEI PL34019007

2335KIPONA PL34028046

2330KIPONA PL34028031

2323KIPONA PL34028044

2324KIPONA PL34028032

2395KUAHEA ST

34030029

2690IPULEI PL34019046

2660IPULEI PL34019037

2650IPULEI PL34019035

2643IPULEI PL34019010

2340KUAHEA ST

340300192326

KUAHEA ST34030017

2620MYRTLE ST

34025091

2539MYRTLE ST

34025002

2550MYRTLE ST

34025084

2529MYRTLE ST

34025004

2457MYRTLE ST

34025012

2464MYRTLE ST

34025034

2442MYRTLE ST

34025030

2409MYRTLE ST

34025021

3416GINGER ST

34011068

3410GINGER ST

34011067

2355ORCHID ST

34011020

2348ORCHID ST

34011031

2414MYRTLE ST

34025026

2330ORCHID ST

34011028

2457LAMAKU PL

34028017

2452LAMAKU PL

34028022

2427LAMAKU PL

34028012

2421KUAHEA ST

34029034

2362KUAHEA ST

34030022

2662MYRTLE ST

34027047

2654MYRTLE ST

34027043

2655IPULEI PL34019008

2676IPULEI PL34019042

2625IPULEI PL34019012

2624IPULEI PL34019025

2310KIPONA PL34028036

2348KUAHEA ST

34030020

2642MYRTLE ST

34025058

2621MYRTLE ST

34025053

2630MYRTLE ST

34025093

2606MYRTLE ST

34025088

2530MYRTLE ST

340250412524MYRTLE ST

34025040

2463MYRTLE ST

34025011

2425MYRTLE ST

34025018

2420ORCHID ST

34011118

2404ORCHID ST

34011035

2366ORCHID ST

34011034

3433GINGER ST

34011037

2453LAMAKU PL

34028016

2440LAMAKU PL

34028024

2429KUAHEA ST

34029032

2345KIPONA PL34028048

2348KIPONA PL34028027

2378KUAHEA ST

340300252372KUAHEA ST

340300242368KUAHEA ST

34030023

2661MYRTLE ST

34027009

2653MYRTLE ST

34027008

2635MYRTLE ST

34025056

2682IPULEI PL34019044

2662IPULEI PL34019036

2310KIPONA PL34028037

2614MYRTLE ST

34025090

2610MYRTLE ST

34025089

2520MYRTLE ST

34025039

2507MYRTLE ST

34025008

2426ORCHID ST

34011119

2360ORCHID ST

34011033

2335ORCHID ST

34011023

2402MYRTLE ST

34025024

3405GINGER ST

34011076

2456LAMAKU PL

34028021

2465LAMAKU PL

34028018

2449LAMAKU PL

34028015

2446LAMAKU PL

34028023

2419KUAHEA ST

34029035

2408KUAHEA ST

34029026

2436LAMAKU PL

34028025

2430LAMAKU PL

34028026

2344KIPONA PL34028028

2318KIPONA PL34028033

2318KIPONA PL34028034

2392KUAHEA ST

34030028

2382KUAHEA ST

34030026

2660MYRTLE ST

34027044

2664IPULEI PL34019040

2636IPULEI PL34019030

2616IPULEI PL34019024

2306KIPONA PL34028038

2356KUAHEA ST

34030021

2602MYRTLE ST

34025087

2566MYRTLE ST

34025086

2560MYRTLE ST

34025085

2555MYRTLE ST

34025046

2552PALOLO PL34012040

2548PALOLO PL34012039

2538PALOLO PL34012038

2528PALOLO PL34012037

2519MYRTLE ST

34025006

2432ORCHID ST

34011120

2373ORCHID ST

34011128

2431MYRTLE ST

34025017

2438MYRTLE ST

34025029

2411ORCHID ST

34011015

2373ORCHID ST

34011014

2354ORCHID ST

34011032

2405MYRTLE ST

34025022

2320ORCHID ST

34011026

2407KUAHEA ST

34029037

2693IPULEI PL34019001

2311KIPONA PL34028042

2631MYRTLE ST

34025055

2668IPULEI PL34019039

2307KIPONA PL34028041

2303KIPONA PL34028040

2334KUAHEA ST

34030018

2615MYRTLE ST

34025052

2636MYRTLE ST

34025094

2609MYRTLE ST

34025051

2565MYRTLE ST

340250482556

MYRTLE ST34025081

2417ORCHID ST

34011013

2441MYRTLE ST

34025015

2403ORCHID ST

340110162373

ORCHID ST34011017

2401MYRTLE ST

34025023

2550WAIOMAO RD

3403421

2443LAMAKU PL

340280142437

LAMAKU PL34028013

2433KUAHEA ST

34029031

2425KUAHEA ST

34029033

2403KUAHEA ST

34029038

2695IPULEI PL34019049

2317KIPONA PL34028043

2694IPULEI PL34019047

2641MYRTLE ST

34025057

2678IPULEI PL34019041

2640IPULEI PL34019029

2634IPULEI PL34019026

2302KIPONA PL34028039

2605MYRTLE ST

34025050

2601MYRTLE ST

34025049

2516PALOLO PL34012036

2432MYRTLE ST

34025028

2414ORCHID ST

34011117

2361ORCHID ST

34011019

2321ORCHID ST

34011004

2310ORCHID ST

34011024

2420WAIOMAO RD

34028005

2345WAIOMAO RD

34030005

2430HOLOMUA PL

34026041

3551MAKANUI PL

34026012

3555MAKANUI PL

34026011

2534JASMINE ST

34024053

3524MAKANUI PL

340260343514

MAKANUI PL34026033

2290WAIOMAO RD

34015025

2280WAIOMAO RD

34015031

2269WAIOMAO RD

34030016

2250WAIOMAO RD

34015013

2530JASMINE ST

34024052

2519JASMINE ST

34024039

2385PALOLO AVE

340050192379PALOLO AVE

34005005

2427PALOLO AVE

34005067

2373PALOLO AVE

34005061

2373PALOLO AVE

34005059

2373PALOLO AVE

34005041

2275POOLEKA ST

34003013

2409JASMINE ST

34011115

2365PALOLO AVE

34005024

2349PALOLO AVE

34005035

2325PALOLO AVE

34005028

2325PALOLO AVE

34005029

2279PALOLO AVE

34005015

2334KAALANI PL

34003025

2309JASMINE ST

34011048

2324JASMINE ST

34011057

2318JASMINE ST

34011056

2317PALOLO AVE

34005031

2301JASMINE ST

34011132

2275PALOLO AVE

34005016

2190KAUHANA ST

34023032

2428WAIOMAO RD

34028003

2389WAIOMAO RD

340290212352

WAIOMAO RD34028052

2333WAIOMAO RD

34030007

2569IPULEI WAY

34019014

2439HOLOMUA PL

34026002

2445HOLOMUA PL

34026004

2409HOLOMUA PL

34026008

2301WAIOMAO RD

34030012

2560IPULEI WAY

34019023

2555JASMINE ST

34024023

2546JASMINE ST

34024055

2544IPULEI WAY

34019021

2540IPULEI WAY

34019020

2416HOLOMUA PL

34026038

2509JASMINE ST

34024041

2427PALOLO AVE

34005068

2434JASMINE ST

34011105

2364PALOLO AVE

34011006

2365PALOLO AVE

34005023

2357PALOLO AVE

34005021

2347PALOLO AVE

340050372341PALOLO AVE

34005040

2317PALOLO AVE

34005033

2336PALOLO AVE

34011012

2353JASMINE ST

340110412334

JASMINE ST34011059

2279PALOLO AVE

34005051

2279PALOLO AVE

34005052

2308PALOLO AVE

34011009

2265PALOLO AVE

34005017

2255PALOLO AVE

34005058

2265PALOLO AVE

34005048

2241KAUHANA ST

34023059

2255PALOLO AVE

34005046

2253PALOLO AVE

34005044

2225PALOLO AVE

34023053

2204KAUHANA ST

34023030

2169KAUHANA ST

34023012

2520WAIOMAO RD

34016037

2424WAIOMAO RD

34028004

2408WAIOMAO RD

34028007

2357WAIOMAO RD

34030003

2362WAIOMAO RD

34028050

2318WAIOMAO RD

34015010

2550IPULEI WAY

340190222539

JASMINE ST34024028

2552JASMINE ST

34024056

2539JASMINE ST

34024029

3523MAKANUI PL

340260183517

MAKANUI PL34026019

2284WAIOMAO RD

34015020

2524JASMINE ST

34024051

2514JASMINE ST

34024049

2413PALOLO AVE

34005001

2388PALOLO AVE

34011007

2427PALOLO AVE

34005064

2373PALOLO AVE

34005062

2427PALOLO AVE

34005066

2370JASMINE ST

34011066

2370PALOLO AVE

34011005

2341PALOLO AVE

34005038

2273POOLEKA ST

34003017

2347KAALANI PL

34003020

2269POOLEKA ST

34003037

2333KAALANI PL

34003022

2327JASMINE ST

34011045

2281PALOLO AVE

34005014

2279PALOLO AVE

34005049

2245PALOLO AVE

34023056

2221KAUHANA ST

34023005

2221PALOLO AVE

34023052

2226PALOLO AVE

34009022

2179KAUHANA ST

34023010

2211PALOLO AVE

34023050

2532WAIOMAO RD

34016059

2393WAIOMAO RD

34029020

2340WAIOMAO RD

34028054

2553IPULEI WAY

34019016

3541MAKANUI PL

34026014

3550MAKANUI PL

34026010

2329WAIOMAO RD

34030008

2334WAIOMAO RD

34015002

2569JASMINE ST

34024020

2541IPULEI WAY

34019019

2410HOLOMUA PL

34026035

2287WAIOMAO RD

34030014

2278WAIOMAO RD

34015019

2443JASMINE ST

34011109

2394PALOLO AVE

34011139

2427PALOLO AVE

34005002

2418JASMINE ST

34011102

2364PALOLO AVE

34011130

2359JASMINE ST

34011040

2357PALOLO AVE

340050202341PALOLO AVE

34005039

2325PALOLO AVE

34005012

2276POOLEKA ST

34003029

2360JASMINE ST

34011064

2321JASMINE ST

34011046

2340JASMINE ST

34011060

2265PALOLO AVE

34005047

2302PALOLO AVE

34011008

2270PALOLO AVE

34009030

2234KAUHANA ST

34023025

3342KAUHANA PL

340230662215

KAUHANA ST34023004

2302JASMINE ST

34011053

2264PALOLO AVE

340090292260

PALOLO AVE34009028

2228KAUHANA ST

34023026

2231PALOLO AVE

34023054

2252PALOLO AVE

34009026

2246PALOLO AVE

34009025

2230PALOLO AVE

34009023

2196KAUHANA ST

34023031

2207PALOLO AVE

34023049

2184KAUHANA ST

34023033

2409WAIOMAO RD

34029009

2398WAIOMAO RD

340280082392WAIOMAO RD

34028009

2385WAIOMAO RD

34029022

2382WAIOMAO RD

34028011

2367WAIOMAO RD

34030001

2422HOLOMUA PL

34026039

2318WAIOMAO RD

34015010

2321WAIOMAO RD

340300092311WAIOMAO RD

34030011

2422PALOLO AVE

34012035

2389PALOLO AVE

34005004

2427JASMINE ST

34011112

2428JASMINE ST

34011104

2412JASMINE ST

34011069

2333PALOLO AVE

34005011

2325PALOLO AVE

34005027

2345JASMINE ST

34011042

2337JASMINE ST

34011043

2315JASMINE ST

34011047

2330JASMINE ST

34011058

2317PALOLO AVE

34005013

2305JASMINE ST

34011049

3333KAUHANA PL

34023002

2302JASMINE ST

34011051

2258PALOLO AVE

34009027

2434WAIOMAO RD

34028002

2346WAIOMAO RD

34028053

2433HOLOMUA PL

340260062425

HOLOMUA PL34026007

3537MAKANUI PL

34026015

2328WAIOMAO RD

34015022

2318WAIOMAO RD

34015010

2296WAIOMAO RD

34015023

2581JASMINE ST

34024017

2551JASMINE ST

34024024

2545JASMINE ST

34024027

2564JASMINE ST

34024057

2547IPULEI WAY

34019017

2414PALOLO AVE

34012024

3527MAKANUI PL

34026017

2314WAIOMAO RD

34015024

2433JASMINE ST

34011111

2365PALOLO AVE

34005026

2365PALOLO AVE

34005025

2363JASMINE ST

34011039

2317PALOLO AVE

34005032

2270POOLEKA ST

34003015

2344JASMINE ST

34011061

2279PALOLO AVE

34005050

2278PALOLO AVE

34009032

2301JASMINE ST

34011133

2239KAUHANA ST

34023060

2255PALOLO AVE

34005018

2243KAUHANA ST

34023058

3338KAUHANA PL

34023065

2235PALOLO AVE

34023055

2203KAUHANA ST

34023006

2185KAUHANA ST

34023009

2201PALOLO AVE

34023048

2377WAIOMAO RD

34029023

2368WAIOMAO RD

34028049

2436HOLOMUA PL

34026042

3545MAKANUI PL

34026013

3536MAKANUI PL

34026009

2293WAIOMAO RD

34030013

2314WAIOMAO RD

34015029

2575JASMINE ST

34024018

2545JASMINE ST

34024025

2543IPULEI WAY

34019018

3513MAKANUI PL

34026020

2266WAIOMAO RD

34015016

2260WAIOMAO RD

34015028

2437JASMINE ST

34011110

2444JASMINE ST

34011107

2396PALOLO AVE

34011140

2373PALOLO AVE

34005060

2357PALOLO AVE

34005008

2354PALOLO AVE

340110022350

PALOLO AVE34011003

2341PALOLO AVE

34005010

2357PALOLO AVE

34005022

2333PALOLO AVE

34005054

2340KAALANI PL

34003026

2339KAALANI PL

34003021

2332KAALANI PL

34003024

2350JASMINE ST

34011062

2312JASMINE ST

34011055

2301JASMINE ST

34011136

2265PALOLO AVE

34005042

3334KAUHANA PL

34023064

2237KAUHANA ST

34023061

2251PALOLO AVE

34023057

2222KAUHANA ST

34023027

2240PALOLO AVE

34009024

2217PALOLO AVE

340230512216

KAUHANA ST34023028

2193KAUHANA ST

34023008

2173KAUHANA ST

34023011

2416WAIOMAO RD

34028006

2440HOLOMUA PL

34026005

2318WAIOMAO RD

34015010

2318WAIOMAO RD

34015010

2563JASMINE ST

34024021

2533JASMINE ST

340240302508JASMINE ST

34024048

2357PALOLO AVE

34005008

2421JASMINE ST

34011113

2378PALOLO AVE

340111272354

PALOLO AVE34011134

2349PALOLO AVE

34005034

2333PALOLO AVE

34005055

2333PALOLO AVE

34005056

2268POOLEKA ST

34003036

2331JASMINE ST

34011044

2306JASMINE ST

34011054

2330PALOLO AVE

34011129

2281PALOLO AVE

34005063

2274PALOLO AVE

34009031

2233KAUHANA ST

34023062

2229KAUHANA ST

34023063

3339KAUHANA PL

34023001

2302JASMINE ST

34011052

2209KAUHANA ST

34023003

2199KAUHANA ST

34023007

2210KAUHANA ST

34023029

2543MAKAULII PL

34016048

3144MAGNOLIA PL

34027048

3136MAGNOLIA PL

34027028

3160MAGNOLIA PL

34027024

3114MAGNOLIA PL

34027032

2675GARDENIA ST

34027003

2613GARDENIA ST

34024019

2609GARDENIA ST

34024016

2552GARDENIA ST

34024076

2536GARDENIA ST

34024073

239410TH AVE PL

34015009

2526GARDENIA ST

340240712520GARDENIA ST

34024070

2507GARDENIA ST

34024066

2445GARDENIA ST

34011100

2448GARDENIA ST

34011092

2429GARDENIA ST

34011071

3130MAGNOLIA PL

34027035

3144MAGNOLIA PL

34027049

3152MAGNOLIA PL

34027026

3151MAGNOLIA PL

34027018

3115MAGNOLIA PL

34027011

2661GARDENIA ST

34024006

2681GARDENIA ST

34027004

2666GARDENIA ST

34024004

2621GARDENIA ST

34024014

2610GARDENIA ST

340240802602

GARDENIA ST34024079

2545GARDENIA ST

340240592539GARDENIA ST

34024060

2529GARDENIA ST

34024062

2514GARDENIA ST

34024069

2457GARDENIA ST

34011098

2458GARDENIA ST

34011094

2436GARDENIA ST

34011090

2380GARDENIA ST

340110822374GARDENIA ST

34011081

2549MAKAULII PL

34016047

2516MAKAULII PL

34016040

2525MAKAULII PL

34016050

3124MAGNOLIA PL

34027030

3118MAGNOLIA PL

34027031

2669GARDENIA ST

34027001

2617GARDENIA ST

34024015

2630GARDENIA ST

34024085

2618GARDENIA ST

34024082

2540GARDENIA ST

34024074

237410TH AVE PL

34015008

238810TH AVE PL

34015018

2386GARDENIA ST

34011083

2548MAKAULII PL

34016043

3159MAGNOLIA PL

34027020

3151MAGNOLIA PL

34027019

3131MAGNOLIA PL

34027014

2650GARDENIA ST

34024093

2645GARDENIA ST

34024009

2625GARDENIA ST

34024013

2618GARDENIA ST

34024084

2426GARDENIA ST

340110881221

GARDENIA ST34011101

2423GARDENIA ST

34011072

2405GARDENIA ST

34011075

3125MAGNOLIA PL

34027013

3104MAGNOLIA PL

34027034

3137MAGNOLIA PL

34027015

2655GARDENIA ST

34024007

2629GARDENIA ST

34024012

2523GARDENIA ST

34024063

2463GARDENIA ST

34011097

2420GARDENIA ST

34011087

2410GARDENIA ST

34011085

2375GARDENIA ST

34011077

2365GARDENIA ST

34011079

2699GARDENIA ST

34027007

3141MAGNOLIA PL

34027016

2671GARDENIA ST

34027002

2687GARDENIA ST

34027005

2606GARDENIA ST

34024078

2468GARDENIA ST

34011096

235210TH AVE PL

34026024

2366GARDENIA ST

34011080

2558MAKAULII PL

340160442555

MAKAULII PL34016046

2528MAKAULII PL

34016041

2540MAKAULII PL

34016042

3142MAGNOLIA PL

34027027

3130MAGNOLIA PL

34027029

2651GARDENIA ST

34024008

2693GARDENIA ST

34027006

2641GARDENIA ST

34024010

2635GARDENIA ST

34024011

2551GARDENIA ST

34024058

240410TH AVE PL

34015014

2517GARDENIA ST

34024064

2419GARDENIA ST

34011073

2369GARDENIA ST

34011078

2535MAKAULII PL

34016049

3159MAGNOLIA PL

34027023

3147MAGNOLIA PL

34027017

3121MAGNOLIA PL

34027012

3108MAGNOLIA PL

34027033

3111MAGNOLIA PL

34027010

2665GARDENIA ST

34024005

2610GARDENIA ST

34024081

237810TH AVE PL

34015015

2464GARDENIA ST

34011095

231410TH AVE PL

34003001

2411GARDENIA ST

34011074

2529NARCISSUS PL

340250612523NARCISSUS PL

34025062

3239POINCIANA PL

34024038

2450NARCISSUS ST

34025074

3256POINCIANA PL

34024034

3240POINCIANA PL

34024032

2533NARCISSUS PL

34025060

3255POINCIANA PL

34024036

2536NARCISSUS PL

34020001

2481NARCISSUS ST

34025067

2428NARCISSUS ST

34025079

3234POINCIANA PL

34024031

2535NARCISSUS PL

34025059

3247POINCIANA PL

34024037

2440NARCISSUS ST

34025076

2519NARCISSUS PL

34025063

2470NARCISSUS ST

34025070

2460NARCISSUS ST

34025072

3246POINCIANA PL

34024033

3261POINCIANA PL

34024035

2515NARCISSUS PL

34025064

2482NARCISSUS ST

340250682476

NARCISSUS ST34025069

2436NARCISSUS ST

34025077

2507NARCISSUS PL

34025065

2430NARCISSUS ST

34025078

3152CARLOS LONG ST

34025066

3170CARLOS LONG ST

34025009

3234CARLOS LONG ST

34024042

2306HANAKEALOHA PL

34004043

3140CARLOS LONG ST

34020003

3244CARLOS LONG ST

34024045

3230CARLOS LONG ST

34024047

2304HANAKEALOHA PL

34004026

2330HANAKEALOHA PL

34004018

3178CARLOS LONG ST

34024068

3236CARLOS LONG ST

34024046

2310HANAKEALOHA PL

34004042

2319HANAKEALOHA PL

34004004

3245CARLOS LONG ST

34011121

2310HANAKEALOHA PL

34004041

2332HANAKEALOHA PL

340040462318

HANAKEALOHA PL34004040

3204CARLOS LONG ST

34024067

3271CARLOS LONG ST

34011124

3248CARLOS LONG ST

34024044

3215CARLOS LONG ST

34011108

La I R

d

Myrtle S

t

10th A

ve

Gardenia St

Jasmine

St

Ahe St

Palolo Ave

Waiomao Rd

Orchid St

Ipulei PlCarlos Long St

Ahe Pl

Kuahea St

Kauha

na St

Lamaku

Pl

Kipona Pl

Ginger St

Magnolia Pl

Narcissus St

Makanui Pl

Palolo

Pl

Makau

lii Pl

Ipulei

Way

10th Ave Pl

Narcissus Pl

Holomua Pl

Holly Pl

Hana

kealo

ha P

l

Vanda Pl

Kaalani Pl

Kauhana Pl

Poinciana PlLauna Pl

Pooleka

St

Yvonne Pl

Kuahea St

3323

19

375798

375766

375248

332507

332453

332300

375260

376088

375406

332307

376110

376014

332333

375515

375814

332500

3761

36

4102712

332336

3752

87

332372

376171

332360

332518

3754

41

376092

3753

02

332377

375327

3754

25

332388

375541

375257

375523

375407

332467

375489

375368

375349

375510

SMH 331828

SMH 373561

SMH 331840

SMH 4071048

­0 50 100 150 20025

Feet

Palolo, Magnolia Place to Ahe Place (CSM Maintenance Repair 2020-XXX)

Prepared by: Dept. of Design & ConstructionCity & County of Honolulu650 South King StreetHonolulu, Hawaii 96813Copyright: City & County of HonoluluAll Rights Reserved 2009

LegendSMH_Rehabilitation SewerMain_Upsize_to_8-inch SewerMain_Full_CIPP_Liner SewerMain_CCTV Lateral_LL Lateral_SCLL

SAMPLE

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

FULL LENGTH WATER/STEAM OR UV CURED CIPP LINERS

8-inch diameter4 8-inch diameter, 6.0 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: morethan 400 LF. 2920 $ $

Lin. Ft.

10-inch diameter6 10-inch diameter, 6.0 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: morethan 400 LF. 1820 $ $

Lin. Ft.

12-inch diameter8 12-inch diameter, 6.9 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam Cured or UV CIPP Liner for Work Order size: morethan 400 LF. 1100 $ $

Lin. Ft.

CIPP SERVICE CONNECTION AND LATERAL LINER (SCLL)

50 Installation of cured-in-place pipe (CIPP) sewer connection and lateral liner (SCLL) for work orders having a quantity more than 25 SCLL installations, for main lines of 6-, 8-, 10-, or 12-inch diameter main lines with 6-inch diameter service laterals. 69 $ $

Each

CIPP Service Connection and Lateral Liner (SCLL) - Additional Compensation

53 Additional payment per linear feet of lateral lined beyond the first 3-feet extending from the sewer main into the lateral. 100 $ $

Lin. Ft.

CIPP LATERAL LINER (LL)54 Installation of cured-in-place pipe (CIPP) lateral liner (LL). 34 $ $

Each

CIPP Lateral Liner (LL) - Additional Compensation55 Additional payment per linear feet beyond the initial 5 linear feet of lateral

lined. 50 $ $Lin. Ft.

LATERAL/DROP MANHOLE REINSTATEMENT56 Reinstatement of existing sewer service laterals and/or existing drop

manhole connections upon completion of CIPP Liner installation. 61 $ $Each

PIPE BURSTING

8-inch diameter57 8-inch diameter for Work Order size: More than 400 LF. 600 $ $

Lin. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-1

BID PROPOSAL

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

CLOSED CIRCUIT TELEVISION (CCTV)

6-inch diameter service lateral62 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 6-inch service lateral. 103 $ $ Each

6-inch diameter pipe (main line)63 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 6-inch sewer line. 600 $ $ Lin. Ft.

8-inch diameter pipe64 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 8-inch sewer line. 6000 $ $ Lin. Ft.

10-inch diameter pipe65 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 10-inch sewer line. 4250 $ $ Lin. Ft.

12-inch diameter pipe66 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 12-inch sewer line. 2400 $ $ Lin. Ft.

SEWER LINE CLEANING

8-inch diameter pipe84 Sewer line cleaning of existing 8-inch sewer line. 2880 $ $

Lin. Ft.

10-inch diameter pipe85 Sewer line cleaning of existing 10-inch sewer line. 2440 $ $

Lin. Ft.

12-inch diameter pipe86 Sewer line cleaning of existing 12-inch sewer line. 1300 $ $

Lin. Ft.

SEWER MANHOLE REHABILITATION

Using Epoxy Coating within Roadway Areas (MH Ht. 6 ft. or less)111 Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 21 $ $

Each

Using Epoxy Coating within Roadway Areas (MH Ht. greater than 6 ft.)

112 Additional payment per linear ft. beyond the 6 foot height for the Rehabilitation of 4-foot diameter sewer manholes with epoxy coating.

21 $ $ Vert. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-2

BID PROPOSAL

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Using Epoxy Coating outside of Roadway Areas (MH Ht. 6 ft. or less)113 Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 24 $ $

Each

Using Epoxy Coating outside of Roadway Areas (MH Ht. greater than 6 ft.)

114 Additional payment per linear ft. beyond the 6 foot height for the Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 72 $ $

Vert. Ft.

Sewer Flow Control for Manhole Rehabilitation (6", 8", and 10" Diameter Sewer Lines)

116 Sewer flow control, per each manhole. 35 $ $ Each

Sewer Flow Control for Manhole Rehabilitation (12", 15", and 18" Diameter Sewer Lines)

117 Sewer flow control, per each manhole. 10 $ $ Each

AWWA C-900 PVC STANDARD WYE CONNECTION OUTSIDE OF POINT REPAIR(excludes excavation, backfill and pavement restoration)8-inch diameter

150 Lateral connection via installation of new 8" x 6" C-900 PVC Standard Wye. 4 $ $

Each

UNCLASSIFIED TRENCH EXCAVATION:

Trench Excavation up to 4-feet in Depth195 Unclassified Excavation for point repair work, installation of cleanouts,

installation of saddle wyes, installation of wyes outside of point repair, and burying of temporary bypass line. 5 $ $

Cu. Yds.

SEWER FLOW CONTROL FOR CCTV INSPECTION

Sewer Flow Control for CCTV/Cleaning of 6-, 8-, and/or 10-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

201 Sewer Flow Control, per every 500 linear feet of pipe to be CCTV and/or Cleaned, rounded either up or down to the nearest 500-foot increment.

12 $ $Each

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-3

BID PROPOSAL

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Sewer Flow Control for CCTV/Cleaning of 12-, 15-, and/or 18-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

202 Sewer Flow Control, per every 500 linear feet of pipe to be CCTV and/or Cleaned, rounded either up or down to the nearest 500-foot increment.

3 $ $Each

SEWER FLOW CONTROL FOR SEWER LINE REHABILITATION(FULL LENGTH CIPP LINING)

Sewer Flow Control for Rehabilitation of 6-, 8-, and/or 10-inch sewer lines(Full length CIPP liner)

210 Sewer Flow Control, per every 500 linear feet of pipe to be rehabilitated, rounded either up or down to the nearest 500-foot increment of rehabilitated pipe. 9 $ $

Each

Sewer Flow Control for Rehabilitation of 12-, 15-, and/or18-inch sewer lines (Full length CIPP liner)

211 Sewer Flow Control, per every 500 linear feet of pipe to be rehabilitated, rounded either up or down to the nearest 500-foot increment of rehabilitated pipe. 2 $ $

Each

SEWER FLOW CONTROL FOR FULL MANHOLE-TO-MANHOLE PIPE REPLACEMENT

Sewer Flow Control for full manhole-to-manhole pipe replacement for existing 6-, 8- and/or 10-inch diameter lines

222 Sewer Flow Control, per every 50 linear feet of point repair, rounded either up or down to the nearest 50-foot increment of replaced pipe. 12 $ $

Each

TRAFFIC CONTROL WORKTraffic Control Work for CCTV and/or Cleaning

229 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be CCTV and/or Cleaned in streets located within City right-of-way.

4 $ $Each

Traffic Control Work for Pipe Rehabilitation231 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be

rehabilitated in streets located within City right-of-way. 4 $ $Each

FLAGMAN 260 FLAGMAN. Payment for the hiring of private company for traffic control

work, as specified in Special Provision 158, "Traffic Control." N/A $ N/A $ 50,000

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-4

BID PROPOSAL

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

SPECIAL-DUTY POLICE OFFICER 262 SPECIAL-DUTY POLICE OFFICER. Payment for the hiring of special-duty

police officer(s) for traffic control work, as specified in Special Provision 158, "Traffic Control." Per GTC 5.4.2 inclusive of HPD administrative fees, plus a maximum twenty percent of any other costs (i.e. workers' comp., admin. costs, insurance fee, overhead/profit, bond fee, applic. taxes, etc.) N/A $ N/A $ 25,000

TOTAL SUM BID (Items 1 thru 266, inclusive)

TERMINATION OF WORK ORDERIn accordance with Special Provision 200, the City shall have the option of terminating the work order and reassignment the entire work order or a portion thereof to the Contractor with the next lowest sum bid price if work has been delayed beyond a specified number of calendar days described in the work order.Calendar Days of Delay not to exceed: 30

Calendar Days

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-5

BID PROPOSAL

WORK ORDER: Kaneohe Bay #4 Wastewater Pump Station Tributary(CSM Maintenance Repair 2020-XXX)

8" MAIN SEWER ID MAT'L

PIPE LENGTH SLOPE UP INV DOWN INV UpMH ID DnMH ID DIAM UpMH Depth DnMH Depth laterals

Lateralsto

Reinstate QR QCapacity VCapacity

Pre/Post - CCTV Cleaning

(ft) (ft/ft) (ft) (ft) (in) (ft) (ft) (mgd) (mgd) (fps) (ft) (ft) (ft)

140771 VCP 102.02 0.00598 1.92 1.31 140717 140719 8 4.60 7.50 0 0 0.003 0.523 2.320 204.04 102.02 102.02

140773 VCP 205.00 0.00600 1.31 0.08 140719 140730 8 7.50 4.80 5 5 0.030 0.524 2.324 410.00 205.00 205.00

140774 VCP 118.00 0.00441 27.20 26.68 140720 140725 8 9.90 14.60 0 0 0.130 0.449 1.992 236.00 118.00 118.00

140778 VCP 335.00 0.00421 26.68 25.27 140725 140756 8 14.60 7.50 0 0 0.132 0.439 1.946 670.00 335.00 335.00

140779 VCP 300.33 0.03559 35.96 25.27 140727 140756 8 5.10 7.50 4 4 0.012 1.277 5.660 600.66 300.33 300.33

140781 VCP 214.06 0.01261 0.08 -2.62 140730 140749 8 4.80 6.50 3 3 0.046 0.760 3.370 428.12 214.06 214.06

155991 VCP 241.18 0.01260 -2.62 -5.66 140749 155218 8 6.50 9.50 4 4 0.064 0.760 3.368 482.36 241.18 241.18

155992 VCP 174.08 0.00442 25.27 24.50 140756 155223 8 7.50 8.40 2 2 0.155 0.450 1.995 348.16 174.08 174.08

155999 VCP 178.82 0.01241 -5.66 -7.88 155218 155238 8 9.50 12.50 4 4 0.249 0.754 3.343 357.64 178.82 178.82

156000 VCP 113.00 0.08336 3.76 -5.66 155221 155218 8 5.20 9.50 2 2 0.174 1.954 8.663 226.00 113.00 113.00

156002 VCP 131.94 0.15719 24.50 3.76 155223 155221 8 8.40 5.20 0 0 0.169 2.684 11.895 263.88 131.94 131.94

156012 VCP 110.00 0.01227 -7.88 -9.23 155238 155242 8 12.50 13.00 2 2 0.259 0.750 3.324 220.00 110.00 110.00

156015 VCP 51.11 0.01330 -9.23 -9.91 155242 155244 8 13.00 18.00 0 0 0.259 0.781 3.461 102.22 51.11 51.11

156019 VCP 261.12 0.01953 29.60 24.50 155247 155223 8 5.50 8.40 3 3 0.013 0.946 4.193 522.24 261.12 261.12

156027 VCP 54.77 0.00493 -5.10 -5.37 155256 155250 8 11.00 11.50 1 1 0.052 0.475 2.107 109.54 54.77 54.77

156033 VCP 124.00 0.00500 -4.48 -5.10 155264 155256 8 9.50 11.00 1 1 0.047 0.479 2.122 248.00 124.00 124.00

156041 VCP 222.00 0.00050 -4.37 -4.48 155276 155264 8 9.60 9.50 3 3 0.040 0.151 0.668 444.00 222.00 222.00

156046 VCP 106.56 0.00497 -3.84 -4.37 155284 155276 8 9.00 9.60 1 1 0.027 0.477 2.116 213.12 106.56 106.56

156049 VCP 59.00 0.02186 -2.55 -3.84 155289 155284 8 11.40 9.00 2 2 0.024 1.001 4.436 118.00 59.00 59.00

156053 VCP 90.00 0.00456 -1.19 -1.60 155295 155298 8 8.60 10.40 1 1 0.012 0.457 2.025 180.00 90.00 90.00

156055 VCP 188.44 0.00504 -1.60 -2.55 155298 155289 8 10.40 11.40 2 2 0.019 0.481 2.130 376.88 188.44 188.44

156056 VCP 91.74 0.02344 2.04 -0.11 155301 155303 8 10.00 7.00 1 1 0.006 1.036 4.593 183.48 91.74 91.74

156057 VCP 87.40 0.01236 -0.11 -1.19 155303 155295 8 7.00 8.60 1 1 0.008 0.752 3.335 174.80 87.40 87.40

2000391 CAS 17.00 0.01412 -9.91 -10.15 155244 2000384 8 18.00 0.00 0 0 --- --- --- 34.00 17.00 17.00

3011055 VCP 35.50 0.03324 -5.37 -6.55 155250 2000384 8 11.50 0.00 0 0 --- --- --- 71.00 35.50 35.50

4043864 PVC 94.05 0.02818 4.58 1.93 4043863 140717 8 1.42 4.60 0 0 --- --- --- 188.10 94.05 94.05Total Feet 3706.12 Total No. Laterals 42 42 Total Feet 7412.24 3706.12 3706.12

SUMMARY OF WORK:1. Closed circuit television (CCTV) all sewer mains.2. Clean sewer main(s) as needed.3. Closed circuit television (CCTV) all laterals.4. Cured-In-Place Pipe (CIPP) Full line sewer main(s) as indicated.5. Reinstate active laterals.6. CCTV all rehabilitated sewer mains.7. Install service connection lateral liners (SCLLs) at all lateral-to-sewer main connections, over Full CIPP lining.8. Install lateral liners (LLs) at all lateral-to-SMH connections.

Full CIPP

SAMPLE

WORK ORDER: Kaneohe Bay #4 Wastewater Pump Station Tributary(CSM Maintenance Repair 2020-XXX)

Manhole Rehabilitation, Within the Roadway

SEWER ID OLD IDMH TOP

ELEVLOWEST INV ELEV DEPTH

LENGTH OF MANHOLE BEYOND 6'

REHABILITATION TYPE ADDRESS

140720 KK53FF6222 37.10 27.20 9.90 3.90 EPOXY 44-391 NILU ST140725 KK53FF6221 41.30 26.68 14.60 8.60 EPOXY 44-368 KANEOHE BAY DR140727 KK53FF6223 41.06 35.96 5.10 0.00 EPOXY 44-368 KANEOHE BAY DR140756 KK53FF6220 32.77 25.27 7.50 1.50 EPOXY 44-390 KANEOHE BAY DR155221 KK53FF6218 8.93 3.76 5.20 0.00 EPOXY 44-401 KANEOHE BAY DR155223 KK53FF6219 32.90 24.50 8.40 2.40 EPOXY 44-394 KANEOHE BAY DR155247 KK53FF6224 35.10 29.60 5.50 0.00 EPOXY 44-410 KANEOHE BAY DR4043863 --- 6.00 4.58 1.42 0.00 EPOXY 44-007 AINA MOI PL

8 Total Feet 16.40

Manhole Rehabilitation, Outside the Roadway

SEWER ID OLD IDMH TOP

ELEVLOWEST INV ELEV DEPTH

LENGTH OF MANHOLE BEYOND 6'

REHABILITATION TYPE ADDRESS

140717 KK53FF6217 6.52 1.92 4.60 0.00 EPOXY 44-365 KANEOHE BAY DR140719 KK53FF6216 8.81 1.31 7.50 1.50 EPOXY 44-365 KANEOHE BAY DR140730 KK53FF6215 4.88 0.08 4.80 0.00 EPOXY 44-381 KANEOHE BAY DR140749 KK53FF6214 3.88 -2.62 6.50 0.50 EPOXY 44-391A KANEOHE BAY DR155218 KK53FF6213 3.84 -5.66 9.50 3.50 EPOXY 44-401 KANEOHE BAY DR155238 KK53FF6212 4.62 -7.88 12.50 6.50 EPOXY 44-409 KANEOHE BAY DR155242 KK53FF6211 3.77 -9.23 13.00 7.00 EPOXY 44-415 KANEOHE BAY DR155244 KK53FF6210 8.09 -9.91 18.00 12.00 EPOXY 44-415 KANEOHE BAY DR155250 KK53FF6110 6.13 -5.37 11.50 5.50 EPOXY 44-421 KANEOHE BAY DR155256 KK53FF6112 5.90 -5.10 11.00 5.00 EPOXY 44-421 KANEOHE BAY DR155264 KK53FF6113 5.02 -4.48 9.50 3.50 EPOXY ---155276 KK53FF6114 5.23 -4.37 9.60 3.60 EPOXY 44-435 KANEOHE BAY DR155284 KK53FF6115 5.16 -3.84 9.00 3.00 EPOXY 44-441 KANEOHE BAY DR155289 KK53FF6116 8.85 -2.55 11.40 5.40 EPOXY 44-447 KANEOHE BAY DR155295 KK53FF6118 7.41 -1.19 8.60 2.60 EPOXY 44-14 AUMOANA PL155298 KK53FF6117 8.80 -1.60 10.40 4.40 EPOXY 44-453 KANEOHE BAY DR155301 KK53FF6120 12.04 2.04 10.00 4.00 EPOXY 44-6 AUMOANA PL155303 KK53FF6119 6.89 -0.11 7.00 1.00 EPOXY 44-14 AUMOANA PL

18 Total Feet 69.00

*Elevation(s)/Depth(s) have been estimated and may not reflect the actual elevation/depth.**Manhole addresses are approximate locations and should be verified with locations indicated on the map. CSM should be notified of any discrepancies before work begins.

SUMMARY OF WORK:1. Rehabilitate existing manhole(s) as indicated.

SAMPLE

1407

78

1407

79

1560

19

155991

140781

156041

140773

156055

1559

99

1559

92

156002

1560

33

1407

74

156000

156012

1560

46

140771

156056

156053

156057

4043

864

156049

1560

27

156015

301105

5 200039

1

4117453

140785

156025

3008429

4117447

1560

26

155996

155998

156054

156010

140782

156008

3005010

140796

140791

140775

156004

140793

156005

156062

156011

156006

1560

59

156050

140794

156061

15599

5

140777

156048

156014

156045

140795

155997

156007

156043

156031

156036

140780

140784

156037

156013

140786

140776

140770

1560

63

404376

9

140772

SMH 140727

SMH 155223

SMH 155242

SMH 155256

SMH 155303

SMH 155221

SMH 155276

SMH 155295

SMH 155247

SMH 155301

SMH 155244

SMH 155298

SMH 140717

SMH 140725

SMH 155289

SMH 140749

SMH 140720

SMH 155264

SMH 155250

SMH 155238

SMH 140730

SMH 140756

SMH 140719

SMH 155218

SMH 4043863

SMH 155284

Kaneohe Bay #4 WWPS

365NILU ST

44012004

224MALAE PL44021009

204MALAE PL44021003216

MALAE PL44021007

226MALAE PL44021010

212MALAE PL44021006220

MALAE PL44021008

2AUMOANA PL

44022010

4AUMOANA PL

44022009

208MALAE PL44021005

6AUMOANA PL

44022008

3AINA MOI PL

44021037

14AUMOANA PL

44022006

6AINA MOI PL

44021033

10AUMOANA PL

44022007

8AINA MOI PL

44021032

4AINA MOI PL

44021034

18AUMOANA PL

44022003

7AINA MOI PL

44021023

1AINA MOI PL

44021036

24AUMOANA PL

44022002

28AINA MOI PL

44021028

15AINA MOI PL

44021039

27AINA MOI PL

44021043

23AINA MOI PL

44021048

16AINA MOI PL

44021031

35AINA MOI PL

4402104423

AINA MOI PL44021040

27AINA MOI PL

44021047

24AINA MOI PL

4402102922

AINA MOI PL44021030

11AINA MOI PL

44021049

372KANEOHE BAY DR

44035002

390KANEOHE BAY DR

44035005

394KANEOHE BAY DR

44035006

398KANEOHE BAY DR

44035007

403KANEOHE BAY DR

44006003

410KANEOHE BAY DR

44035009

434KANEOHE BAY DR

44035014430

KANEOHE BAY DR44035013

365KANEOHE BAY DR

44021025

413KANEOHE BAY DR

44006006

431KANEOHE BAY DR

44006009

441KANEOHE BAY DR

44006012

442KANEOHE BAY DR

44035016

421KANEOHE BAY DR

44006018

427KANEOHE BAY DR

44006008

435KANEOHE BAY DR

44006010

445KANEOHE BAY DR

44006013

453KANEOHE BAY DR

44006014

372KANEOHE BAY DR

44035002

383KANEOHE BAY DR

44021021

436KANEOHE BAY DR

44035015

391KANEOHE BAY DR

44006001

341KANEOHE BAY DR

44021004

371KANEOHE BAY DR

44021056

404KANEOHE BAY DR

44035008

420KANEOHE BAY DR

44035011

424KANEOHE BAY DR

44035012

448KANEOHE BAY DR

44035017

452KANEOHE BAY DR

44035018

458KANEOHE BAY DR

44035019

380KANEOHE BAY DR

44035004

389KANEOHE BAY DR

44021022

436KANEOHE BAY DR

44035015

401KANEOHE BAY DR

44006017

447KANEOHE BAY DR

44006019

457KANEOHE BAY DR

44022001

359KANEOHE BAY DR

44021046

368KANEOHE BAY DR

44035001

414KANEOHE BAY DR

44035010

375KANEOHE BAY DR

44021019

397KANEOHE BAY DR

44006002

363KANEOHE BAY DR

44021055

381KANEOHE BAY DR

44021053

387KANEOHE BAY DR

44021052

456KANEOHE BAY DR

44035019

347KANEOHE BAY DR

44021027

345KANEOHE BAY DR

44021026

376KANEOHE BAY DR

44035003

369KANEOHE BAY DR

44021018

425KANEOHE BAY DR

44006007

Kane

ohe B

ay D

r

Nilu S

t

Olina St

Aina Moi Pl

Aumoana Pl

Mui P

l

Aumo

ana W

ay

­0 30 60 90 12015

Feet

KANEOHE BAY #4 WASTEWATER PUMP STATION TRIBUTARY AREA (CSM Maintenance Repair 2020-XXX)

Prepared by: Dept. of Design & ConstructionCity & County of Honolulu650 South King StreetHonolulu, Hawaii 96813Copyright: City & County of HonoluluAll Rights Reserved 2009

LegendSMH_Rehab Lateral_Rehab_LL Lateral_Rehab_SCLL SewerMain_Rehab

SAMPLE

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

FULL LENGTH WATER/STEAM OR UV CURED CIPP LINERS

8-inch diameter4 8-inch diameter, 6.0 mm MINIMUM FINISHED (cured) thickness, Full

Length Water/Steam or UV Cured CIPP Liner for Work Order size: morethan 400 LF. 3750 $ $

Lin. Ft.

CIPP SERVICE CONNECTION AND LATERAL LINER (SCLL)

6-, 8-, 10- and/or 12-inch diameter lines50 Installation of cured-in-place pipe (CIPP) sewer connection and lateral

liner (SCLL) for work orders having a quantity more than 25 SCLL installations, for main lines of 6-, 8-, 10-, or 12-inch diameter main lines with 6-inch diameter service laterals. 42 $ $

Each

CIPP LATERAL LINER (LL)54 Installation of cured-in-place pipe (CIPP) lateral liner (LL). 5 $ $

Each

LATERAL/DROP MANHOLE REINSTATEMENT56 Reinstatement of existing sewer service laterals and/or existing drop

manhole connections upon completion of CIPP Liner installation. 42 $ $Each

CLOSED CIRCUIT TELEVISION (CCTV)

8-inch diameter pipe64 Pre- and post- rehabilitation Closed Circuit Television (CCTV) inspections

of existing 8-inch sewer line. 7450 $ $Lin. Ft.

SEWER LINE CLEANING

8-inch diameter pipe84 Sewer line cleaning of existing 8-inch sewer line. 3750 $ $

Lin. Ft.

SEWER MANHOLE REHABILITATION

Using Epoxy Coating within Roadway Areas (MH Ht. 6 ft. or less)111 Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 8 $ $

Each

Using Epoxy Coating within Roadway Areas (MH Ht. greater than 6 ft.)

112 Additional payment per linear ft. beyond the 6 foot height for the Rehabilitation of 4-foot diameter sewer manholes with epoxy coating.

17 $ $Vert. Ft.

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-1

BID PROPOSAL

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

Using Epoxy Coating outside of Roadway Areas (MH Ht. 6 ft. or less)113 Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 18 $ $

Each

Using Epoxy Coating outside of Roadway Areas (MH Ht. greater than 6 ft.)

114 Additional payment per linear ft. beyond the 6 foot height for the Rehabilitation of 4-foot diameter sewer manhole with epoxy coating. 69 $ $

Vert. Ft.

Sewer Flow Control for Manhole Rehabilitation (6", 8", and 10" Diameter Sewer Lines)

116 Sewer flow control, per each manhole. 26 $ $ Each

SEWER FLOW CONTROL FOR CCTV INSPECTION

Sewer Flow Control for CCTV/Cleaning of 6-, 8-, and/or 10-inch sewer lines(CCTV/Cleaning only, no rehabilitation)

201 Sewer Flow Control, per every 500 linear feet of pipe to be CCTV and/or Cleaned, rounded either up or down to the nearest 500-foot increment.

7 $ $Each

SEWER FLOW CONTROL FOR SEWER LINE REHABILITATION(FULL LENGTH CIPP LINING)

Sewer Flow Control for Rehabilitation of 6-, 8-, and/or 10-inch sewer lines(Full length CIPP liner)

210 Sewer Flow Control, per every 500 linear feet of pipe to be rehabilitated, rounded either up or down to the nearest 500-foot increment of rehabilitated pipe. 7 $ $

Each

TRAFFIC CONTROL WORKTraffic Control Work for CCTV and/or Cleaning

229 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be CCTV and/or Cleaned in streets located within City right-of-way.

2 $ $Each

Traffic Control Work for Pipe Rehabilitation231 Traffic Control Plans and Devices, per every 500 linear feet of pipe to be

rehabilitated in streets located within City right-of-way. 2 $ $Each

FLAGMAN 260 FLAGMAN. Payment for the hiring of private company for traffic control

work, as specified in Special Provision 158, "Traffic Control." N/A $ N/A $ 30,000

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-2

BID PROPOSAL

SAMPLE

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007

JOB NO. W4-20

ITEM NO.

DESCRIPTIONESTIMATED QUANTITY

UNIT PRICE UNIT TOTAL

SPECIAL-DUTY POLICE OFFICER 262 SPECIAL-DUTY POLICE OFFICER. Payment for the hiring of special-duty

police officer(s) for traffic control work, as specified in Special Provision 158, "Traffic Control." Per GTC 5.4.2 inclusive of HPD administrative fees, plus a maximum twenty percent of any other costs (i.e. workers' comp., admin. costs, insurance fee, overhead/profit, bond fee, applic. taxes, etc.) N/A $ N/A $ 15,000

TOTAL SUM BID (Items 1 thru 266, inclusive)

TERMINATION OF WORK ORDERIn accordance with Special Provision 200, the City shall have the option of terminating the work order and reassignment the entire work order or a portion thereof to the Contractor with the next lowest sum bid price if work has been delayed beyond a specified number of calendar days described in the work order.Calendar Days of Delay not to exceed: 30

Calendar Days

REHABILITATION OF SEWER LINES ON OAHUCONTRACT NO. 007 P-3

BID PROPOSAL

REHABILITATION OF SEWER LINES ON OAHU TRENCH, EXCAVATION, BACKFILL CONTRACT NO. 007 201-1 AND A.C. RESURFACING

SECTION 201 TRENCH EXCAVATION, BACKFILL AND A.C. RESURFACING This special provision shall supplement Section 11, TRENCH EXCAVATION AND BACKFILL, and Section 35, ASPHALT CONCRETE RESURFACING of the STANDARD SPECIFICATIONS. 1. TRENCH EXCAVATION AND BACKFILL

A. The trench width from the bottom of the trench to two (2) feet above the top of the pipe shall be as indicated on the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail found on SPECIAL PROVISIONS page 201-6 at the end of this specification section.

From two (2) feet above the top of the pipe to the existing ground, the width of trench excavation shall extend as vertical as practicable and/or be confined to the minimum work area required for construction and shall not extend beyond existing structures or utilities adjacent to the sewer pipe alignment, unless otherwise authorized by the Officer-in-Charge.

C. Payment for Trench Excavation shall always be limited to the trench payment

width indicated on the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail.

D. The placing of stockpiles of excavated materials, pipes, and construction

materials adjacent to the trench excavation is prohibited. The Contractor shall haul and store the materials at a site approved by the Officer-in-Charge and shall haul the materials to the job site as required at no cost to the City. Construction shall be scheduled in small increments and trenches shall be backfilled as soon as possible.

E. Trench stability shall be the responsibility of the Contractor. Trenches shall be

well-braced to prevent cave-ins of the trench walls and subsidence of areas adjacent to the trench. In addition, when trench excavation is adjacent to, above, or under existing structures, facilities, surface or underground utilities, poles or improvements, the Contractor shall not only be responsible for properly sheeting and bracing the excavation, but also for stabilizing the existing ground to render it safe and secure from possible slides, cave-ins, and settlement, and for properly supporting existing structures, facilities, surface or underground utilities, poles or improvements with beams, struts, or underpinning as required to ensure that no movement or damages occur to such improvements. Sheeting, bracing, and underpinning shall comply with all applicable City, State, and Federal safety codes and requirements, including OSHA excavation, drilling, and trench standards.

REHABILITATION OF SEWER LINES ON OAHU TRENCH, EXCAVATION, BACKFILL CONTRACT NO. 007 201-2 AND A.C. RESURFACING

F. Backfill for pipes and pipe trenches shall be as shown on the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail.

Crushed rock bedding materials shall be placed and tamped, supplemented by hand shoveling, to provide full contact with the entire periphery of the pipes. Jetting of the trench bedding and backfill shall not be allowed. CLSM may also be used for bedding material. When the pipe is located below the water table, the CLSM bedding shall be installed in a dewatered trench. Plain concrete shall not be used for pipe cradles and bedding material. When sewer pipe beddings are compromised due to trenching of other utilities below sewer pipes, the sewer pipes shall be supported in a manner approved by the City. Backfill shall be CLSM unless otherwise justified. The intermediate backfill material shall be placed in horizontal uniform lifts and thoroughly compacted by mechanical tamping. In roadways, sidewalks, alleys, and paved areas, each lift shall not exceed 8 inches in thickness before compaction. In grassed and vegetated areas, each lift shall not exceed 12 inches in thickness before compaction. The material shall be moisture conditioned to between optimum and 3 percent wet of the optimum moisture content and compacted to at least 90 percent of its maximum dry density based on ASTM D1557-02 test method. For sewers located within roadways, CLSM shall be used as the backfill material above the water table to minimize potential pavement settlement. CLSM shall be self-compacting and capable of being excavated with hand tools. The mix design shall produce a uniform, flowable mixture that is essentially self-leveling when placed. The 28-day compressive strength shall be between 50 and 150 pounds per square inch (psi). Higher strength CLSM may be permitted on a case-by-case basis such as when the CLSM must be tremied. The select borrow material shall be placed in horizontal uniform lifts not to exceed 6 inches in thickness before compaction. The material shall be moisture conditioned to within 2 percent of the optimum moisture content and compacted to at least 95 percent of its maximum dry density based on ASTM D1557-02 test method. The base course shall be compacted until it does not creep or weave in front of the roller or compacting vehicle. When tested, the base course shall have field CBR value of at least 85%.

G. Backfill under existing structures or facilities shall be granular material

completely placed as soon as the pipe is laid and tested. The backfill material shall be placed in horizontal layers not to exceed 6 inches thick. Each layer shall be compacted with proper tools to a minimum of 90% of its maximum dry density according to ASTM D1557 test method. Where crushed rock bedding

REHABILITATION OF SEWER LINES ON OAHU TRENCH, EXCAVATION, BACKFILL CONTRACT NO. 007 201-3 AND A.C. RESURFACING

is used, compact bedding to a dense consistency as evidenced by little or no settlement of the crushed rock under repeated passes of the compaction equipment, but not less than six (6) passes per lift. Where specified compaction cannot be attained, the Contractor shall backfill with Class “C” concrete. The on-site materials are generally suitable as backfill material over the bedding material, subject to the approval of the Officer-in-Charge, provided organic materials, debris, and other deleterious materials are not included in the backfill. Rocks larger than 3 inches in diameter shall not be allowed in the backfill.

H. The Contractor shall locate and expose all utilities prior to starting excavation

between any two consecutive sewer manholes. If an existing utility conflicts with the installation of a replacement sewer line, the Contractor shall inform the Officer-in-Charge who shall make the necessary adjustments prior to the commencement of trench excavation. Compensation to the Contractor for additional costs incurred by design changes due to such conflicts with underground utilities shall be based on the assumption that the procedure of exposing utilities prior to trench excavation has been followed by the Contractor. The Contractor shall not be compensated for adjustment costs in excess of the preceding caused by his failure to follow the specified procedure for exposing utilities prior to trench excavation. The Contractor shall be responsible for contacting and coordinating with utility agencies and performing research for information regarding the location of existing utilities.

I. Where compaction and minimum relative density requirements are indicated,

test trench backfill for moisture-density relations in accordance with ASTM D1557-02. Perform at least one moisture-density relations test for each material used and provide additional test for each change of source. Perform a minimum of one field density and moisture content test in accordance with ASTM D1556 or ASTM D2922 and ASTM D3017 per 50 feet or fraction thereof of trench backfill in every lift or as approved by the Officer-in-Charge. Furnish a plan showing test locations, test number, elevation, and test results to the Officer-in-Charge within three (3) days of test date.

J. Unless authorized in writing by the Officer-in-Charge, trenches shall be kept free

of water during the installation, testing, and backfilling of pipes. The Contractor shall be responsible for any damages to adjacent existing structures, buildings, improvements, and utilities resulting from his dewatering operations. The Contractor's dewatering operations shall be performed in compliance of all City, State and Federal rules, regulations and permits. The Contractor shall be responsible for applying for, obtaining, renewing and complying with all permits required to cover his dewatering operations. The Contractor shall be liable for all penalties, fines, and remedies resulting from his failure to fully comply with applicable rules, regulations and permits.

K. Hard excavations may require hoe-ramming and/or chipping.

REHABILITATION OF SEWER LINES ON OAHU TRENCH, EXCAVATION, BACKFILL CONTRACT NO. 007 201-4 AND A.C. RESURFACING

L. Excavation for point repair work shall be performed in manner that minimizes the amount of disturbance to the area of the repair. Locations of the point repairs are provided in terms of distance relative to an upstream or downstream manhole based on the distance recorded by the camera counter during the sewer main video inspection. As such, the locations are approximate and can differ from field measured distances at the surface by several feet in either direction.

2. A.C. RESURFACING

A. Trenches running longitudinally to the travel way on roadways where the paved travel way is greater than 36 feet shall be cold planed a minimum of two inches and repaved to the original grade. The paving shall be a minimum width of one lane not exceeding 15 feet in width with a minimum of two feet in added length to each end of the longitudinal trench. The replaced pavement within the trench limits, plus an additional one foot on each side of the trench (T-section), shall have a minimum thickness of four inches of asphalt concrete or match the existing pavement thickness, whichever is greater.

B. Trenches running longitudinally to the travel way on roadways where the paved

travel way is 36 feet or less shall be repaved to the trench width plus an additional one foot on each side of the trench (T-section) with a recommended two feet in added length to each end of the longitudinal trench. The replaced pavement shall have a minimum thickness of four inches of asphalt concrete or match the existing pavement thickness, whichever is greater.

C. Trenches running perpendicular or skewed to the travel way and/or longitudinal

trenches less than ten feet in length shall be repaved a minimum of four feet wide with the trench centered within the paved width (T-section) or the paved area shall be the trench width plus an additional one foot on each side of the trench (T-section), whichever is greater. The length of the repaved trench shall be repaved a recommended two feet in added length to each end of the trench. The replaced pavement shall have a minimum thickness of four inches of asphalt concrete or match the existing pavement thickness, whichever is greater.

D. Rectangular excavations (manholes or pits) shall be a minimum of three feet by

four feet or two feet larger in each direction than the excavated area, whichever is greater. The replaced pavement shall have a minimum thickness of four inches of asphalt concrete or match the existing pavement thickness, whichever is greater.

REHABILITATION OF SEWER LINES ON OAHU TRENCH, EXCAVATION, BACKFILL CONTRACT NO. 007 201-5 AND A.C. RESURFACING

3. MEASUREMENT:

A. Trench Excavation and Backfill Trench excavation shall be considered as unclassified and shall be measured for payment by the cubic yard. The quantity shall be computed based on the specified payment trench width for the size of pipe installed and the actual depth required to obtain the proper grade as determined by the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail found on page 201-6.

B. Asphaltic Concrete Resurfacing Asphaltic concrete resurfacing shall be measured for payment by the square yard. A.C. thickness requirements shall be as specified on the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail found on page 201-6.

4. PAYMENT:

A. Trench Excavation and Backfill

Payment for trench excavation and backfill for point repair and full pipe replacement work shall include mobilization/demobilization, removal and disposal of existing pipe, sheeting, shoring, temporary trench covers, backfill, compaction, surface restoration excluding pavement resurfacing, compaction and moisture-density relations tests, and all incidentals required to complete the work. Trench excavation and backfill shall be measured and paid at the various incremental depths as listed in the Bid Proposal for point repairs or full pipe replacement. A separate line item is included in the Bid Proposal as additional compensation for dewatering. Ground water shall be assumed to be present in portions of the trench, where water is not due to rainfall or runoff, and is more than 3-inches deep as measured from the trench bottom payment line. The cost of mobilization shall not be paid out separately, but shall be factored into the unit price bid in the Bid Proposal Schedule.

B. Asphaltic Concrete Resurfacing

Payment for asphaltic concrete resurfacing shall include the prime coat, tack coat, base course and subbase materials, traffic striping, traffic loop sensor restoration, street monument restoration, fire hydrant pavement markers (Type DB), miscellaneous restoration, and all material, equipment, tools, labor and any incidental work necessary to construct the work in place complete.

REHABILITATION OF SEWER LINES ON OAHU TRENCH, EXCAVATION, BACKFILL CONTRACT NO. 007 201-6 AND A.C. RESURFACING

REHABILITATION OF SEWER LINES ON OAHU TRENCH, EXCAVATION, BACKFILL CONTRACT NO. 007 201-7 AND A.C. RESURFACING

--END SECTION 201--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 202-1 CRUSHED ROCK BEDDING

SECTION 202 CRUSHED ROCK BEDDING 1. DESCRIPTION

Crushed rock bedding shall consist of furnishing, placing and compacting crushed rock material on a prepared subgrade and around sewer pipes as shown on the Sewer Trench, Pipe Bedding, Backfill and A.C. Restoration detail found in Special Provisions Section 201, “Trench Excavation, Backfill, A.C. Resurfacing.”

2. MATERIALS

Crushed rock bedding shall be clean, granular basaltic gravel conforming to ASTM D448, size No. 67 (#3B fine) aggregate, unless otherwise directed by the Officer-in-Charge.

3. CONSTRUCTION

Crushed rock bedding shall be installed per the dimensions shown on the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail, unless otherwise directed by the Officer-in-Charge. The material shall be placed in not more than 6-inch thick loose lifts and tamped, supplemented by hand shoving, to provide full contact with the entire periphery of the pipes. Care shall be taken to protect the pipes from damage during the backfilling operations. The crushed rock material shall be compacted with hand operated vibratory compaction equipment to a dense consistency until little to no settlement of the gravel is observed under repeated passes with the compaction equipment, but not less than six (6) passes per lift.

4. MEASUREMENT AND PAYMENT

Payment for crushed rock bedding shall not be made directly but shall be considered included in the cost for installation of new PVC or HDPE sewer pipe as indicated in the Bid Proposal.

--END OF SECTION 202--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 203-1 CRUSHED ROCK FILL AND SUBBASE

SECTION 203 CRUSHED ROCK FILL AND SUBBASE 1. DESCRIPTION

Crushed rock fill and subbase shall consist of placing and compacting crushed rock material on prepared subgrade. The crushed rock fill shall consist of filling soft spots below the crushed rock bedding and subbase when directed by the Officer-in-Charge.

This fill and subbase course is intended for, but not restricted to, a foundation or stabilizing course for beddings.

2. MATERIALS

Crushed rock fill and subbase material shall consist of a clean, granular, basaltic gravel conforming to ASTM D448 No. 4 or No. 5, unless otherwise directed by the Officer-in-Charge.

3. DETAILS

Unless otherwise indicated, Crushed Rock Fill and Subbase material shall be placed and spread in uniform layers not to exceed 12". Each layer shall be compacted with a vibratory compactor to a dense consistency until little or no settlement of the ground is observed under repeated passes with the compaction equipment, but not less than six (6) passes per lift. Prior to the placement of Crushed Rock Fill, the bottom of the trenches shall be compacted to provide a firm bottom as indicated by little to no yielding, pumping, or rutting of the subgrade under repeated passes of the compaction equipment, but not less than six (6) passes to check for yielding or soft areas. Any yielding or soft areas that do not readily compact shall be excavated to firm soils and replaced with Crushed Rock Fill.

4. MEASUREMENT

The volume of Crushed Rock Fill for filling soft spots when ordered by the Officer-in-Charge shall be the number of cubic yards measured in place as constructed in its final position to the payment dimensions ordered.

5. PAYMENT

Payment for Crushed Rock Fill for filling soft spots when directed by the Officer-In-Charge, as measured above, will be made at the unit price bid as provided for in the Bid Proposal and shall be full compensation for the work, including excavation, compaction, woven geotextile fabric, in place complete.

--END SECTION 203--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 204-1 WOVEN GEOTEXTILE FABRIC

SECTION 204 WOVEN GEOTEXTILE FABRIC 1. DESCRIPTION

This section consists of furnishing and placing woven geotextile fabric for Crushed Rock Bedding and Crushed Rock Fill and Subbase for pipe line trenches as indicated in the SPECIAL PROVISIONS, or where directed by the Officer-in-Charge.

2. SUBMITTALS

Provide manufacturer’s product literature for the woven geotextile fabric including description of material and physical properties for Officer-in-Charge’s approval in accordance with SPECIAL PROVISIONS, Section 140, “Submittal Procedures.”

3. MATERIAL

The woven geotextile fabric for pipe line trenches shall be MIRAFI 500X or an approved substitute. The filter fabric shall meet the following minimum physical requirements.

Fabric Property Unit Test Method Typical

Value Resistance to Installation Damage

Grab Tensile Strength lb ASTM D-4632 200 Grab Tensile Elongation % ASTM D-4632 15 Burst Strength psi ASTM D-3786 400 Trapezoid Tear Strength lb ASTM D-4533 75 Puncture Strength lb ASTM D-4833 90

Performance Criteria During Service Life

Equivalent Opening Size U.S. Std. ASTM D-4751 50 Permittivity Sieve sec-1 ASTM D-4491 0.05 Flow Rate gal/min/ft2 ASTM D-4491 5 UV Resistance (@ 500 hours) strength retained ASTM D-4335 70

Any request to substitute an equivalent woven geotextile fabric shall be subject to review and approval by the Officer-in-Charge.

The woven geotextile fabric shall be kept in a dry location and shall be protected from the direct rays of the sun.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 204-2 WOVEN GEOTEXTILE FABRIC

4. CONSTRUCTION DETAILS

Installation of the woven geotextile fabric shall be as shown on the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail found in Special Provisions Section 201, “Trench Excavation, Backfill, and A.C. Resurfacing.” Laps and splices shall be a minimum of 18 inches.

5. MEASUREMENT AND PAYMENT

Payment for the materials and installation of the filter fabric shall not be made directly, but shall be included in the unit price bid for installation of new PVC pipe as indicated in the Bid Proposal Schedule.

--END SECTION 204--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 205-1 POLYVINYL CHLORIDE (PVC) SEWER PIPE

SECTION 205 POLYVINYL CHLORIDE (PVC) SEWER PIPE 1. GENERAL

This section shall govern the furnishing and installing of the polyvinyl chloride (PVC) sewer piping for point repairs. PVC pressure piping and fittings shall be utilized for both sewer mains and the laterals.

2. SUBMITTALS

A. Shop drawings, brochures, installation instructions, certifications, as-built drawings, and other data shall be submitted to the Officer-in-Charge in accordance with SPECIAL PROVISIONS Section 140, "Submittal Procedures."

B. Certifications shall include manufacturer's certification that all PVC pipe and

fittings used for the gravity sewer lines for the Project meet the minimum requirements set forth in the Contract Documents and in standards nationally adopted by the industry for C-900 PVC pipe and fittings, and C-907 PVC fittings for characteristics which may include, but not be limited to, PVC cell classification, elastomeric gasketed bell and spigot joint, size, shape, strength, chemical resistance, and pressure rating.

C. As-Built Drawings: Prior to acceptance of the work, the Contractor shall furnish

the Officer-in-Charge with two (2) sets of "as-built" drawings of the gravity sewer line installation, accurately drawn to scale, with all items (including, but not limited to sewer manholes and laterals) identified by name and symbol, all inverts indicated, and including any other information required by the Officer-in-Charge. The work shall not be accepted until the "as-built" drawings have been approved by the Officer-in-Charge. The Contractor shall be responsible for all revisions to the "as-built" drawing required by the Officer-in-Charge prior to approval.

3. MATERIALS A. Polyvinyl Chloride (PVC) Pipe 1) Gravity sewer pipes ranging from 6-inches through 30-inches in diameter

shall be PVC pressure pipe in compliance with AWWA C-900. PVC pipe shall be the Cast-Iron-Pipe Equivalent O.D. type, DR 18. Pipe joints shall be spigot with an elastomeric gasket.

PVC pipe for gravity sewer shall be furnished complete with couplings of

the same type and composition as the pipe, gaskets conforming to ASTM F 477, and required lubricants. All gaskets and lubricants shall be made from materials that are compatible with the plastic material and with each other when used together, are suitable for wastewater service, and will not support the growth of bacteria.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 205-2 POLYVINYL CHLORIDE (PVC) SEWER PIPE

2) PVC Fittings

Fittings shall have elastomeric-gasket type joints suitable for wastewater service and shall be compatible with C-900 PVC pipes.

a) Fittings for 6-inch through 8-inch pipe shall be DR18 one-piece

injection molded and shall conform to the requirements of AWWA C-907. Gaskets shall conform to ASTM F-477 and be locked-in style. A flow transition ring, HARCO or approved substitute, shall be used at the downstream end of a 6-inch or 8-inch molded fitting having a DR higher than upstream pipe section, to provide a gradual taper between cross-sectional areas.

Fittings for 10-inch and 30-inch pipe shall be DR18 fabricated

fittings in compliance with AWWA C-900. Gaskets shall conform to ASTM F477 and be locked-in style. Fabricated fittings shall have individual segments bonded together and overwrapped with fiberglass reinforced polyester.

b) PVC couplings and transition fittings (minimum DR18) with

elastomeric-gasket joints shall be provided and at connections to existing sewer laterals by the Contractor at his expense. Where indicated, or where necessary and approved by the Officer-in-Charge, couplings of the high deflection type allowing up to 5 degrees of deflection (2.5 degrees per side) shall be used. The center stop from couplings may be removed where closure type couplings are required.

B. Flow Transition Ring

A flow transition ring shall be installed at the downstream end of 6- and 8-inch molded fittings having a DR larger than the upstream pipe section to provide a gradual taper between the cross sectional areas. The flow transition ring shall be manufactured by Harco Fittings Inc., or an approved substitute.

C. Repair Coupling

Repair couplings shall be used to connect new AWWA C-900 and C-905 PVC pipe to existing pipe (vitrified clay pipe, terra cotta pipe, and cast iron pipe). The coupling shall be designed and constructed for connecting sewer lines of dissimilar pipe materials and sizes. Repair coupling shall be Mission Flex-Seal Adjustable Repair Coupling (ARC) or approved substitute. The sleeve shall be manufactured of molded natural and synthetic rubber conforming to ASTM C 425 and ASTM C 1173. Shear rings shall be 300 series stainless steel with a minimum thickness of 0.012” and conform to ASTM A 240.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 205-3 POLYVINYL CHLORIDE (PVC) SEWER PIPE

Sealing clamps with nut and bolt takeup shall be surgical grade 316 stainless steel conforming to ASTM A-240.

4. CONSTRUCTION DETAILS

A. PVC Pipe and Fittings

1) PVC pipe and fittings for the gravity sewer lines for this Project shall be installed according to the requirements of the pipe and fittings manufacturers, the Contract Documents including this special provision, and as directed by the Officer-in-Charge.

2) The Contractor shall visually inspect and test all pipes and appurtenances

prior to the installation and shall assume full responsibility for the soundness of the pipes and appurtenances installed.

3) Trench excavation and backfill shall be as specified in SPECIAL

PROVISIONS Section 201, "Trench Excavation, Backfill and A.C. Resurfacing.”

4) Pipe Bedding: The Contractor shall provide a crushed rock or CLSM

bedding for gravity sewer lines as specified on the “Sewer Trench, Backfill and A.C. Resurfacing” Detail found in SPECIAL PROVISIONS Section 201.

5) Inspect each pipe and fitting before and after installation; replace those

found defective and remove from site.

6) Pipes shall be laid to the existing lines and grades, or as specified by the Officer-in-Charge. Bending of PVC pipes will not be allowed. Provide batterboards not more than 15 feet apart in trenches for checking and ensuring that pipe invert elevations are as indicated. Laser beam method may be used in lieu of batterboards for the same purpose. The use of concrete blocks and wood wedges to adjust the pipe to proper line and grade is prohibited. The pipe shall be uniformly supported along its entire length. Laying of pipe shall commence at the lowest point, with the spigots facing in the direction of flow. Pipe shall be fitted together and matched so that when laid, it will form a sewer with a smooth and uniform invert. The interior of the sewer pipe shall be cleared of all dirt, joint compound, and superfluous or foreign material as the work progresses. Exposed ends of sewers shall be closed with approved temporary covers to prevent water, earth and debris from entering the pipe before leaving the work for the night. Should water, mud, and/or any other material enter any joint after a pipe has been laid in the trench, the joints thus affected shall be opened up either by removal of the pipes or by pulling the joints apart, and the joint thoroughly cleaned and replaced. Pipes which become submerged in water during the night shall be carefully checked

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 205-4 POLYVINYL CHLORIDE (PVC) SEWER PIPE

each morning, and pipes found “floated” from their proper positions shall be re-laid by the Contractor at his own expense.

7) Wyes for laterals shall be installed where shown on the Work Order or as

ordered by the Officer-in-Charge. For service laterals, rotate bends as required to minimize the need for deflection at fittings and couplings. Service laterals shall have uniform slope and straight alignment between the fittings and couplings used to connect to the main sewer and private property sewer lateral. High deflection or closure/repair couplings will be permitted on laterals only where required, approved by the Officer-in-Charge, and located adjacent to fittings or at connection points at either end of the lateral. The Contractor shall provide at his expense additional fittings, special couplings, adapters, and other items of work not specified or shown to perform the lateral connection work.

8) All burrs and rough edges from cutting, grinding, filing or from the

manufacturing process shall be sanded smooth to provide a smooth interior pipe surface. Any protrusions, abrupt changes and rough surfaces inside the pipe must be avoided to prevent accumulation of debris that leads to sewer clogging and increased maintenance. On downstream ends of connections to fittings, the inside edges of the spigot end of the pipe that is inserted into the fitting shall be rounded (minimum 1/8” radius) and sanded to minimize snagging of debris.

9) Prior to the installation of a section of pipe, the circumference of the spigot

end shall be marked to show the depth of the bell of the pipe. Upon proper embedding of the spigot end of the pipe against the bell, the pipe shall be jacked “home” to the preset mark on the pipe.

10) The Contractor shall be responsible for maintaining all existing sewer

services and for any fines, damage, and/or cleanup costs caused by sewage spills or backups. Temporary sewer laterals or bypass pumping shall be provided as required where the existing laterals must be repaired.

11) Because of the nature of PVC pipe, the Contractor shall exercise appropriate care in handling, loading, unloading, and storing such pipe so as to avoid damage. Before use, the pipe shall be properly stored per the manufacturer’s recommendations. During transportation, vehicles with beds long enough to allow the lengths of pipe to lay flat shall be used. Defective pipe shall not be accepted. All pipes shall be covered with a minimum of 3” of an approved backfill material within 24 hours of being placed in the trench.

12) Any pipe, fittings, or appurtenances which has been installed and proved

defective shall be removed and replaced by the Contractor at no additional cost to the City.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 205-5 POLYVINYL CHLORIDE (PVC) SEWER PIPE

B. Construction Surveying

1) All surveying shall be as specified in SPECIAL PROVISIONS Section 207, "Construction Surveying.”

2) All pipe installation greater than 20-feet in length will require surveying at each pipe joint to ensure pipe maintains the proper slope.

3) During manhole-to-manhole full pipe replacement, Contractor is

required to survey existing upstream and downstream manholes to verify pipe inverts and pipe slopes. Existing invert and pipe slope information shall be submitted to the Officer-in-charge for review prior to any excavation.

C. Buried Warning and Identification Tape

Provide polyethylene plastic and metallic core or metallic-faced, acid-and alkali-resistant, polyethylene plastic warning tape manufactured specifically for warning and identification of buried utility lines. Provide tape on rolls, 3-inch minimum width, green in color, for the intended utility with warning and identification imprinted in bold black letters continuously over the entire tape length. Warning and identification to read, "CAUTION, BURIED SEWER LINE BELOW" or similar wording. Color and printing shall be permanent, unaffected by moisture or soil. The polyethylene plastic tape shall have a minimum thickness of 0.004-inch. Tape shall have a minimum strength of 1500 psi lengthwise and 1250 psi crosswise. Tape shall be manufactured with integral wires, foil backing, or other means of enabling detection by a metal detector when tape is buried up to 3 feet deep. Encase metallic element of the tape in a protective jacket or provide with other means of corrosion protection.

Whenever a new roll of warning tape is required to be jointed to the end of an existing roll, the splice shall be made by overlapping the two ends a minimum of 6 inches and taping the entire overlapped section with duct tape.

5. MEASUREMENT AND PAYMENT

A. Measurement for the lengths of PVC pipe used for point repairs shall be measured for payment per each section 4-feet or less, by diameter. For sections longer than 4-feet, measurement shall be for the actual length over 4-feet, per linear foot (horizontal length), by diameter. Where grades exceed 10 percent, the actual length of pipe installed will be measured.

External collar wye saddle connections and standard wye connections shall be

measured for payment per each connection. B. Payment for PVC pipe used for point repairs, as measured above, shall be made

at the respective unit prices bid per each for sections 4-feet or less, by diameter,

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 205-6 POLYVINYL CHLORIDE (PVC) SEWER PIPE

or for sections longer than 4-feet, additional compensation will be made on a unit price bid per linear foot as indicated in the Bid Proposal, and includes mobilization/demobilization, piping, couplings with stainless steel clamps, fittings (excluding wyes), bedding, testing, woven geotextile fabric, warning tape, and all incidentals, in place complete (excluding excavation, backfill and pavement restoration). The length of the point repair for payment shall exclude the lengths of any wye fittings located within the point repair.

C. Measurement for the lengths of PVC pipe used for full manhole-to-manhole

replacement shall be measured for payment per linear foot, by diameter.

External collar wye saddle connections and standard wye connections shall be measured for payment per each connection. Payment shall include 45-degree bend, other fittings, tapping hole in main line, stainless steel bands, gasket, sealant, CLSM encasement per Saddle Connection Detail and Bedding Material Detail on Special Provisions 201, in place complete (excluding excavation, backfill, and pavement restoration).

D. Payment for PVC pipe used for full manhole-to-manhole replacement, as

measured above, shall be made at the respective unit prices bid per linear foot, by diameter, as indicated in the Bid Proposal, and includes mobilization/demobilization, piping, fittings (excluding wyes), bedding, testing, woven geotextile fabric, warning tape, and all incidentals, in place complete.

E. Payment for external collar wye saddle connections and standard wye

connections shall be made at the respective unit prices bid per each as indicated in the Bid Proposal, and includes mobilization/demobilization, up to 5-feet of PVC pipe, fittings, concrete encasement, bedding material, woven geotextile fabric, warning tape, and all incidentals, in place complete.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 205-7 POLYVINYL CHLORIDE (PVC) SEWER PIPE

--END SECTION 205--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 206-1 SEWER MANHOLES

SECTION 206 SEWER MANHOLES 1. DESCRIPTION

This section shall supplement and modify SECTION 23, SEWER MANHOLES of the STANDARD SPECIFICATIONS and shall govern construction of new Plain Precast Concrete Sewer Manholes, Pre-cast Concrete Shallow Drop Manholes, and Pre-cast Concrete Drop Manholes, in place complete, as indicated on Sheets S-11 (modified at the end of this specification), S-12, and S-19, respectively, of the STANDARD DETAILS.

2. MATERIALS

All sewer manholes, risers, and cone sections shall be made of pre-cast concrete conforming to the requirements of Section 39, Portland Cement Concrete of the Standard Specifications. All new manhole structures shall utilize Type “SA” frame and covers, unless otherwise indicated by the Officer-in-Charge, with Inflow Inserts. No manhole rungs shall be used. Epoxy protective coating shall be applied on all Shallow Drop and Drop Manholes, per SPECIAL PROVISIONS Section 226, “Sewer Manhole Rehabilitation.” Hydrophilic waterstops shall be installed in all construction joints below the groundwater level to form watertight joints in accordance with the manufacturer’s instructions. Waterstops shall be Adeka Ultraseal MC-2010M or approved substitute. A. Hardness: Hardness shall be a minimum of 30.

B. Elongation: The elongation shall be a minimum of 500%.

C. Tensile Strength: The tensile strength shall be a minimum of 100 pounds per

square inch. 3. MEASUREMENT AND PAYMENT

For installation of new Plain Precast Concrete and new Precast Concrete Shallow Drop manholes, payment shall be paid for per Each Manhole, for manholes 6 feet or less in height. For Plain or Shallow Drop manholes greater than 6 feet, additional compensation will be made on a unit price bid amount per linear feet exceeding the 6 foot height, as indicated in the Bid Proposal Schedule. For installation of new Precast Concrete Drop manholes, payment shall be paid for Per Each Manhole, for manholes 10 feet or less in height. For Drop manholes greater than 10 feet, additional compensation will be made on a unit price bid amount per linear feet exceeding the 10 foot height, as indicated in the Bid Proposal Schedule. The manhole height shall be considered from the channel invert to the top of the cover. This payment shall be full compensation for the manhole including plugging or bypass pumping, excavation and backfill, crushed

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 206-2 SEWER MANHOLES

rock fill and subbase, manhole base, precast riser(s) and cone, Type “SA” or “SB” frame and cover, installation of inflow insert, channelization of inverts, testing, all necessary labor, materials, equipment, main line and branch line connections, ground restoration (excluding A.C. resurfacing), and other incidentals, in place complete.

Payment for pavement resurfacing required for the installation of new manholes shall be paid as specified in SPECIAL PROVISIONS Section 201, “Trench Excavation, Backfill, and A.C. Resurfacing.” Payment for excavation, backfill, and necessary temporary sewage plugging or bypass pumping required for installation of new manholes, shall be considered included in the work.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 206-3 SEWER MANHOLES

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 206-4 SEWER MANHOLES

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 206-5 SEWER MANHOLES

--END SECTION 206--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 207-1 CONSTRUCTION SURVEYING

SECTION 207 CONSTRUCTION SURVEYING 1. DESCRIPTION

Surveying shall consist of providing all labor, materials, tools, and equipment necessary to accurately determine the existing pipe and manhole invert elevations during point repair and full pipe replacement work as described in the Special Provisions Section 205 “Polyvinyl Chloride (PVC) Sewer Pipe.”

2. MEASUREMENT AND PAYMENT

Payment for construction surveying shall not be made directly but shall be considered included in the cost for installation of new PVC sewer pipe as indicated in the Bid Proposal.

--END SECTION 207--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 211-1 ROOT BARRIER

SECTION 211 ROOT BARRIER 1. GENERAL

“Biobarrier” or an approved substitute root barrier shall be wrapped around joints of sewer pipes, fittings, and appurtenances as indicated in the Work Order. The root deterrent material shall extend a minimum 9-inch on either side of the joint. Overlap of material shall be 4-inches minimum. Method of fastening material to the pipe shall be as recommended by the manufacturer and subject to the approval of the Officer-in-Charge.

2. MEASUREMENT AND PAYMENT

A. Measurement for which payment will be made shall be the length of root barrier installed, measured in linear feet

B. Payment for root barrier used on sewer pipes, fittings, and appurtenances for

sewer mains and laterals shall be based on the unit price bid per linear foot as scheduled in the Bid Proposal. This payment shall include full compensation for all labor, materials, equipment, tools and incidentals for the completed work.

-- END SECTION 211 --

CONTROLLED LOW STRENGTH MATERIAL REHABILITATION OF SEWER LINES ON OAHU (CLSM) AND LIGHTWEIGHT CELLULAR CONTRACT NO. 007 212-1 CONCRETE (LWCC)

SECTION 212 CONTROLLED LOW STRENGTH MATERIAL (CLSM) AND LIGHTWEIGHT CELLULAR CONCRETE (LWCC)

1. DESCRIPTION

The work of this section includes furnishing and placing Controlled Low Strength Material (CLSM) and Lightweight Cellular Concrete (LWCC) in utility trenches as bedding for pipelines and backfill to provide firm support for pipes, manholes and pavements, and to also facilitate construction. LWCC may also be utilized to reduce soil loading, settlement potential, and for backfilling abandoned sewer mains and manholes.

2. SUBMITIALS

Submittals shall be made in accordance with SPECIAL PROVISIONS Section “Submittal Procedures.”

A. Submit 28-day compressive strength test results for all testing called for in

these specifications.

B. Submit the proposed mix design, manufacturer's certifications that all materials meet the standards stated herein and that required factory tests have been successfully performed, list of specialized equipment to be used for mixing and placement, and manufacturer's certification that the Contractor's personnel are adequately trained and sufficiently experienced to prepare and place the CLSM and LWCC.

3. MATERIALS

A. CLSM is a mixture of Portland cement, fine aggregate, and water. LWCC is

similar to CLSM except it incorporates a foaming agent or other lightweight materials to reduce the unit weight of the fill material. Unless otherwise indicated, the Contractor shall proportion the CLSM and LWCC to produce a backfill material that is self-compacting and capable of being excavated later with hand tools. Fly ash is prohibited from use in the CLSM and LWCC for this project.

B. The Contractor shall be responsible for the CLSM and LWCC mix design. The

mix design of the CLSM and LWCC shall produce a uniform, flowable mixture that is essentially self-leveling when placed.

CLSM shall have a 28-day compressive strength of 50 psi to 150 psi and have a wet unit weight sufficient enough to displace groundwater and achieve the required compressive strength. CLSM for pipe bedding shall be

CONTROLLED LOW STRENGTH MATERIAL REHABILITATION OF SEWER LINES ON OAHU (CLSM) AND LIGHTWEIGHT CELLULAR CONTRACT NO. 007 212-2 CONCRETE (LWCC)

placed in completely dewatered excavations and trenches by methods such as a chute, hopper, trunk, or other method acceptable to the Officer-in-Charge. CLSM in the wet shall be pumpable and placed by tremie methods. CLSM mix shall be proportioned to prevent the tremie line from packing off. CLSM shall be placed in a manner to reduce segregation and changes in density. Prevent flotation of pipes, manholes and other structures during placement of CLSM in excavations and trenches. Damage due to hydrostatic pressure from the CLSM on pipes, manholes, and other structures will be the Contractor's responsibility and repaired at no additional cost to the City.

C. LWCC shall be Class III and have a minimum 28-day compressive strength of

50 to 150 psi, and an in-place density of 65 to 85 pcf.

D. All materials shall conform to Section 39 - Portland Cement Concrete, Department of Public Works, City and County of Honolulu, Standard Specifications for Public Works Construction, September 1986.

CLSM on State roads shall conform to Section 314 in the State of Hawaii Department of Transportation, Highways Division, HAWAII STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND PUBLIC WORKS Aggregates shall be from a source acceptable to the Officer-in-Charge and conform to STANDARD SPECIFICATIONS Subsection 39.2, "Materials for Fine Aggregate." The Contractor may use aggregates that are different from Subsection 39.2 subject to acceptance by the Officer-in-Charge. Aggregate shall stay in suspension in the CLSM and LWCC to the extent required for proper flow.

E. CLSM and LWCC materials and mixes shall meet all applicable requirements

generally accepted by the industry for such materials and products including, but not limited to, ASTM C796, ASTM C869, and ASTM C150.

4. CONSTRUCTION REQUIREMENTS

A. Thickness. Provide CLSM and LWCC as pipe bedding and pipe and manhole

backfill as indicated on the Plans.

B. Placement. Before placing any CLSM and LWCC, thoroughly clean the trench or other bottom surface of soft materials and deposits that may cause the CLSM and LWCC to have differential settlements. Remove soft materials and deposits prior to placing CLSM and LWCC. Unless otherwise indicated on the Plans and the SPECIAL PROVISIONS, CLSM and LWCC shall be placed only in excavations that have been completely dewatered. Do not place any CLSM and LWCC until after the Officer-in-Charge has inspected the area to be filled.

CONTROLLED LOW STRENGTH MATERIAL REHABILITATION OF SEWER LINES ON OAHU (CLSM) AND LIGHTWEIGHT CELLULAR CONTRACT NO. 007 212-3 CONCRETE (LWCC)

The CLSM and LWCC shall be mixed and placed in accordance with the approved mix design and the manufacturer's requirements. Provide sufficient mixing capacity to allow the material to be placed without interruption. Only equipment certified by the manufacturer as being allowable for use in mixing and placement shall be used by the Contractor. CLSM and LWCC to be placed in the wet shall be done by tremie methods acceptable to the Officer-in-Charge. During placement operations around manholes and in pipe trenches, place the CLSM and LWCC evenly to avoid dislocating the piping or manholes due to fluid pressure from the flowable fill. Place in stages and/or provide sufficient anchors as necessary to prevent uplift. The Contractor shall comply with applicable requirements in SPECIAL PROVISIONS Section 201, "Trench Excavation, Backfill, and A.C. Resurfacing."

Pave or restore the pavement section no earlier than eight (8) hours after backfilling unless otherwise allowed by the Officer-in-Charge. Protect the backfill material from traffic during the period before restoration of the pavement section.

C. Testing and Quality Control. Two test specimens of CLSM used for pipe

bedding shall be taken at the point of placement for every 200 feet of pipeline. Two test specimens of LWCC used for backfill shall be taken at the point of placement for every 200 feet of pipeline. Test specimens shall be tested for compressive strength in accordance ASTM C39. Test specimens shall be weighed and the unit weight shall be reported with the compressive strength test results.

5. MEASUREMENT AND PAYMENT

CLSM and LWCC shall be measured for payment by the cubic yard and shall include full compensation for furnishing and placing the material. The quantity of CLSM bedding and LWCC used in lieu of unclassified excavation backfill be computed based on the specified payment trench width for the size of pipe installed and the actual depth required to obtain the proper grade as determined by the Sewer Trench, Pipe Bedding, Backfill and A.C. Resurfacing Detail found on page 201-6. CLSM used in lieu of unclassified excavation backfill as approved or directed by the Officer-in-Charge, in place complete shall reflect additional cost of using CLSM in lieu of conventional backfill.

--END SECTION 212--

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 215-1 QUALIFICATION OF OFFERORS

SECTION 215 QUALIFICATION OF OFFERORS

Prospective offerors must be capable of performing cured-in-place pipe (CIPP) lining, jet grouting, pipe bursting, and related work, using work force members who meet the minimum experience requirements established by the City. Prior to the opening of bids, the City shall evaluate offerors' qualifications. Based upon the evaluations, the City shall be the sole judge as to whether offerors are "qualified" or "disqualified." Offerors shall thoroughly reference and understand the provisions and instructions of this special provision, the Notice To Contractors, the Special Notice to Bidders, and the OFFEROR’S STATEMENT OF QUALIFICATION forms of these Contract Documents. 1. GENERAL

In accordance with the Special Notice to Offerors, each prospective offeror must complete, have notarized, and submit to the Purchasing Officer the OFFEROR’S STATEMENT OF QUALIFICATION forms. Failure to submit a fully completed and notarized form by the time and date indicated in the Notice to Contractors will be sufficient cause for the City to disqualify the prospective offeror.

Based upon the responses to the OFFEROR’S STATEMENT OF QUALIFICATION form and other available information, the City will determine whether an offeror meets the minimum requirements established by the City for satisfactory performance of the intended work. The final decision whether an offeror is deemed qualified or disqualified lies solely with the City. Offerors who, in the judgment of the City have not provided adequate evidence of qualification will be deemed disqualified to undertake the contract and will have their bids rejected.

All members of the Contractor's CIPP, jet grouting, and pipe bursting work forces must be under the Contractor's, or his subcontractor's, employment at the time of issuance

of the Notice to Proceed. 2. CURED-IN-PLACE PIPE (CIPP) FOR MAIN LINES QUALIFICATION

A minimum of 50,000 linear feet and/or 300 line sections of successful experience in water/steam cured cured-in-place pipe (CIPP) installation in the sizes proposed for this project.

3. SEWER LINE CLEANING QUALIFICATION

Contractor shall have successfully performed a minimum of 10,000 linear feet of cleaning of sewer lines of 6-inch or larger diameter of which 1,000 linear feet shall have been for 15-inch diameter pipe or larger.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 215-2 QUALIFICATION OF OFFERORS

4. TELEVISION INSPECTION QUALIFICATION

The Contractor shall have successfully completed five (5) PACP CCTV inspection projects each of 10,000 linear feet or more. Of these five (5) projects, a cumulative 5,000 linear feet of PACP inspected pipe must be diameters of 15 inches or greater.

5. PIPE BURSTING

Installation of pipe using pipe bursting for main lines shall be performed by a qualified and experienced contractor having completed a minimum of 30,000 linear feet of pipe bursting installation in the sizes within the scope of this contract. Demonstrate successful completion of a minimum of 3 projects, within the past five (5) years.

6. JET GROUTING All jet grouting work shall be performed by an experienced Contractor or Subcontractor

meeting the following minimum requirements in the past 15 years.

A. Minimum of five (5) successfully completed jet grout projects including similar equipment to those proposed to be used for this project involving jet grouting for anticipated ground improvement and/or groundwater control in fills and saturated sandy elastic silts, silty sands and silty gravels with or without pre- drilling of grout zones and without the use of compressed air.

B. Minimum of three (3) successfully completed jet grout projects involving jet

grouting within close proximity to existing subsurface utilities (such as sewer lines, force mains, drain lines, or water lines, etc.) or below grade structures (such as wet wells, sewer manholes, or basements, etc.) in similar subsurface conditions including fills and saturated sandy elastic silts, silty sands and silty gravels with or without pre-drilling of grout zones and without the use of compressed air.

Submit an example of the jet grout column design and jet grout work plan for a jet

grout project involving jet grouting within close proximity to existing subsurface utilities to demonstrate compliance of this paragraph.

--END SECTION 215--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-1 SEWER FLOW CONTROL

SECTION 216 SEWER FLOW CONTROL 1. DESCRIPTION

The Contractor shall furnish all labor, tools, materials and equipment necessary, including traffic control plans and work, necessary to control sewer line flows in order to perform work required under the Contract.

A. Pumping and Bypassing

Pumping equipment, piping, and any other appurtenant equipment and tools shall be furnished and placed by the Contractor to bypass the sewer line section(s) where the work is being performed. Standby pumps of equal size shall be on-site during pumping operations. All pumps must be capable of pumping the highest of all Existing Peak Flows (QR) indicated on the Work Order Request sheet. Existing Peak Flow, QR, shall be defined as follows and determined by the Officer-in-Charge using the City’s INFIX adjusted flow modeling program: 1) For Bypass Pumping during 15-inch through 48-inch diameter main line

CIPP lining work, QR shall be equal to the lower of the following 2 values:

a) QR = 2 x Existing Design Max Flow* (Accounts for existing population, daily peak flow, dry weather I/I, but not wet weather I/I)

b) QR = Existing Design Peak Flow* (Accounts for existing population,

daily peak flow, dry weather I/I, and wet weather I/I)

2) For Bypass Pumping during 6-inch through 12-inch diameter main line CIPP and/or during installation of new sewer lines and/or manholes, QR shall be equal to the following value:

a) QR = Existing Design Peak Flow* (Accounts for existing population,

daily peak flow, dry weather I/I and wet weather I/I) *See the City’s 1993 Wastewater Design Standards for a more detailed description of these terms.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-2 SEWER FLOW CONTROL

The temporary bypass piping shall not impede traffic in vehicular traffic areas, including driveways and road travelways unless otherwise indicated by the Officer-in-Charge. If the temporary bypass line shall is buried, the Temporary Sewer Bypass Line Detail found at the end of this Special Provision section shall be used. In areas not subject to vehicular traffic, temporary bypass piping may be laid on the ground surface as approved by the Officer-in-Charge, but shall be pinned firmly in place to prevent movement and/or breakage during usage. Safe passage of pedestrian and vehicular traffic must be ensured through and around all bypassing equipment and materials. All temporary bypass piping joints and connections shall be positively sealed with no leaks occurring. When the sewage bypass system is in operation, the Contractor shall ensure that the system is continuously manned, operated, monitored and maintained by skilled personnel specifically trained and experienced in all aspects of such systems. Standby pumps shall be checked, maintained, and started up periodically to ascertain their operational status. While the bypass pumps may use electrical power (arranged by the Contractor) to keep noise levels controlled to within permitted limits, the standby bypass pumps shall be mechanically driven. No standby bypass pumps shall be connected to an electrical power source. The Contractor shall coordinate with property owners for use of cleanouts for bypassing purposes. The Contractor shall provide to the Officer-in-Charge a list of addresses that require installation of cleanouts for bypassing purposes where no cleanout exists. The list shall be submitted within seven calendar days of acceptance to allow sufficient time for the City to contact the homeowner and inform him that a cleanout must be installed at the owner’s cost. To expedite the installation of cleanouts, the Contractor may also negotiate directly with the homeowner for installation of cleanouts without cost to the City.

Where sewer flow controls are used, precautions shall be taken to ensure that water levels do not create backups nor cause damage or flooding to any public or private properties. Any such damage, claims or fines due to the Contractor's operations shall be repaired, cleaned or compensated at the sole expense of the Contractor. The Contractor shall reference SPECIAL PROVISIONS Section 155, "Maintaining the Existing Wastewater System".

All sewage flow from residences connecting to a sewer line or lateral being rehabilitated shall have their flows bypassed or collected and disposed of to a wastewater treatment facility or downstream line. Pumping and collecting of sewage shall be performed by inserting a suction line into the sewer cleanout. If a cleanout is buried, the Contractor shall perform the necessary work to locate and expose the cleanout to complete the sewage flow bypassing work. For cleanouts that cannot be located and for lateral rehabilitation methods requiring access through the cleanout, the Contractor may be required to install a new cleanout, per City Standard Details, upon approval or request from the Officer-in-Charge.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-3 SEWER FLOW CONTROL

2. SAFETY

Sanitary sewers convey sanitary sewage and certain substances which may be considered hazardous. These substances may include hydrogen sulfide, a natural gaseous byproduct of sanitary sewage. The Contractor shall exercise extreme caution and comply with all applicable Federal, State, and City regulations and all applicable OSHA requirements when performing the required sewer work or when in the vicinity of any hazardous substances.

3. SUBMITTALS

At least 14 calendar days prior to the planned start of actual construction activities, the Contractor shall prepare and submit for approval to the Officer-in-Charge a proposed sewage diversion and bypass pumping plan. The Contractor's proposed sewage diversion and bypass pumping plan shall include, but not be limited to, a sewer system map showing all sewer inverts, the anticipated sewage water level and rim elevations at manholes (record drawing information may be used, however, the Contractor shall adjust the elevations to reflect a common survey datum) in the areas affected by any diversion, anticipated peak sewage flows, and locations of plugs, pumps, piping, type and capacities of piping and pumping equipment proposed to be used, and monitoring sites for each stage of construction.

The Contractor shall submit a contingency plan that outlines the actions to be taken in the event that any sewage spills should occur. The Contractor's sewage diversion and bypass pumping plan shall be approved by the Officer-in-Charge before any diversion of sewage flows will be allowed.

The Contractor shall also be responsible for designing and submitting traffic control plans specifically for covering his sewage diversion and bypass pumping plans for approval from the City. Traffic control plans shall be designed by an engineer licensed in the State of Hawaii and shall conform to applicable provisions of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), as amended, published by the Federal Highway Administration and SPECIAL PROVISIONS Section 158 “Traffic Control.”

Design of the Contractor's traffic control plans and obtaining approvals from the City Departments of Transportation Services (DTS) and/or Planning and Permitting (DPP) shall be the total responsibility of the Contractor.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-4 SEWER FLOW CONTROL

4. EXECUTION

The Contractor shall adhere to the following requirements when performing any work to plug, divert and/or pump sewage flows:

A. The Contractor shall provide all necessary means to safely convey the sewage

past the work area. The Contractor will not be permitted to stop or impede the main flows under any circumstances unless authorized by the Officer-in-Charge.

B. The Contractor shall continuously monitor the sewage water level elevations in cleanouts or manholes upstream and downstream of the Project area and at any discharge manhole where flow is being diverted or pumped to. The Contractor shall obtain approval from the Officer-in-Charge of all monitoring locations prior to commencing the bypassing or diversion of any sewage flows.

C. A trial diversion shall be performed one day before beginning rehabilitation work

unless otherwise directed by the Officer-in-Charge. Trial diversion shall continue for two (2) consecutive hours in the presence of the Officer-in-Charge. Pumping equipment and piping shall be leak tested with potable water prior to pumping sewage at two (2) times the anticipated maximum operating pressure of the bypass system.

D. In the event of an emergency, the Contractor shall be capable of immediately

removing all plugs, diversion plates, bypass pumps, bypass piping, or any portions of diversion and bypass pumping equipment and materials as may be required.

E. The Contractor shall inspect pumping equipment and piping for leaks at all times.

Leak detection shall be performed any time the bypass pumping system is disassembled, reassembled or modified. No leaks in the diversion piping shall be permitted. The Contractor shall take the necessary precautions to mitigate sewage spills and prevent them from entering the storm drains, and protect water resources, wetlands, and other natural resources. The Contractor shall have readily available the emergency contact information for the City and County of Honolulu, Department of Environmental Services and spill mitigating equipment and supplies, including but not limited to, pumps, bypassing hoses, berms, booms and other containment devices. Any fines resulting from sewage spills due to the Contractor's work shall be the total responsibility of the Contractor.

F. Where sewer flow controls are used, precautions shall be taken to ensure that

sewer water levels do not create backups, damages, or flooding of public or private properties. Damages caused by the Contractor's operations shall be repaired and cleaned by the Contractor at no cost to the City. The Contractor shall also be responsible for the settlement of all claims for damages resulting from his work or actions.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-5 SEWER FLOW CONTROL

G. Unless approved by the Officer-in-Charge, sewage flowing by gravity shall not be allowed to flow higher than one (1) foot above the top of the crown of the flowing sewer pipe at any manhole as a result of construction or diversion activities. No diversion shall be implemented or left in place once the sewage level reaches aforementioned limits.

H. The Contractor shall be responsible for monitoring for high sewage flow

conditions and for temporarily suspending his sewage flow control activities if conditions warrant it. The Contractor shall also temporarily suspend his sewage flow control activities if so directed by the Officer-in-Charge. On-going Project work that requires sewage flow control shall be suspended until the conditions and the Officer-in-Charge allow for the resumption of the sewage flow control activities.

I. No CIPP inversion activity shall be performed when it is raining or when rain is

imminent. Contractor shall be responsible to monitor the weather and potential rain events.

J. Following the completion of each section of sewer line replacement or

rehabilitation work, the Contractor shall remove all diversion and bypass pumping equipment and piping and the area shall be restored to its original or better condition.

5. BYPASS LINES BURIED WITHIN STATE ROADWAY AREAS For buried temporary bypass lines falling within State roadway areas exceeding a two-

week period, the Contractor will be required by the State to have the bypass line buried having a minimum cover of three feet. Upon completion of the work, the bypass line shall be removed and backfilled with controlled low strength material (CLSM). Although it is not anticipated that work order assignments under this contract will require a bypass period within State roadways beyond two weeks to successfully complete each CIPP inversion section, the Contractor shall contact the State for complete details and requirements. Additional costs incurred by the Contractor for a buried bypass line within State roadways exceeding two weeks shall be paid by the Contractor. It is therefore advised that the Contractor strategize his bypass pumping plan taking into consideration this State requirement.

6. MEASUREMENT AND PAYMENT

A. Measurement and payment for sewer flow control work for CCTV/Cleaning and Full Length CIPP rehabilitation of 30, 36, 42, and/or 48-inch lines shall be made based on the bypass length measured from one segment upstream of the sewer main to be rehabilitated to one segment downstream of the sewer main to be rehabilitated. Payment shall be full compensation for bypassing needed to complete the work regardless of the number of times the bypass is set up.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-6 SEWER FLOW CONTROL

Payment for sewer flow control work shall be made at the unit price per each, for the designated incremental unit, at each of the five diameter ranges, for CCTV and/or Cleaning, full length CIPP rehabilitation, point repair, and full manhole-to-manhole pipe replacement work as listed in the Bid Proposal Schedule and shall be full compensation for furnishing all materials, tools, equipment, labor and incidentals necessary to complete plugging, diversion, and pumping of sewage flows required to complete the work order assignment, including, but not limited to, developing a sewage diversion and bypass pumping plan, preparing construction drawings and obtaining agency approvals/permits for any required excavation work, inserting and removing pipe plugs, constructing bulkheads, pumping, monitoring water surface levels, installing and removing bypass and diversion piping and manhole modifications.

1a) CCTV/Cleaning of 6, 8, and/or 10-inch lines, per every 500 linear feet,

rounded either up or down to the nearest 500 foot increment of pipe. 1b) CCTV/Cleaning of 12, 15, and/or 18-inch lines, per every 500 linear feet,

rounded either up or down to the nearest 500 foot increment of pipe. 1c) CCTV/Cleaning of 21 and/or 24-inch lines, per every 500 linear feet, rounded

either up or down to the nearest 500 foot increment of pipe. 1d) CCTV/Cleaning of 30 and/or 36-inch lines up to the first 500 linear feet of

bypass pipe. 1e) CCTV/Cleaning of 30 and/or 36-inch lines, additional payment per every 100

linear feet of bypass pipe, rounded either up or down to the nearest 100-foot increment of bypass pipe.

1f) CCTV/Cleaning of 42 and/or 48-inch lines up to the first 500 linear feet of

bypass pipe. 1g) CCTV/Cleaning of 42 and/or 48-inch lines, additional payment per every 100

linear feet of bypass pipe, rounded either up or down to the nearest 100-foot increment of bypass pipe.

1h) CCTV/Cleaning of 54 and/or 60-inch lines up to the first 500 linear feet of

bypass pipe. 1j) CCTV/Cleaning of 54 and/or 60-inch lines, additional payment per every 100

linear feet of bypass pipe, rounded either up or down to the nearest 100-foot increment of bypass pipe.

2a) Full Length CIPP rehabilitation of 6, 8, and/or 10-inch lines, per every 500

linear feet, rounded either up or down to the nearest 500 foot increment of rehabilitated pipe.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-7 SEWER FLOW CONTROL

2b) Full Length CIPP rehabilitation of 12, 15, and/or 18-inch lines, per every 500 linear feet, rounded either up or down to the nearest 500 foot increment of rehabilitated pipe.

2c) Full Length CIPP rehabilitation of 21 and/or 24-inch lines, per every 500 linear

feet, rounded either up or down to the nearest 500 foot increment of rehabilitated pipe.

2d) Full Length CIPP rehabilitation of 30 and/or 36-inch lines up to the first 200 linear feet of bypass pipe. 2e) Full Length CIPP rehabilitation of 30 and/or 36-inch lines, additional payment per every 100 linear feet of bypass pipe, rounded either up or down to the nearest 100-foot increment of bypass pipe. 2f) Full Length CIPP rehabilitation of 42 and/or 48-inch lines up to the first 200 linear feet of bypass pipe. 2g) Full Length CIPP rehabilitation of 42 and/or 48-inch lines, additional payment per every 100 linear feet of bypass pipe, rounded either up or down to the nearest 100 foot increment of bypass pipe.

3a) Pipe Replacement work for 6, 8, and/or 10-inch lines, per every 4 feet, rounded either up or down to the nearest 4 foot increment of replaced pipe.

3b) Pipe Replacement work for 12, 15, and/or 18-inch lines, per every 4 feet,

rounded either up or down to the nearest 4 foot increment of replaced pipe. 3c) Pipe Replacement work for 21 and/or 24-inch lines, per every 4 feet rounded

either up or down to the nearest 4 foot increment of replaced pipe. 3d) Pipe Replacement work for 30 and/or 36-inch lines, per every 4 feet, rounded

either up or down to the nearest 4 foot increment of replaced pipe. 3e) Pipe Replacement work for 42 and/or 48-inch lines, per every 4 feet rounded

either up or down to the nearest 4 foot increment of replaced pipe.

4a) Full Manhole-to-Manhole Pipe Replacement work for 6, 8, and/or 10-inch lines, per every 50 feet, rounded either up or down to the nearest 50 foot increment of replaced pipe.

4b) Full Manhole-to-Manhole Pipe Replacement work for 12, 15, and/or 18-inch

lines, per every 50 feet, rounded either up or down to the nearest 50 foot increment of replaced pipe.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-8 SEWER FLOW CONTROL

4c) Full Manhole-to-Manhole Pipe Replacement work for 21 and/or 24-inch lines, per every 50 feet, rounded either up or down to the nearest 50-foot increment of replaced pipe.

4d) Full Manhole-to-Manhole Pipe Replacement work for 30 and/or 36-inch lines,

per every 50 feet, rounded either up or down to the nearest 50-foot increment of replaced pipe.

4e) Full Manhole-to-Manhole Pipe Replacement work for 42 and/or 48-inch lines,

per every 50 feet, rounded either up or down to the nearest 50-foot increment of replaced pipe.

The payment items exclude the cost for special-duty police officer/flagman, trench

excavation, and A.C. resurfacing. For buried bypass lines, the Contractor will be additionally compensated for trench excavation and A.C. resurfacing at the separate unit bid price indicated in the Bid Proposal Schedule based upon the quantities determined from the Temporary Sewer Bypass Line Detail found at the end of this Special Provision section.

B. Payment for sewer flow control required to perform all other required work

covered under this contract, including but not limited to lateral and service connection CIPP lining, and manhole installation, shall be considered included in the prices bid for the particular bid item.

C. Payment for installation of new service lateral cleanouts including permits,

pavement demolition, excavation, piping, fittings, temporary bracing of utilities, shoring, groundwater control, treatment and discharge of groundwater, backfill, surface restoration, temporary bypass pumping and all incidentals per Standard Detail S-7 shall be paid per each installation as indicated in the Bid Proposal Schedule.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 216-9 SEWER FLOW CONTROL

--END SECTION 216--

REHABILITATION OF SEWER LINES ON OAHU SEWER LINE, SEWER LATERAL, AND CONTRACT NO. 007 217-1 MANHOLE CLEANING

SECTION 217 SEWER LINE, SEWER LATERAL, AND MANHOLE CLEANING 1. GENERAL REQUIREMENTS

Unless otherwise indicated, the term "clean" as used in these specifications shall be defined as the removal of sufficient materials to render the sewer line or sewer lateral to 95% of its original capacity or to allow passage of the necessary inspection and rehabilitation equipment and materials, whichever is greater. Descaling shall be defined as removal of tuberculation and corrosion products from cast iron pipe walls to obtain a minimum of 90% of the pipe’s original inside diameter or as indicated by the Officer-in-Charge.

The work covered by this special provision shall consist of furnishing all labor, materials, equipment, and supervision to perform all work necessary to clean the designated sewer lines and manholes. Television inspection as specified in SPECIAL PROVISIONS Section 218, "Television Inspection", shall be performed after completion of the sewer line and manhole cleaning to verify that the cleaning has been satisfactorily performed and meets the requirements for the subsequent Water/Steam cured-in-place pipe rehabilitation work indicated in SPECIAL PROVISIONS Section 220, " CURED-IN-PLACE PIPE (CIPP) FOR MAIN LINES (WATER AND STEAM CURED)," SPECIAL PROVISIONS Section 221, " CURED-IN-PLACE PIPE (CIPP) (ULTRAVIOLET LIGHT CURED)," Section 225 PIPE BURSTING, and manhole rehabilitation work in SPECIAL PROVISIONS Section 226, “Sewer Manhole Rehabilitation.” Where more stringent requirements are specified in Section 220, 221, 225 and Section 226, those requirements shall govern.

All work will be performed by experienced personnel using equipment and materials which meet the requirements hereinafter specified. The Contractor shall obtain a fire hydrant use permit from the Board of Water Supply (BWS) prior to any use of water from a fire hydrant. The Contractor shall obtain all necessary permits required for the proper disposal of debris and other materials resulting from the cleaning work. Prior to the commencement of each work order assignment with sewer line cleaning greater than 24-inches, the Contractor shall submit a Site-Specific Disposal Plan for approval to the Officer-in-Charge. The Disposal plan shall detail the procedures and provisions that the Contractor will implement to ensure debris from large diameter pipe cleaning are disposed of properly, including but not limited to the disposal method, all necessary permits, drying facility location, and hauling route. No cleaning activities involving the existing wastewater system and facilities will be allowed until the Contractor’s Site-Specific Disposal Plan has been reviewed.

REHABILITATION OF SEWER LINES ON OAHU SEWER LINE, SEWER LATERAL, AND CONTRACT NO. 007 217-2 MANHOLE CLEANING

2. SAFETY AND EXPERIENCE

The Contractor shall have successfully performed a minimum of 10,000 linear feet of cleaning of sewer lines of 6-inch or larger diameter of which 1,000 linear feet shall have been for 15-inch diameter pipe or larger as specified in OFFEROR’S STATEMENT OF QUALIFICATION. The Contractor shall have a documented, in place safety program which meets or exceeds all Federal and State OSHA regulations, with special emphasis on hazard free work in confined spaces and sewage environment.

3. EQUIPMENT

All designated sewer manhole sections shall be cleaned using vacuum and/or high velocity sewer cleaning equipment as specified herein, and the selection of equipment to be used shall be based on the condition of the sections at the time the work commences. The equipment and the methods selected for cleaning shall be capable of removing all deposits, roots, obstacles and other deleterious materials from the sewer lines. Deposits shall include at minimum, attached deposits (tuberculation, encrustation,

grease, ragging, tar, etc.), settled deposits (fine soil, gravel, concrete and hard debris, etc.), and ingress deposits (fine silt, sand, peat, gravel, etc.).

Roots shall include, but are not limited to fine, medium, ball and tap. Obstacles shall include, but are not limited to brick or masonry, pipe material,

protruding objects (lateral taps, rebar), and wedged objects. All sewer cleaning equipment shall be used in a manner to ensure that all of the above described deposits, roots, obstacles and other deleterious materials have been removed. Satisfactory precautions shall be taken to protect the sewer lines and manholes from damage that might be inflicted by the use of the cleaning equipment.

When additional quantities of water from nearby fire hydrants are necessary to avoid delays in the normal working procedure and use of such quantities of water have been approved by BWS, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed at any time. All solid or semi-solid materials (tuberculation debris, grease, rocks, sand, ragging, roots, sludge, etc.) resulting from all types of cleaning operations shall be trapped and removed at the downstream manhole of the section being cleaned. Passing materials from manhole section to manhole section shall not be permitted. All solid or semi-solid materials resulting from the cleaning operations shall be removed from the work area and properly disposed of by the Contractor in accordance with the City and State requirements. An appropriate disposal site shall be arranged for by the Contractor and approved by the Officer-in-Charge.

REHABILITATION OF SEWER LINES ON OAHU SEWER LINE, SEWER LATERAL, AND CONTRACT NO. 007 217-3 MANHOLE CLEANING

All permits required for the proper transportation and disposal of the materials shall be the sole responsibility of the Contractor.

A. Vacuum Removal/Cleaning Equipment

This equipment shall be truck mounted for ease of operation, and designed to use air movement or positive displacement for cleaning and vacuuming of materials in the sewer pipes and manholes. The equipment shall be capable of removal of materials a distance of 500 feet from the operating manhole. The equipment used shall have the capability of moving a minimum of 3,600 cfm.

B. High Velocity Hydrocleaning Equipment

All high velocity sewer cleaning equipment shall be truck mounted for ease of operation. The equipment shall have a minimum of 500 feet of one inch I.D. high pressure hose with a selection of four or more cleaning nozzles.

The equipment shall have a minimum capacity of 60 gpm and a working pressure of 1,800 psi. The nozzles shall be capable of producing a scouring action from 15 to 45 in all line sizes designated to be cleaned. The equipment shall also include a high velocity gun for washing and scouring manhole walls and floors. Manholes shall be pressure washed at a minimum pressure of 4,000 psi.

The equipment shall carry its own 1,200 gallon water tank capable of holding corrosive or caustic cleaning or sanitizing chemicals, auxiliary engines, pumps and a hydraulically driven hose reel. Any proposed cleaning chemicals shall first be approved for use by the Officer-in-Charge, and the Collection System Maintenance Division of the City Department of Environmental Services.

All controls shall be located so that the equipment can be operated from above ground with minimal interference to existing traffic and/or danger to the operator.

Manhole and hose guides shall be used to protect the hose from wear and to lead the hose around buildings, trees, stationary equipment, etc.

Root cutter attachments shall be hydraulically operated and designed to clear 6-inch and larger diameter sewer lines. Cutters shall have rear propelling jets, revolving jets and replaceable cutting blades inside a protective cage. Pipe reaming attachments for removal of corrosion products from cast iron pipe may consist of flailing chains, rotary cutters, and other suitable attachments for the specialized descaling operations.

REHABILITATION OF SEWER LINES ON OAHU SEWER LINE, SEWER LATERAL, AND CONTRACT NO. 007 217-4 MANHOLE CLEANING

C. Portable Non-Truck Mounted Jetting Equipment

This equipment shall be made available for cleaning required in easements or other areas where accessibility is restricted. Portable system shall at minimum include a 3.5 hp motor, root cutter attachments, and flexible sectional rods.

4. EXECUTION

A. Cleaning for sewer mains shall commence at the upstream manhole section and proceed downstream.

B. All materials resulting from the cleaning operations shall be trapped and removed

from the downstream manhole of the manhole section being cleaned. The term "manhole section" as used in these specifications shall mean the length of sewer pipe connecting two adjacent manholes. No materials shall be allowed to continue through the downstream manhole into an adjacent manhole section at any time. The Contractor shall be responsible for properly disposing of all materials removed. Under no circumstances shall sewage or solids be dumped onto streets, or into streams, ditches, catch basins, storm drains, or the ocean. A vacuum truck shall be used to remove heavy accumulations of material.

C. If cleaning of an entire section cannot be successfully performed from one

manhole or the equipment fails to traverse the entire manhole section, it will be assumed that a blockage exists and either the equipment shall be set up on the other manhole or removal of the obstruction shall be attempted before the cleaning effort is abandoned, and only at the direction of the Officer-in-Charge.

D. Where hydraulically propelled cleaning tools are utilized, precautions shall be

taken to ensure that the water pressure created does not cause damage or flooding to public or private property.

E. If necessary to attain the required degree of sewer line and manhole cleaning,

sewer flow controls as specified in SPECIAL PROVISIONS Section 216, "Sewer Flow Control" shall be provided.

F. The sewer lines and laterals shall be cleaned to a degree of cleanliness as specified and as necessary for subsequent television inspection and Cured-in-Place Pipe (CIPP) and pipe bursting rehabilitation operations.

REHABILITATION OF SEWER LINES ON OAHU SEWER LINE, SEWER LATERAL, AND CONTRACT NO. 007 217-5 MANHOLE CLEANING

G. If protruding laterals are grinded down, the laterals shall be grinded down sufficiently to ensure proper installation of the CIPP. If it is determined by the Officer-in-Charge that the defects in the CIPP liner are due to inadequate grinding of the protruding lateral, the Contractor shall repair the damage liner at no additional cost to the City.

H. The Contractor shall comply with all applicable traffic control requirements.

I. No open manholes shall be left unattended during the Contractor's operations.

J. The Contractor is responsible for maintaining sewer service at all times during work.

K. The Contractor shall be responsible for making all necessary arrangements for

gaining access to work sites in private property. The Contractor shall be responsible for locating hidden or buried manholes.

L. Damage to private property, sewer pipes, manholes and appurtenances caused

by the Contractor's work shall be repaired by the Contractor at no additional cost to the City.

5. SUBMITTALS

A. Work Procedure

Submit for review a description of the procedures to be followed to accomplish the work and the necessary equipment to be used. Submittal shall be made fourteen (14) calendar days prior to initiating the work.

B. Records

Maintain printed records of all cleaning performed, including the sewer main number, manhole section (start manhole number to end manhole number) or manhole, line size, length of the section, type of pipe, length cleaned, cleaning method(s) used, special remarks and observations, and other pertinent data. These records shall be available to the Officer-in-Charge for inspection during the performance of work and shall become the property of the City after completion of the Project.

REHABILITATION OF SEWER LINES ON OAHU SEWER LINE, SEWER LATERAL, AND CONTRACT NO. 007 217-6 MANHOLE CLEANING

6. MEASUREMENT AND PAYMENT

A. For Main Sewer Lines:

Measurement of main sewer lines cleaned, including descaling under this special provision shall be the actual lineal footage completed.

Payment for main sewer line cleaning, as measured above, shall be made at the unit price bid per linear foot of clean pipe, not to exceed the physical length of the pipe, as provided for in the Bid Proposal and shall be full compensation for the completed work, inclusive of mobilization/demobilization; plugs; removal and disposal of roots, debris, and deposits; and all incidentals to complete the work. Payment for descaling, as measured above, shall be made at the unit price bid per linear foot as provided for in the Bid Proposal and shall be full compensation of the completed work, inclusive of mobilization/demobilization; plugs; removal and disposal of debris and deposits; and all incidentals required to complete the work.

Payment for removal of offset joints and protruding lateral taps under this special provision shall be made at the unit price bid per each as provided for in the Bid Proposal and shall be full compensation of the completed work, inclusive of mobilization/demobilization, grinding, CCTV inspection, removal and proper disposal of debris, and all incidentals required to complete the work.

B. For Service Laterals:

Measurement of service laterals cleaned under this Special Provision shall be the actual number of laterals cleaned. Payment for service lateral cleaning, as measured above, shall be made at the unit price, per each, as provided for in the Bid Proposal and shall be full compensation for the completed work, inclusive of mobilization/demobilization; plugs; full removal and disposal of roots, debris, and deposits; and all incidentals required to complete the work.

C. For Manhole Rehabilitation:

Payment for manhole cleaning shall not be paid directly but shall be included in the lump sum bid for sewer manhole rehabilitation.

For work related to Items A and B listed above, no additional payment shall be made for additional cleaning and material removal necessary to achieve the specified degree of cleaning.

--END SECTION 217--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-1 TELEVISION INSPECTION

SECTION 218 TELEVISION INSPECTION 1. GENERAL

National Association for Sewer Services Companies (NASSCO), Pipeline Assessment Certification Program (PACP) closed circuit television (CCTV) inspection of sewer lines shall be required. Sewer lines shall be internally inspected by insertion of a closed circuit camera, which records colored imagery, into the sewer line for the purpose of remote visual inspection to determine the condition of the pipe and joints, the location and extent of any breaks or obstructions, the degree of any infiltration, the location of service connections, and presence of abnormal line and grade conditions. All CCTV inspection of sewer lines shall be done in accordance with NASSCO PACP standards and performed only by NASCCO PACP-trained personnel meeting qualification requirements as specified in the OFFEROR’S STATEMENT OF QUALIFICATION. Pre and post rehabilitation inspections shall be performed on clean surfaces in accordance with SPECIAL PROVISIONS Section 217, “Sewer Line, Sewer Lateral, and Manhole Cleaning,” and without sewage flow in accordance with SPECIAL PROVISIONS Section 216, “Sewer Flow Control, unless otherwise allowed by the Officer-in-Charge. Pre and post rehabilitation inspections shall utilize Advanced Video Coding (AVC) files on Compact Digital Video Disk (DVD) as the primary source of documentation, with secondary software generated reports in pdf format also being submitted to the City.

2. CONTRACTOR REQUIREMENTS

A. The Contractor shall have a documented, in place safety program which meets or exceeds all Federal and State OSHA regulations, with emphasis on hazard free operations in confined space.

B. The Contractor shall have successfully completed five (5) PACP CCTV

inspection projects each of 10,000 linear feet or more. Of these five (5) projects, a cumulative 5,000 linear feet of PACP inspected pipe must be diameters of 15 inches of greater as specified in the OFFEROR’S STATEMENT OF QUALIFICATION. Documentation shall include copies of inspection videotapes and reports of prior successfully completed television inspection projects. The Contractor shall utilize NASSCO PACP certified personnel to perform the CCTV inspection. The Contractor shall provide documentation acknowledging PACP certification. The Contractor shall have as a minimum three (3) years experience performing NASSCO PACP CCTV sewer inspections.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-2 TELEVISION INSPECTION

3. SUBMITTALS

A. Work Procedure Submit a description of the set up and work procedure to be followed to accomplish the work and the necessary equipment to be used for approval prior to start of closed-circuit television inspection work.

B. Video Picture Quality Assurance Within 14 calendar days of contract execution, the Contractor shall furnish the Officer-in-Charge with a video recording of actual prior sewer line inspection performed by the Contractor on another recent project which meets these job specifications and, upon approval, use this video recording throughout the Project as a standard which the Contractor's video picture quality must meet. This video recording shall become the property of the City.

C. Inspection Documentation Inspection documentation shall consist of electronic video files in AVC, DVD quality, color video in H.264 or MPEG 4 format or better, and software generated PACP Inspection forms utilizing NASSCO PACP coding standards to detail pre-rehabilitation and post-rehabilitation conditions of the sewer lines, in addition to individual photos utilized in the reports. All CCTV, both Pre and Post, shall be submitted within 10 calendar days of completing the video inspection of the sewer line and become the property of the City. A copy of the inspection documentation shall be submitted on DVD. The DVDs shall be labeled with the work order name and sewer ids of the assets inspected and packaged in plastic cases for handling. Before DVD’s and reports are turned over to the Officer-in-Charge, they shall be reviewed by a professional who has a minimum of one-year documented experience in evaluating and prioritizing problems in pipe systems as a NASSCO PACP CERTIFIED evaluator.

1) PipeTech Inspection Template and File Naming Convention

The City utilizes PipeTech software to conduct CCTV inspection and to maintain a library of inspection files. The Contractor shall obtain the PipeTech template with CSM’s established CCTV naming convention from the Officer-in-Charge. CCTV inspection files submitted for payment shall be submitted in the following example format: Folder Name: 469763_20200511_15 02_Upstream Video File Name: 469763_20200511_15 02_Upstream.ptv Report File Name: 469763_20200511_15 02_Upstream.pdf

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-3 TELEVISION INSPECTION

Where “469763” is the City’s GIS Sewer Asset Identification Number, “20200511” is the year followed by month and day, “15 02” is the time past midnight, and “Upstream” is the direction of the inspection. All records shall be available to the Officer-in-Charge for inspection during the performance of work and shall become the property of the City after completion of the Project.

2) Required Documents/Files and Content/File Requirements

Video Recordings (.ptv file)

Recordings shall be submitted in Pipetech ® format and capable of streaming from any computer using Internet Explorer or Google Chrome in addition to replay on a computer with a DVD reader and Windows Media Player. Video files shall be a resolution of 640 x 480 or better, a frame rate of 29.97 frames per second or better, and a bitrate of 1500 kilobits per second or better. Video recordings shall supply a visual and audio record of the conditions of the sewer lines. The Contractor shall have all video and necessary playback equipment readily available for review by the City throughout the contract. Video recording playback shall be at the same speed that the video was recorded at. Slow motion and/or stop motion playback features may be supplied at the option of the Contractor. Audio reports shall be recorded and narrated by the operating technician during all phases of inspection as they are being produced and shall include the location of the sewer, the names or numbers of the manholes involved, a manhole-to-manhole direction of travel, and a description of the conditions in the sewer line as they are encountered. PACP Inspection Forms (.pdf file)

PACP Inspection Forms shall consist of a “PACP Standard” report and a “Top View” report for each survey performed and shall be submitted in pdf format. For the purposes of this contract, the header fields in the PipeTech template provided by CSM shall be populated with the following PACP Mandatory Fields and at minimum be populated with the following PACP Optional Fields:

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-4 TELEVISION INSPECTION

PACP Mandatory Fields: Surveyor’s Name, Certificate Number, Sheet Number, Date, Location (Street Name and Number), Locality (City), Use of Sewer, Direction, Height, Width, Shape, Material, Pre-Cleaning. PACP Optional Fields: System Owner, Survey Customer, Pipe Segment Reference, Time, Rim to Invert, Flow Control, Lining Method, Total Length, Length Surveyed, Purpose, Cleaned, Weather, QC By, Certificate Number. In addition, inspection records shall also document in the “Remarks” or “Comment” field visual verification of the existence of a cleanout for each of the laterals identified during the inspection. Inspection records shall clearly document “Structural Defects,” “Operations and Maintenance” defects, and “Construction Features” in accordance with the NASSCO Pipeline Assessment standards. Inspection records lacking points of significance in relation to an adjacent manhole, such as locations of laterals, infiltration, roots, side main connections, broken pipe sections, presence of scaling and corrosion, pipe grade deficiencies, other unusual conditions other discernable features shall be reason for rejection. Photographs (.jpg file)

Digital photographs of the pipeline problems or unusual conditions found shall be taken by the Contractor and included in the Top View Report. The Contractor shall photograph sources and potential sources of infiltration/inflow, structural defects, and abnormal conditions for subsequent review. These photographs shall be submitted as part of the inspection files in “.jpg” format.

4. EQUIPMENT

Equipment used in the work of this Special Provision shall be produced by manufacturers regularly engaged in the manufacture of equipment specifically designed for sewer line inspection. CCTV equipment shall include television cameras, television monitor, cables, power sources, and other equipment. The remote-reading footage counter shall be accurate to less than 1% error over the length of the section of sewer line being inspected. Telephones, radios, or other suitable means of communication shall be set up to ensure that adequate communication exists between members of the CCTV crew. The CCTV inspection system to be utilized for this contract shall be approved by the Officer-in-Charge prior to the work being performed.

A. Camera Equipment

The television camera used for the inspection shall be of color format, and

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-5 TELEVISION INSPECTION

specifically designed and constructed for such sewer line inspections. It shall be operative in 100% humidity and underwater conditions. Lighting for the camera shall provide minimal relative glare. Lighting and camera quality shall be suitable to allow a clear, in-focus picture of a minimum of six (6) linear feet of the entire inside periphery of the sewer pipe. The camera shall have a minimum resolution capability of 350 lines. To ensure peak picture quality throughout all conditions encountered during the video survey, a variable intensity control of camera lighting and remote control adjustments for focus shall be located at the monitoring station. Focal distance shall be adjustable through a range from 6 inches to infinity. Cameras shall be of the "articulating head" type to allow laterals, pipe joints, and pipeline defects to be viewed straight on and in focus.

The Contractor shall have available on site transmitters, which can be attached to the internal television camera and can transmit a signal from up to 16 feet in depth to an above ground receiver. Variable speed powered, remote controlled winches shall be furnished for upstream and downstream manhole locations to control two-way movement of the camera. Footage meter or counter for recording the location of defects shall be used.

B. Visual and Audio Requirements

Camera monitors shall be located within a temperature controlled studio which will allow seating for viewing by two City personnel in addition to the Contractor's operating technician. There shall be available within the studio two or more viewing monitors operating simultaneously and have a proper size to allow all persons in the studio to have a satisfactory and comfortable view of the video presentation. Video equipment shall be made available to City personnel for viewing of video in the field. The video equipment may be mounted in the same truck as with the sewer line television inspection equipment, located in the Contractor's field office, or located at a nearby site approved by the Officer-in-Charge. Monitors shall have a resolution capability of no less than 650 lines. The video recording and the monitoring equipment shall have the capability to instantly review both video and audio quality of the inspection productions at all times during the television survey. The purpose of video recording shall be to supply a permanent visual and audio record of the sewer line section surveyed. The audio portion of the composite signal shall be sufficiently free from electrical interference and background noise to provide complete intelligibility of the oral report. Audio shall be an Advance Audio Coding quality and have a minimum 48000 Hz sample rate as well as 192 kilobits per second bitrate.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-6 TELEVISION INSPECTION

5. EXECUTION

A. General Requirements

This pre-rehabilitation inspection shall document the conditions of the existing sewer lines and verify that cleaning has been performed as required by the Contract Documents. Upon completion of sewer main and lateral rehabilitation, a post-rehabilitation CCTV inspection shall also be performed to verify that rehabilitation has been satisfactorily performed and lateral and drop manhole connection openings satisfactorily reinstated. Both pre-rehabilitation and post-rehabilitation video inspections shall utilize digital video as the primary source of documentation with secondary field logs and written reports also being submitted to the City in accordance with Section 3. Submittals, C. Inspection Documentation of this Special Provision.

Prior to the start of work, the Contractor shall make all necessary arrangements

for gaining access to work sites and manholes in private property. In cases where manholes are hidden or buried, City personnel may be contacted to help locate and expose manholes. No open manholes shall be left unattended during the Contractor's operations.

B. Cleaning

Pre-rehabilitation inspection of sewer main and laterals to be rehabilitated shall be performed after the sewer line cleaning has been completed, as per SPECIAL PROVISIONS Section 217, “Sewer Line, Sewer Lateral, and Manhole Cleaning”. After the pre-rehabilitation video inspection has been completed, should it be determined by the Officer-in-Charge that cleaning of the sewer lines do not meet the requirements of the Contract Documents, the Contractor shall reclean and reinspect the sewer lines at no additional cost to the City. Likewise, after the post-rehabilitation video inspection has been completed, should it be determined by the Officer-in-Charge that CIPP rehabilitation work does not meet the requirements of the Contract Documents, the Contractor shall make the necessary repairs and re-inspect the sewer line at no additional cost to the City. This additional video inspection by the Contractor may be required by the Officer-in-Charge, at no additional cost to the City, as many times as it is necessary until it has been documented on video that cleaning or CIPP rehabilitation has been satisfactorily completed. If the quality of any video recording is deemed to be unacceptable by the Officer-in-Charge, the sewer line shall be re-televised at no additional cost to the City.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-7 TELEVISION INSPECTION

C. Sewage Flow Control

The inspection will be performed along a single sewer line section at a time, and the section being inspected shall be suitably isolated from the remainder of the sewer line system and incoming sewer flows as required or as directed by the Officer-in-Charge. No sewage flows shall be allowed to enter any main line during Pre- and Post-CCTV inspections unless otherwise allowed by the Officer-in-Charge. To accomplish this, the Contractor shall use all appropriate means and methods, including those described in SPECIAL PROVISIONS Section 216, “Sewer Flow Control”, to prevent all sewage flows from entering the sewer main including flows from all lateral connections to the sewer line and upstream sewer main. The Contractor is responsible for maintaining sewer service at all times during work.

D. Equipment Operation

The operating technician must be National Association of Sewer Service Company (NASSCO) Pipeline Assessment and Certification Program (PACP) certified and shall have full control of the movement of the television camera at all times. The video camera shall be mounted on a transported, skid, or floatable raft system and selected based on the type of mount best suited for existing conditions of the sewer line to be televised. The camera and the transporter, skid, or raft system shall be furnished with emergency pullback cables of sufficient strength for all retrieving situations. Remote control, manual winches, power winches, TV cables, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer line and manhole conditions shall be used to move the camera. At no time shall the hose of high velocity water cleaning machine substitute for a tow cable. Devices using elastic tow cables shall not be used. Continuously displayed on the monitors as part of the video presentation shall be the date of the survey, number designation of the manhole section being surveyed, and a continuous forward and reverse read-out of the camera distances from the manhole of reference. 1) Camera Operation Along Sewer Lines

The camera shall be moved through the pipeline in a downstream direction at a uniform rate without loss of quality in the video presentation. In no case shall the television camera be pulled at a speed greater than 30 feet per minute (fpm). Any means of propelling the camera through the sewer, which exceeds a speed of 30 fpm or produces a non-uniform or

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-8 TELEVISION INSPECTION

jerky movement will not be acceptable. At the Contractor's discretion or at the discretion of the Officer-in-Charge, the camera shall be stopped and/or backed up to view and analyze in detail the conditions that appear unusual or uncommon to a good, sound sewer line. The operating technician shall at all times be able to move the camera through the line in either direction without loss of quality in the video presentation on the monitor or accuracy in footage measurement. The picture shall provide a clear, stable image, free of electrical disturbances at the resolution specified. During any video inspection, if the television camera will not pass through the entire manhole section, the Contractor shall reset the equipment at the downstream manhole and attempt to inspect the section from the opposite direction. If the camera again fails to pass through the entire section, it shall be assumed that an obstruction exists. Efforts to televise that section of sewer line shall be temporarily suspended and the Contractor shall notify the Officer-in-Charge.

2) Camera Operation at Points of Observation

The operating technician shall stop the camera as necessary to permit proper documentation of the conditions of the sewer lines. Camera travel shall be stopped at locations where any of the following conditions are observed: infiltration or inflow; deformed pipe, structural defects, including broken pipe, collapsed pipe, cracks, deterioration, punctures, etc.; and abnormal conditions, including horizontal and vertical misalignments, open joints, joints not fully seated, root intrusions, protruding pipes, material deposits, and other abnormal conditions.

If the television camera lens becomes submerged during the inspection operation due to a sag in the pipeline, the Contractor shall record the conditions of the sag (i.e., length, maximum water depth noted) before continuing inspection on the remainder of the manhole section. Water depth shall be noted in 5 percent increments.

Lateral Observations The operating technician shall pan the camera at all laterals. If flow is being discharged from the lateral, the camera shall be focused on the lateral for a minimum of 30 seconds to help determine if the flow is steady and due to infiltration. Inspection records shall document in the “Remarks” or “Comment” field visual verification of the existence of a clean out for each of the laterals

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-9 TELEVISION INSPECTION

identified during the inspection. If the number of laterals identified as “Active” along a sewer main exceeds the number of laterals that appear in the GIS work order map, the Contractor shall notify the Officer-In-Charge to determine if additional investigation such as dye-testing or inspection of the lateral will be needed.

3) Distance Measurements

Accurate distance measurements shall be required. Measurement for locations of defects shall be made above ground by means of a metering device unless otherwise directed by the Officer-in-Charge. The Contractor shall mark these locations as directed by the Officer-in-Charge. Marking on cables, or the like, which would require interpolation and adjustments for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll tape, or other suitable device and the accuracy shall be satisfactory to the Officer-in-Charge. The meter shall be accurate to 1% of the total distance as determined by a walking meter, roll tape, or other suitable device.

6. MEASUREMENT AND PAYMENT

A. For Main Sewer Lines:

Measurement of television inspection work for main sewer lines covered under this special provision shall be the actual linear footage completed. Payment for television inspection work for main sewer lines, as measured above, shall be made at the respective unit prices per linear foot as provided for in the Bid Proposal Schedule and shall include reports, documentation, and all incidentals necessary to complete the work, and shall be full compensation for the completed work inclusive of mobilization/demobilization. Payment for post-rehabilitation CCTV inspection shall not be made until all testing for the rehabilitated sewer line segment has been approved by the Officer-in-Charge. Payment for sewer flow control shall be included in the prices bid for sewer flow control as provided for in the Bid Proposal Schedule.

B. For Service Laterals:

Measurement of television inspection work for service laterals shall be the actual number of laterals inspected.

Payment for television inspection work for sewer laterals, as mentioned above, shall be made at the unit price, per each, and shall include mobilization/demobilization, all reports, documentation, and all incidentals

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 218-10 TELEVISION INSPECTION

required to complete the work. No additional payments shall be made for any additional television inspection work required due to inadequate sewer line cleaning, CIPP rehabilitation, pipe bursting, or television inspection work by the Contractor.

-- END SECTION 218 --

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-1 LINES (WATER AND STEAM) CURED

SECTION 220 CURED-IN-PLACE PIPE (CIPP) FOR MAIN LINES (WATER AND STEAM CURED)

1. DESCRIPTION

It is the intent of this special provision to provide for the rehabilitation of existing main line sewers by the installation of water and/or steam cured-in-place pipe (CIPP). The CIPP shall be formed by inserting a resin-impregnated flexible felt tube into an existing sewer line, expanding the tube to fit against the existing sewer line walls, and then curing the resin using heated water or steam. The finished product shall be a continuous, jointless structural pipe that is formed to the existing sewer line and shall provide a minimum of 100 percent of the existing sewer line's original design capacity.

2. REFERENCED DOCUMENTS

This special provision references American Society for Testing and Materials (ASTM) and National Association of Sewer Service Companies (NASSCO) standards which are made part hereof by such reference, and shall be the latest edition and revision thereof. CIPP provisions, methods, tests, materials, etc., not addressed by this special provision shall be governed by ASTM F1216 or F1743, and D5813. In the event there is a conflict between the aforementioned references and this special provision, this special provision shall govern.

3. GENERAL

A. Basic procedure for the sewer rehabilitation shall include an access shaft which may involve the temporary removal of the upper half of a manhole, sewer flow control and bypassing, cleaning, pre- and post-rehabilitation television inspection, liner installation, testing, reconstruction, and restoration. After completion of the rehabilitation, the CIPP liner shall provide a continuous, watertight, corrosion resistant conduit within the existing sewer line.

B. Prior to ordering sewer rehabilitation materials, the Contractor shall be

responsible for inspecting and confirming the inside dimension, alignment, pipe material, and condition of the existing sewer pipe segments to be lined with CIPP.

C. The Contractor shall be responsible for performing all CIPP and related work,

including video inspection, excavations and cleaning in accordance with applicable Federal, State, and City safety regulations, including current OSHA safety standards. Prior to entering manholes to perform sewer rehabilitation work, the Contractor shall evaluate the atmosphere in and near the sewer to determine the presence of toxic or flammable vapors and shall ventilate the rehabilitation work area as necessary to render it safe.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-2 LINES (WATER AND STEAM) CURED

D. The Contractor shall be responsible for odor and noise mitigation under this contract in accordance with applicable Federal, State, and City regulations. The Contractor shall monitor the surrounding area and minimize any odors and noise that may occur due to his work activities.

E. Pipeline rehabilitation products that require bonding to the existing pipe wall for

structural strength will not be allowed since the present structural conditions of the existing pipe walls are unknown and may vary considerably. No CIPP product shall be accepted unless vacuum resin impregnation techniques are used. The finished CIPP wall shall be homogenous throughout, except for the exterior coating (i.e., no intermediate impermeable layers).

F. The Contractor shall test all materials for compliance with the Contract

Documents prior to delivery. Materials shall not be more than six (6) months old from the date of manufacture to the time of installation.

4. PRODUCT QUALIFICATION

In order for a CIPP product (combination of tube and resin) to qualify for use under this contract, a history of successful commercial viability shall be shown. Products not meeting the minimum requirements established by the City for successful commercial viability shall be rejected. The City shall be the sole judge as to whether the requirements have been met. For a proposed CIPP product to qualify as a commercially acceptable product for this contract, the following requirements must be met:

A. A minimum of 50,000 linear feet of successful wastewater collection system

installations in the U.S. shall be documented, for the proposed tube and resin used together as one product, to assure commercial viability of the materials and the process. In addition, the CIPP product shall have been in service within wastewater collection facilities in the United States for a minimum of three years, unless otherwise approved by the Officer-in-Charge. Installations of the proposed resin and tube used independently from each other may not be used to qualify the product for the linear footage and years of service requirements.

B. The manufacturer(s) for both proposed resin and tube shall have successfully

produced the material in the U.S. continuously for a minimum of three years, unless otherwise approved by the Officer-in-Charge. If the manufacturer(s) does not have this minimum three years commercial experience in the U.S., the number of linear feet of product proposed to be installed under this contract shall not exceed three percent (3%) of the total footage of the product that has been successfully installed in the U.S. at the deadline date of the OFFEROR’S STATEMENT OF QUALIFICATION.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-3 LINES (WATER AND STEAM) CURED

The Contractor shall submit documentation to the Officer-in-Charge that the proposed product meets the above minimum linear footage and years of service requirements. The documentation shall be submitted within 14 calendar days of the contract execution, and shall include for each project the name, address and reference telephone numbers of the owner of the pipe line system that was CIPP lined; date of owner acceptance of the completed product installation; length of CIPP installed; diameter of host pipe; and installer name, address and reference telephone numbers. In addition, the Contractor shall submit documentation in the form of a notarized letter(s) from the manufacturer(s) verifying that the proposed resin and tube materials have been manufactured for a minimum of three years or the project's linear footage does not exceed three percent (3%) of the total footage of the product (at time of bid) that has been successfully installed in the U.S.

5. INSTALLER QUALIFICATION

Installation of the product must be performed by a work force that is experienced in such installation work. At minimum, the Contractor's CIPP work force shall include a CIPP work supervisor and a work crew member experienced in liner wet-out and insertion, and a remote cutter operator. The following minimum experience requirements shall be met by the CIPP work force to be qualified under this Contract. The qualified CIPP work force shall include, but not be limited to, the Work Supervisor, one Work Crew Member, and Remote Cutter Operator. Qualified work force members must directly provide the specific work for which they have been qualified until such work has been completed and accepted by the City. All qualifying projects shall have been completed within the past fifteen (15) years of the deadline date of the OFFEROR’S STATEMENT OF QUALIFICATION. A. All phases of the CIPP work shall be performed under the direct supervision of

an experienced Work Supervisor who has field experience on at least four (4) successfully completed projects performed in the United States in which he had direct supervision over CIPP lining installation work. The projects shall meet the following requirements.

1) Two (2) qualifying projects shall each have involved the successful

installation of a minimum of 1,000 linear feet of CIPP liner into host pipes of 6-inches in diameter.

2) Two (2) qualifying projects shall each have involved the successful

installation of a minimum of 1,000 linear feet of CIPP liner into host pipes of 18-inches to 48-inches in diameter.

A single project can be used to qualify for both of the requirements indicated above if the length and pipe size requirements are satisfied.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-4 LINES (WATER AND STEAM) CURED

B. Besides the Work Supervisor, at least one other Work Crew Member shall have direct experience installing CIPP liner. The Work Crew Member shall have field experience on a minimum of two (2) successfully completed CIPP liner projects performed in the United States. The Work Crew Member shall have directly participated in liner wet-out and insertion on the two qualifying projects. The projects shall meet the following requirements.

1) One (1) qualifying project shall have involved the successful installation of

a minimum of 1,000 linear feet of CIPP liner into host pipes of 6-inches in diameter.

2) One (1) qualifying project shall have involved the successful installation of

a minimum of 1,000 linear feet of CIPP liner into host pipes of 18-inches to 48-inches in diameter.

A single project can be used to qualify for both of the requirements indicated above if the length and pipe size requirements are satisfied.

C. The Remote Cutter Operator shall have directly performed a minimum of 50 successful lateral or drop manhole connection reinstatements by remote cutter on CIPP liner projects performed in the United States.

The Contractor shall submit documentation of meeting these requirements within 14 calendar days of contract execution. If the Contractor desires to reassign or replace personnel who have been qualified by the City, a written request to the City naming replacement personnel shall be made. The request shall include documentation of replacement personnel work qualifications and experiences which demonstrates that the minimum qualifications of this special provision are met. Written favorable review from the City of replacement personnel's qualifications shall be obtained prior to employing such personnel on the Project. If qualified personnel leave the Contractor’s or Specialty Contractor’s employment during the Contract, the Contractor shall provide replacement personnel that meet the minimum qualifications established by the City. No extension of Contract time will be allowed for the time required to find replacement personnel or to receive City approval for such personnel.

6. PRODUCT TEST DATA

No product shall be allowed to be installed without submittal of test data supporting the product performance requirements listed below. Materials tested in order to provide the required test data shall be similar to those proposed for use in this contract.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-5 LINES (WATER AND STEAM) CURED

Unless test data is required below to be obtained from field samples, all test samples shall be prepared so as to simulate the conditions and procedures the product will experience during this contract. All testing shall have been performed by an independent third party qualified to perform such testing.

A. Chemical resistance - Tests shall be conducted for standard domestic sewage

application in accordance with ASTM F1216, Appendix X2, or F1743, Section 7.2, and meet the minimum requirements listed therein.

B. Hydraulic capacity - Calculations shall be submitted which support that the

finished in-place flexible fabric tube shall be able to provide a minimum of 100 percent of the existing sewer line's original design capacity. The original design capacity of the existing sewer line shall be calculated using a roughness coefficient “n” of 0.015 for pipes up to and including 18 inches in diameter and 0.013 for pipes larger than 18 inches in diameter. The typical roughness coefficient “n” to be used for the proposed flexible fabric tube shall be verified by independent third party (hired by the manufacturer) test data, but shall not be less than 0.011, unless otherwise approved by the Officer-in-Charge.

C. Flexural modulus and strength - In order to verify the proposed product's past

performance, the Contractor shall submit detailed test results from a minimum of 10 previous successful installations of the proposed product. An installation shall be defined as the sewer segment between adjacent manholes. The test results of field samples from each of the 10 previous installations shall verify that the minimum requirements for short term flexural modulus and flexural strength specified in this special provision had been achieved.

7. SUBMITTALS

Provide sufficient detail to allow the Officer-in-Charge to judge whether or not the proposed materials, equipment, and procedures will meet the Contract requirements. All design calculations and shop drawings shall be prepared and stamped by a Civil Engineer licensed in the State of Hawaii. No materials shall be manufactured prior to approval of the submittals by the Officer-in-Charge. The Contractor shall have the option of submitting electronic files of the submittals in Adobe pdf format. If hard copies are submitted, the Contractor shall submit three (3) sets of each submittal.

A. Design Analysis

The CIPP shall be designed per ASTM F1216-09. Contractor shall engage a qualified licensed Professional Engineer to provide design calculations for the proposed CIPP thickness based on the applicable requirements in ASTM F 1216 and/or ASTM F2019 prior to installation. All calculations shall include data that conforms to the requirements of these specifications. The design used for the

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-6 LINES (WATER AND STEAM) CURED

product shall be submitted for review and approval. Physical properties used in design equations shall be validated by independent testing.

B. Manufacturing and Quality Control

1) Engineering design guides and detailed quality control procedures for rehabilitation materials, manufacturing and installation shall be submitted for review. This shall include inspection requirements, testing procedures and allowable manufacturing tolerance levels.

2) The Contractor shall submit certification provided by the product

Manufacturer as to the country of manufacture of all major components to be used to produce the final installed work.

C. Installation

1) The Contractor shall submit documentation to the Officer-in-Charge,

provided by the Manufacturer, that the Contractor is qualified to properly install the proposed product. The documentation shall be submitted within 14 calendar days from the contract notice to proceed date, and shall consist of evidence of Contractor training, testing and/or certification of being trained to install the Manufacturer's product.

2) An itemized list detailing the installation procedures to be used shall be

submitted. This shall include estimated times for each task, the number of required excavations, temperature and time required for proper curing of the resin, installation pressures, and any other items unique to each process.

3) All related ASTM standards or any nationally recognized standards for

installation of the product shall be submitted.

4) Detailed procedures shall be submitted for repairing the product in the event of failure or future damage. These procedures should not require specialized training and/or equipment for the City's maintenance crews.

5) Detailed procedures shall be submitted for future tapping of service

connections into the product. The procedures should not require specialized training and/or equipment for the City's maintenance crews.

6) Detailed description and physical properties of the lubricant to be used

during installation shall be submitted for the Officer-in-Charge's approval. 7) Detailed procedures for the construction of manhole transition sections

along with description and physical properties of the concrete bonding agent to be used shall be submitted for the Officer-in-Charge's approval.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-7 LINES (WATER AND STEAM) CURED

8) Confirmation letter stating that the product is compatible with products used for the lateral lining as specified in SPECIAL PROVISION Section 224, “Cured-in-Place Pipe (CIPP) for Laterals and Service Connection Liners.”

8. MATERIALS

All materials and components, including resin, tube, and outside layer of tube, shall be compatible and suitable for providing a finished CIPP product which meets the requirements of the Contract Documents. The Contractor shall submit documentation within 14 calendar days of issuance of the Notice to Proceed date that the resin, tube, and outside layer of tube are compatible.

The design thickness of the CIPP wall is a function of multiple factors including, but not limited to, product materials and the condition of the existing sewer line. The materials used shall have the capability to vary wall thicknesses in order to address variations in existing pipe conditions (i.e., circumferences, deterioration, alignment due to pipe bends) and design considerations for a fully deteriorated host pipe.

A. Tube - The material shall meet the requirements of ASTM F1216, Section 5.1, or

F1743, Section 5.2.1. The tube shall be compatible with the resin system used. The tube shall be fabricated to a size that, when installed, will fit the internal circumference and the length of the existing pipe. Allowance shall be made for circumferential and longitudinal stretch during installation. The minimum length of each section shall be the distance from the manhole to the next manhole. The Contractor shall verify the section lengths and inside dimensions of the existing sewer section before tube fabrication. Sewing or connecting tubes in order to attain the required length is prohibited.

The outside layer of the flexible tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not delaminate after the flexible tube has cured. No seam tape shall be used as part of the outside layer of the flexible tube.

The flexible tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that can be subject to delamination in the cured flexible tube.

B. Resin - The resin system shall meet the requirements of ASTM F1216, Section

5.2, F1743, Section 5.2.3, or these Special Provisions, whichever is more stringent.

The resin shall be of suitable, visible color to show that the felt liner is completely and uniformly impregnated. The color used shall not interfere with visual and/ or closed circuit television (CCTV) inspection of the liner or its required properties.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-8 LINES (WATER AND STEAM) CURED

9. DESIGN PARAMETERS

The MINIMUM FINISHED (cured) CIPP liner thickness shall be determined by a City approved CIPP Design Thickness Program. The program must reference the ASTM sections indicated in this Special Provision. The design parameters shall meet or exceed the following requirements

Minimum CIPP Resin Requirements:

Flexural Modulus (short term) 300,000 psi

Flexural Modulus (long term)* 150,000 psi

Flexural Strength 4,500 psi

* The long term flexural modulus is defined as fifty years as determined by ASTM D2990 Test Method

MINIMUM FINISHED CIPP Wall Thickness Requirements (regardless of calculated thicknesses based on ASTM standards identified in this Special Provision)

For 6-inch Diameter Host Pipe 4.5 mm (0.18-inch) For 8-inch Diameter Host Pipe 6.0 mm (0.24-inch) For 10-inch through 48-inch diameter host pipes the Officer-in-Charge shall review and approve the proposed MINIMUM FINISHED thicknesses submitted by the Contractor.

Other Design Parameters to be used in determining MINIMUM FINISHED liner thickness:

Fully deteriorated host pipe

H-20 truck live load = 16,000 lbs. (assume live load in non-paved areas for maintenance vehicles)

Groundwater depth above the bottom of the pipe = depth to ground surface (to reflect saturated soil conditions after a heavy rain)

Pipe ovality = 3 percent (unless otherwise directed by the Officer-in-Charge)

Soil density = 120 lbs/ cu. ft.

Soil modulus = 700 psi Safety factor = 2.0 minimum

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-9 LINES (WATER AND STEAM) CURED

10. STRUCTURAL REQUIREMENTS

The flexible tube shall be designed as per ASTM F1216-09, Appendix X1, with the following additional requirements:

A. The tube design shall assume no bonding to the existing pipe wall.

B. With regards to external buckling and because the structural conditions of the

existing sewer pipe walls are unknown, the flexible tube shall be designed to act as a stand alone pipe within the existing pipe.

Acceptable third party testing and verification of the design analysis techniques (ASTM F1216, Appendix X1.2.2 for all installation methods) shall be submitted for City review prior to installation of the liner.

C. The bond between the flexible tube layers shall be strong and uniform. All layers

shall form one homogeneous structural pipe wall with no part of the flexible tube left unsaturated by the resin after curing.

11. PRELIMINARY INVESTIGATION OF HOST SEWER PIPE

Prior to ordering rehabilitation materials, the Contractor shall be responsible for inspecting and confirming the inside diameter, pipe material, and alignment of the host sewer pipe, and determining the condition of each manhole-to-manhole segment to be lined. The Contractor shall use the data and information collected from this inspection to finalize the liner size, refine the liner design, and refine the installation techniques. If unknown physical conditions in the work area are encountered during the investigation that materially differ from those ordinarily encountered, the Contractor shall notify the Officer-in-Charge.

12. INSTALLATION OF LINER

Liner installation shall be in accordance with ASTM F1216, Section 7, or F1743, Section 6, and with the following requirements:

A. Cleaning and Inspection

The sewer line shall be cleaned and televised prior to CIPP installation. Cleaning and video inspection shall be approved by the Officer-in-Charge before beginning the CIPP installation work. Inspection shall identify all “Active” lateral connections to be reinstated. If required in the work order, each connection will be dye tested to determine whether the connection is live or abandoned and shall record this in the “Remarks” or “Comment” section of the CCTV inspection form.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-10 LINES (WATER AND STEAM) CURED

B. Resin Impregnation

1) The tube shall be impregnated with resin (wet-out) in accordance with ASTM F1216, Section 7.2, or F1743, Section 6.2. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube.

2) The installer shall arrange for a location where the liner will be vacuum-impregnated prior to installation. The installer shall allow the Officer-in-Charge to inspect the materials and procedures used to vacuum-impregnate the tube.

3) Should the liner material (fiberglass layers and interior plastic coating) be

cut to pump/vacuum resin into the liner, all layers of the fiberglass shall be sewn closed and the plastic coating sealed watertight, per manufacturer’s recommended procedures.

C. Bypassing

1) If bypassing of sewage flows is required around the sections of pipe

designated for rehabilitation, the bypass shall be made in accordance with SPECIAL PROVISIONS Section 216, "Sewer Flow Control."

2) Public advisory services shall be required to notify all parties whose

service laterals will be affected and all connected residents to advise minimum water usage. The Contractor shall provide written notification of work activities to all local users 14 calendar days before interruption of service and provide interim sewer service. This notification shall include a description of the project, the method of construction, and the approximate date and duration that disruption of sewer service will occur. The notification shall also note the potential inconvenience from resin odor, noise, and lights. The Contractor shall maintain a notification log which will include the date and time of the notification, the contact person's name, and if no contact was made, a notation that the information was left at the person's door. The notification shall be submitted to the Officer-in-Charge for approval at least 14 calendar days prior to being mailed to affected parties. The Contractor shall reference SPECIAL PROVISIONS Section 180 “Public Relations.”

If authorized by the Officer-in-Charge, in-person verbal notification shall be acceptable in lieu of the above written notifications.

D. Insertion of Liner

1) Insertion shall be in accordance with ASTM F1216, Section 7.4, or F1743,

Section 6.4.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-11 LINES (WATER AND STEAM) CURED

2) Tube insertion forces or pressures shall be limited so as not to stretch the tube longitudinally by more than 5 percent of the original length.

3) Before the insertion begins, the tube manufacturer shall provide values for

the minimum pressure required to hold the tube tight against the existing conduit and the maximum allowable pressure so as not to damage the tube. Once the insertion has started, the pressure shall be maintained between the minimum and maximum pressures until the insertion has been completed. Should the pressure deviate from the required, the installed tube shall be removed from the host conduit at the Contractor's expense. The Contractor shall provide the Officer-in-Charge with a continuous log of pressure during cure.

4) Segments of liner that have been resin impregnated and placed in the

host conduit and then are found to be too short, shall be removed without curing and properly discarded at the Contractor's expense. Removal of the uncured, resin impregnated liner shall be accomplished in such a way as to minimize the amount of resin allowed to escape. The Contractor shall be responsible for cleanup of all escaped resin and any odors that may result. The Contractor shall submit a plan to remove any odors and resin impregnated, uncured liner from the host conduit including protection of the host system from escaping resin to the Officer-in-Charge for approval a minimum of three weeks prior to the first installation process.

5) The existing sewer line shall be dewatered for any liner insertion that does

not use an inversion method to expand the tube against the pipe wall. 6) If significant groundwater infiltration is present in the existing sewer line,

the Contractor may install a preliner tube, CIPP part liner, or chemical grout to seal defective pipe joints, holes, or other sources of the infiltration to control resin loss, preserve liner thickness, and prevent reduction in physical properties and contamination of the resin by water or other contaminants. The Contractor may also perform open trench point repair(s) to replace the defective piping.

The preliner tube shall be a reinforced plastic sheet formed to fit the host

pipe being lined and shall be continuous from manhole to manhole. The preliner tube shall be a rated gas barrier for styrene. Installation of the preliner tube shall be done in the presence of the Officer-in-Charge.

Chemical grouting work shall be performed per SPECIAL PROVISION

Section 230 “Sanitary Sewer Chemical Sealing.”

The Contractor shall obtain approval from the Officer-in-Charge prior to installing the preliner tube or chemical grout to seal sources of infiltration.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-12 LINES (WATER AND STEAM) CURED

7) The use of a lubricant during inversion is recommended to reduce friction. This lubricant should be poured into the water in the downtube or applied directly to the tube or inflation bladder. Lubricant shall not be used in processes where impregnated coatings are performed prior to tube installation. The lubricant used shall be a non-toxic, oil-based product that has no detrimental effects on the tube or roller and pump system, and will not support bacterial growth or adversely affect sewage treatment processes.

8) The tube shall not be exposed to ultraviolet light.

9) The tube shall not experience excessive bubbling or wrinkling during

insertion.

E. Curing

After insertion of the wetted out tube is complete, the Contractor shall use a suitable heat source and distribution equipment to circulate heated water or steam uniformly throughout the section for a consistent cure of the resin. The curing temperatures shall comply with submittals and manufacturer's recommendations.

The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply or steam. Another such gauge shall be placed between the impregnated liner tube and the invert of the host pipe at the termination manhole, and any intermediate manholes, to determine the temperatures during the resin cure process. The Contractor shall provide the Officer-in-Charge with a continuous log of temperatures at all gauges during curing.

Initial cure may be considered completed when the exposed portions of the felt tube appear to be hard and the termination manhole temperature sensor indicates the temperature to be adequate to realize an exotherm or cure in the resin as recommended by the resin manufacturer and approved by the Officer-in-Charge. Curing temperatures and duration shall comply with previously submitted data and information. Curing shall be in accordance with ASTM F1216, Section 7.6, or F1743, Section 6.6.

Any hot water or steam used during the curing process shall be free of any pollutants and shall be properly disposed of at ambient temperatures in an environmentally safe manner in accordance with applicable Federal, State, and City rules and regulations. Contractor shall be responsible for obtaining the applicable permits.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-13 LINES (WATER AND STEAM) CURED

F. Cool-Down

The Contractor shall cool the hardened pipe to a temperature below 100 degrees F before relieving the water column (pressure) or 113 degrees F before relieving the internal pressure. Cool-down may be accomplished by the introduction of cool water into the inversion standpipe to replace water or mixture of air and steam being drained from a small hole made at the downstream end. Care shall be taken in the release of the water column or air pressure so that a vacuum will not be developed that could damage the newly installed CIPP. Coupon samples shall be obtained for testing. Cool-down shall be in accordance with ASTM F1216, Section 7.7, or F1743, Section 6.7.

G. Workmanship

1) The finished CIPP shall be continuous over the entire length of each

installation run and be free of such defects not limited to holidays, foreign inclusions, dry spots, lifts, delamination, buckling, creases, and seepage of groundwater through the liner material.

2) Wrinkles in the finished CIPP liner shall be repaired as indicated in the

following table.

Location of Wrinkle Height of Wrinkle Repair Method and tolerance

Below springline or dn, whichever is higher

Greater than 2 percent of the pipe diameter or 1/4", whichever is greater

Grind to 2 percent of the pipe diameter or 1/4", whichever is greater

Above springline or dn, whichever is higher

Greater than 4 percent of the pipe diameter or 1/2”, whichever is greater

Grind to 4 percent of the pipe diameter or 1/2”, whichever is greater

*Officer-in-Charge shall determine if repairing the wrinkle is necessary Should the liner be inadvertently perforated during the grinding procedure, the Contractor shall repair or replace the liner by a method approved by the Officer-in-Charge. If other critical defects are present, the Contractor shall remove and replace the liner in these areas, using a method approved by the Officer-in-Charge, at the Contractor's sole expense.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-14 LINES (WATER AND STEAM) CURED

3) If the liner does not fit tightly against the original pipe at its termination point(s), the space between the pipes shall be sealed by filling with a high strength, structural, epoxy paste adhesive. The epoxy adhesive shall be Sikadur 31 Hi-Mod Gel or an approved substitute.

13. TRANSITION SECTIONS

A. Transition sections shall be constructed to channelize the sewage flow and minimize entrance and exit losses as the flow passes through the existing manhole structures affected by the CIPP work. For the situation where a CIPP liner terminates at both upstream and downstream manhole pipe openings and the cured liner inside diameter is 18-inches or greater, the transition grout within the channel shall have a uniform thickness equal to the liner thickness throughout the length of the channel. For cured liner inside diameters equal to or less than 18-inches nominal or for cured liner inside diameters greater than 18-inches nominal with the liner in only one pipe opening, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of 1:10 (V:H).

When the pipe liner is placed through manholes, the Contractor shall cut away the top of the pipe liner to conform to the existing manhole walls.

Existing benches and channels shall be built up with grout as needed to match the CIPP liner elevations. Smooth transitions shall be formed between the existing surfaces and the CIPP.

B. Prior to applying new concrete, the existing surfaces shall be adequately

cleaned, scraped of loose concrete, and roughened. An approved concrete bonding agent shall be applied prior to the construction of the new channels, benches and/or transition sections. The bonding agent shall meet ASTM C-881 requirements for Type 1, Grade 3, epoxy resin adhesive. The bonding agent shall be Sikadur 31 Hi-Mod Gel or an approved substitute.

C. Any new channels, benches, and transition sections shall be formed using a

quick setting, high strength Portland Cement based repair mortar. The mortar shall be SikaTop 122 Plus, Sauereisen Substrate Resurfacer No. F-121 or an approved substitute. The mortar shall have the following minimum properties:

Sauereisen Substrate Resurfacer

SikaTop 122 Plus No. F-121 Flexural Strength: 2000 psi 28-days 1500 psi 7-days

(ASTM C293) (ASTM C580)

Tensile Strength: 750 psi 28-days 822 psi 7-days (ASTM C496) (ASTM C307)

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-15 LINES (WATER AND STEAM) CURED

Bond Strength: 2200 psi 28-days 2200 psi 7-days (ASTM C882) (ASTM C882)

Compressive Strength: 7000 psi 28-days 7000 psi 28-days (ASTM C109) (ASTM C109)

D. At all manholes apply Sikadur 31 Hi-Mod Gel or an approved substitute between

the CIPP liner and the existing pipe. The material shall be applied around the entire circumference of the pipe to fully seal the annular space to prevent infiltration of groundwater, root intrusion, and exfiltration of sewage and sewer gases. Where CIPP liner is placed through the manholes, the material shall be applied where the top of the liner has been cut away.

14. LATERAL AND MANHOLE DROP CONNECTIONS

A. Verification. The Contractor shall verify the exact location and number of lateral and manhole drop connections shown on the Work Order Request drawing during his pre-rehabilitation television inspection (Section 218 – TELEVISION INSPECTION) or from other methods approved by the Officer-in-Charge.

B. Reinstatement. After the CIPP liner has been cured in place, the existing lateral

and manhole drop connections shall be reinstated using a remote cutter. The reinstated opening shall be cut neat, and its edges finished smooth, without any hanging fibers, or loose or abraded materials. The invert of the reinstated opening shall match the invert of the original connection. Additionally, the opening shall be reinstated to 90 – 95 percent of the original opening. The remote cutter shall be capable of traversing through pipe openings as small as 4-1/2”. The Contractor shall have a minimum of two operable remote cutters or one operable remote cutter and backup parts, including but not limited to a motor and cutting head, on site. In the event that the remote cutter malfunctions, the second unit shall be immediately available or the remote cutter shall be repaired promptly to complete the reinstatements and to prevent delays to the project.

The Contractor shall retrieve, collect and account for all lateral pieces (e.g. lateral

coupons) from CIPP installation. The Contractor shall ensure no residual lateral cut outs and no CIPP pieces remain in the sewage system at risk of potentially causing a sewage spill or potentially disrupting or affecting a wastewater pump station downstream.

C. Chemical grouting or service connection lateral liners shall be used to seal the

annulus between the CIPP rehabilitated main line and the host pipe around the reinstated lateral openings when specified on the Work Order. Chemical grouting work shall be performed per SPECIAL PROVISION Section 230 “Sanitary Sewer Chemical Sealing.” Service connection lateral liners shall be installed per SPECIAL PROVISION Section 224 “CIPP for Laterals and Service Connection Liners.”

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-16 LINES (WATER AND STEAM) CURED

D. All services shall be reinstated within 24 hours after the liner has been cured to minimize disturbance to private residents. If connections cannot be reinstated within this period of time, the Contractor shall obtain approval from the Officer-in-Charge prior to any extension to allow additional bypass/diversion pumping.

15. TESTING

For each inversion length of CIPP liner installed, the Contractor shall perform the tests listed below. Where testing is performed on CIPP samples, the Contractor shall be responsible for providing the necessary samples and for hiring a qualified, independent third party to perform the required tests. The report shall outline test procedures, present data, provide diagrams as required, and summarize test results for each length of CIPP installed. The report shall provide all information labeled on the samples. Sample labeling requirements are provided in the following paragraph. Copies of the report shall be sent from the laboratory simultaneously to both the Contractor and the Officer-in-Charge immediately upon completion of the sample testing. Two (2) copies of the detailed report on the testing shall be sent to the Officer-in-Charge. Cured CIPP samples shall be taken and labeled in the presence of the Officer-in-Charge. The labeling on the sample shall consist of the sample number, Project Name, City Job Number, Contractor company name, name(s) of Contractor’s personnel that extracted the sample, the date/time that the sample was taken and the name of the Officer-in-Charge present during sampling. The labeling shall be made with a permanent marking device that will not smudge or fade on the sample. In addition, Contractor shall maintain a Cured Sample Testing Record. The Cured Sample Testing Record shall be current and shall be available for immediate review by the Officer-in-Charge upon the Officer-in-Charge’s request. A copy of the Cured Sample Testing Record is provided at the end of this Special Provision. The Contractor may obtain a copy of the Cured Sample Testing Record from the Officer-in-Charge.

The Officer-in-Charge may take possession of a sample or samples at any time prior to the samples being shipped to the third party testing laboratory. The number of samples taken are at the discretion of the Officer-in-Charge. If samples are taken, the Contractor is relieved of responsibility of testing the samples. Two copies of the test reports from the laboratory selected by the Officer-in-Charge will be sent to the Contractor. The Officer-in-Charge shall be responsible for filling out and maintaining a Cured Sample Testing Record for all samples which the Officer-in-Charge takes possession of. The Contractor shall not destroy any Cured Sample Testing Records and will transfer all Cured Sample Testing Records to the Officer-in-Charge immediately after final acceptance of the project.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-17 LINES (WATER AND STEAM) CURED

Lengths of CIPP which fail any of the required tests may be required by the Officer-in-Charge to be removed and replaced at the Contractor's cost.

A. Samples

For pipes with a diameter of 18-inches or less, the sample shall be cut from a section of cured CIPP at the termination point that has been inverted through a pipe with the same inside diameter as the existing pipe and has been held in place by a suitable heat sink, such as sandbags. The sample shall be large enough to provide for all of the tests indicated below.

If a length of CIPP is installed through intermediate manholes, samples shall be taken at each intermediate manhole as well as at the termination point. Samples at intermediate manholes shall be obtained similarly to the method used to obtain the sample at the termination point. The samples taken at intermediate manholes shall be large enough to provide for all of the tests indicated below. Prior to obtaining any sample, the Contractor shall mark the limits of the sample on the CIPP and obtain the approval of the Officer-in-Charge. The Officer-in-Charge has the discretion to adjust the sample location.

B. CIPP wall thickness – Testing shall be in accordance with ASTM F1743, Section

8.1.6. A minimum of eight measurements at evenly spaced intervals around the circumference of the sample shall be taken to ensure that minimum and maximum thicknesses are determined. Deduct from the measured values the thickness of any plastic coatings or CIPP layers not included in the structural design of the CIPP. The average thickness shall be calculated using all measured values and shall meet or exceed the minimum finished thickness indicated in Section 9, Design Parameters, above. The minimum wall thickness at any point shall not be not less than 87.5% of the minimum finished thickness indicated in Section 9, Design Parameters, above.

Ultrasonic testing of wall thickness is not allowed.

C. Short-term flexural (bending) properties - Testing shall be in accordance with

ASTM F1216, Section 8.1.3.1, or F1743, Section 8.1.4. Five specimens shall be tested.

D. Delamination Test – Testing shall be in accordance with ASTM F1216, Section

8.4 or ASTM F1743, Section 8.4. Five specimens shall be tested. E. Peel or Stripping Strength Test - Testing shall be in accordance with ASTM

F1216, Section 8.5. The peel or stripping strength between any nonhomogenous layers of CIPP laminate shall be a minimum of 10 lb/in. of width.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-18 LINES (WATER AND STEAM) CURED

F. Gravity pipe leakage testing – Testing shall be in accordance with ASTM F1216, F1743, and F2019. The cured liner material shall be impervious and not allow for any infiltration or exfiltration. As directed by the Officer-in-Charge, the Contractor shall conduct either an exfiltration, infiltration, or air test for each CIPP inversion for pipes with a nominal diameter of 36-inches or less. For pipes larger than nominal 36-inch, either an infiltration or exfiltration test shall be required (air testing shall not be performed due to the dangers associated with plugs used for these large pipe sizes). The Contractor shall notify the Officer-in-Charge as to the type of testing to be conducted prior to the testing. It shall be noted that the allowable leakage amounts indicated in the following paragraphs are to allow for imperfections that may be associated with the leakage test setup (Ex. slight leakage at the plugs, seepage through the downtube material, volumetric changes in the water or air inside the liner due to temperature changes, etc.). Leakage as a result of a pervious finished liner will not be accepted and will be considered defective requiring repair or replacement.

Leakage Testing:

Installation/Inversion Method Inspection/Testing Water (Water Cure) Visual Inspection

Hydrostatic Testing Infiltration Testing

Water (Water Cure), Large Diameter >36” Visual Inspection Air (Steam Cure, UV Cure) *Small Diameter

*Visual Inspection *Air Testing Infiltration Testing

Air (Steam Cure, UV Cure), Large Diameter >36” Visual Inspection

1) Exfiltration Test An exfiltration test may be conducted after the CIPP has cooled to

ambient temperature. Testing shall be in accordance with Section 18.3D.2, “Testing Gravity Sewers for Leakage”, of the STANDARD SPECIFICATIONS. The maximum amount of leakage for any section of CIPP being tested shall not exceed 50 gallons per inch of internal diameter per mile per day of pipe. During the exfiltration testing, the maximum internal pipe pressure at the lowest end shall not exceed 10 feet of water and the water level inside the inversion standpipe shall be two feet higher than the top of the pipe or two feet higher than the groundwater level, whichever is greater. The test should be conducted for a minimum of one hour.

When water is used to cure the CIPP, the exfiltration test shall be

conducted at the completion of the curing process while the CIPP is under hydrostatic pressure. If steam is used to cure the CIPP, water tight plugs

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-19 LINES (WATER AND STEAM) CURED

shall be installed at both ends and the CIPP filled with water. Laterals shall be reinstated after the leakage test is completed.

2) Infiltration Test An infiltration test may be conducted if the groundwater is more than 2

feet above top of pipe for the entire section of sewer line. Testing shall be in accordance with Section 18.3D.3, “Testing Gravity Sewers for Leakage”, of the STANDARD SPECIFICATIONS. The maximum amount of infiltration for any CIPP section being tested shall not exceed the rate of 50 gallons per inch of internal diameter per mile per day of pipe.

3) Air Test (only for pipes 36-inch or less) Low pressure air test shall be in accordance with ASTM F1417-11a. The

Time-Pressure Drop Method, using 1.0 psig pressure drop, shall be used. Testing shall be conducted after the CIPP has cooled to ambient temperature and prior to reinstating any laterals.

The low pressure air test may be dangerous to personnel. It is extremely

important that the various plugs be properly installed to prevent sudden expulsion of a poorly installed or partially inflated plug. The Contractor shall be responsible for providing all safety measures necessary to protect personnel from injury. No one shall be allowed in the manholes during testing.

For products in which the pipe wall is cured while not in direct contact with the pressurizing fluid (e.g. a removable inflation bladder is used), the pipe shall be leakage tested after the cure process is completed and the pressurizing fluid and apparatus have been removed.

16. INSPECTION AND ACCEPTANCE The finished installation shall be inspected by the Contractor by closed-circuit television

camera as specified in SPECIAL PROVISION Section 218 "Television Inspection", in the presence of the Officer-in-Charge, unless otherwise directed by the Officer-in-Charge. No groundwater shall be observed and all active service entrances shall be accounted for and unobstructed. Variations from true line and grade will only be acceptable if proven by the Contractor that the variations existed under the original conditions of the existing sewer lines. Locate and succinctly define defects in the installed CIPP that will not affect the operation and long term life of the product. The warranty CCTV inspection will include pipe segments with noted defects that were not repaired. Locate and succinctly define repairable defects that occur in the installed CIPP based on approved product specifications, including a detailed step-by-step repair procedure. Clearly locate and define un-repairable defects in the CIPP based on the approved product specifications, including a recommended procedure for the removal

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-20 LINES (WATER AND STEAM) CURED

and replacement of the CIPP. The Contractor shall repair all defects found during the warranty inspection. The CIPP work will be deemed unacceptable if infiltration of groundwater is detected. Wrinkling in the liner that does not meet the requirements described in Section 12.G.2 of this Special Provision shall be removed unless otherwise approved by the Officer-in-Charge. All lateral connections and entrances must be accounted for and shall be unobstructed.

17. CLEAN-UP

Upon acceptance of the CIPP installation, the Contractor shall restore the work site area to original conditions or as directed by the Officer-in-Charge.

18. MEASUREMENT AND PAYMENT

A. Measurement: The quantity for which payment will be made for sewer line rehabilitation shall be the actual length of CIPP installed, measured in linear feet.

Measurement for payment for sewer lateral or manhole drop opening

reinstatement upon completion of CIPP lining installation shall be per each reinstatement.

B. Payment: Payment for full length CIPP rehabilitation work for main lines shall be

based on the unit price bid per linear foot for work order assignments having: a) 400 linear feet or less, or b) more than 400 linear feet. This payment shall include full compensation for all labor, materials, supplies, equipment, tools, and incidentals for the complete installation of the liner.

Mobilization/demobilization, wet out, testing of installed liner, patching and grout

work, transition sections, sealing annual space at manhole pipe opening, reworking manhole inverts and benches, and all incidentals in place complete related to full length CIPP main line work shall be included into the per linear foot cost of the CIPP liner.

Payment for CIPP lining will not be made until all testing and post CCTV work

has been approved by the Officer-in-Charge.

Payment for removal and restoration of manhole cone sections, if required for access, shall be per each as listed in the Bid Proposal and shall include full compensation for all labor, equipment, tools, and all incidentals. The Contractor shall obtain approval from the Officer-in-Charge prior to removing the manhole cone section.

Payment for grinding down protruding laterals shall be per each as listed in the Bid Proposal and shall include full compensation for all labor, equipment, tools, and incidentals.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-21 LINES (WATER AND STEAM) CURED

Payment for third party testing of CIPP samples including laboratory testing fees, reports, and shipping and handling fee shall be paid for directly but shall be included in the price bid for the CIPP rehabilitation work. Payment for preliner tube shall be based on the unit prices per linear foot as listed in the Bid Proposal and shall include all materials, labor, equipment, tools, patching, and incidentals, in place complete. Payment for chemical grouting the annular space between the CIPP liner and the host pipe around the reinstated lateral opening shall be per gallon as listed in the Bid Proposal for the first location per each sewer main segment bounded by two manholes. Payment shall include mobilization/demobilization, all materials, labor, equipment, tools, testing, and incidentals required to complete the work. Payment for chemical grouting to reduce or eliminate groundwater infiltration shall be based on the unit prices per gallon as listed in the Bid Proposal and shall include all materials, labor, equipment, tools, testing, and incidentals.

Payment for sewer lateral or manhole drop opening reinstatements shall be per each reinstatement as listed in the Bid Proposal Schedule and shall include full compensation for all labor, materials, supplies, equipment, tools and incidentals required to complete the work in place complete.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) FOR MAIN CONTRACT NO. 007 220-22 LINES (WATER AND STEAM) CURED

--END SECTION 220--

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-1 (ULTRAVIOLET LIGHT CURED)

SECTION 221 CURED-IN-PLACE PIPE (CIPP) FOR MAIN LINES (ULTRAVIOLET LIGHT CURED)

1. DESCRIPTION

It is the intent of this special provision to provide the contractor with the work performance requirements for the rehabilitation of existing main line sewers by the installation of a resin impregnated flexible tube that is pulled into a pipe and expanded to fit tightly against the pipe by use of air pressure. The thermosetting resin system in the tube shall then be cured by exposing the resin saturated tube to a ultraviolet (UV) light source that produces the needed intensity and wavelength of light to cause the photo-initiators in the resin to drive the hardening process to essentially a complete cure. The finished product shall be a continuous, jointless structural pipe that is formed to the existing sewer line and shall provide a minimum of 100% of the existing sewer line's original design capacity.

2. REFERENCED DOCUMENTS

This special provision references American Society for Testing and Materials (ASTM) and National Association of Sewer Service Companies (NASSCO) standards which are made part hereof by such reference, and shall be the latest edition and revision thereof. CIPP provisions, methods, tests, materials, etc., not addressed by this special provision shall be governed by ASTM F1216, ASTM F2019 and D5813. In the event there is a conflict between the aforementioned references and this special provision, this special provision shall govern.

3. GENERAL

A. Basic procedure for the sewer rehabilitation shall include an access shaft which may involve the temporary removal of the upper half of a manhole, sewer flow control and bypassing, cleaning, pre- and post-rehabilitation television inspection, liner installation, testing, reconstruction, and restoration. After completion of the rehabilitation, the CIPP liner shall provide a continuous, watertight, corrosion resistant conduit within the existing sewer line.

B. Prior to ordering sewer rehabilitation materials, the Contractor shall be

responsible for inspecting and confirming the inside dimension, alignment, pipe material, and condition of the existing sewer pipe segments to be lined with CIPP.

C. The Contractor shall be responsible for performing all CIPP and related work,

including video inspection, excavations and cleaning in accordance with applicable Federal, State, and City safety regulations, including current OSHA safety standards.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-2 (ULTRAVIOLET LIGHT CURED)

Prior to entering manholes to perform sewer rehabilitation work, the Contractor shall evaluate the atmosphere in and near the sewer to determine the presence of toxic or flammable vapors and shall ventilate the rehabilitation work area as necessary to render it safe.

D. The Contractor shall be responsible for odor and noise mitigation under this

contract in accordance with applicable Federal, State, and City regulations. The Contractor shall monitor the surrounding area and minimize any odors and noise that may occur due to his work activities.

E. Pipeline rehabilitation products that require bonding to the existing pipe wall for

structural strength will not be allowed since the present structural conditions of the existing pipe walls are unknown and may vary considerably. The finished CIPP wall shall be homogenous throughout, except for the exterior coating (i.e., no intermediate impermeable layers).

F. The Contractor shall test all materials for compliance with the Contract

Documents prior to delivery. Materials shall not be more than six (6) months old from the date of manufacture to the time of installation.

4. PRODUCT QUALIFICATION

In order for a CIPP product (combination of tube and resin) to qualify for use under this contract, a history of successful commercial viability shall be shown. Products not meeting the minimum requirements established by the City for successful commercial viability shall be rejected. The City shall be the sole judge as to whether the requirements have been met. For a proposed CIPP product to qualify as a commercially acceptable product for this contract, the following requirements must be met:

A. A minimum of 50,000 linear feet of successful wastewater collection system

installations in the U.S. shall be documented, for the proposed tube and resin used together as one product, to assure commercial viability of the materials and the process. In addition, the CIPP product shall have been in service within wastewater collection facilities in the United States for a minimum of three years, unless otherwise approved by the Officer-in-Charge. Installations of the proposed resin and tube used independently from each other may not be used to qualify the product for the linear footage and years of service requirements.

B. The manufacturer(s) for both proposed resin and tube shall have successfully

produced the material in the U.S. continuously for a minimum of three years, unless otherwise approved by the Officer-in-Charge. If the manufacturer(s) does not have this minimum three years commercial experience in the U.S., the number of linear feet of product proposed to be installed under this contract shall not exceed three percent (3%) of the total footage of the product that has been successfully installed in the U.S. at the deadline date of the OFFEROR’S STATEMENT OF QUALIFICATION.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-3 (ULTRAVIOLET LIGHT CURED)

The Contractor shall submit documentation to the Officer-in-Charge that the proposed product meets the above minimum linear footage and years of service requirements. The documentation shall be submitted within 14 calendar days of the contract execution, and shall include for each project the name, address and reference telephone numbers of the owner of the pipe line system that was CIPP lined; date of owner acceptance of the completed product installation; length of CIPP installed; diameter of host pipe; and installer name, address and reference telephone numbers. In addition, the Contractor shall submit documentation in the form of a notarized letter(s) from the manufacturer(s) verifying that the proposed resin and tube materials have been manufactured for a minimum of three years or the project's linear footage does not exceed three percent (3%) of the total footage of the product (at time of bid) that has been successfully installed in the U.S.

The above documentation of product qualification and notarized Manufacturer's

letter(s) shall be hand carried, mailed or faxed to the Department of Environmental Services within 14 calendar days after the Notice to Proceed date. Contractor shall hand carry, mail or fax the documentation to:

Ms. Lori Nishida Department of Environmental Services Collection System Maintenance City and County of Honolulu 99-989 Iwaena Street Aiea, Hawaii 96701 Fax Number: (808) 768-7231

5. INSTALLER QUALIFICATION

Installation of the product must be performed by a work force that is experienced in such installation work. At minimum, the Contractor's CIPP work force shall include a CIPP work supervisor and a work crew member experienced in liner wet-out and insertion, and a remote cutter operator. The following minimum experience requirements shall be met by the CIPP work force to be qualified under this Contract. The qualified CIPP work force shall include, but not be limited to, the Work Supervisor, one Work Crew Member, and Remote Cutter Operator. Qualified work force members must directly provide the specific work for which they have been qualified until such work has been completed and accepted by the City. All qualifying projects shall have been completed within the past fifteen (15) years of the deadline date of the OFFEROR’S STATEMENT OF QUALIFICATION. A. All phases of the CIPP work shall be performed under the direct supervision of an

experienced Work Supervisor who has field experience on at least four (4) successfully completed projects performed in the United States in which he had direct supervision over CIPP lining installation work.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-4 (ULTRAVIOLET LIGHT CURED)

The projects shall meet the following requirements.

1) Two (2) qualifying projects shall each have involved the successful installation of a minimum of 1,000 linear feet of CIPP liner into host pipes of 6-inches in diameter.

2) Two (2) qualifying projects shall each have involved the successful

installation of a minimum of 1,000 linear feet of CIPP liner into host pipes of 18-inches to 48-inches in diameter.

A single project can be used to qualify for both of the requirements indicated above if the length and pipe size requirements are satisfied.

B. Besides the Work Supervisor, at least one other Work Crew Member shall have

direct experience installing CIPP liner. The Work Crew Member shall have field experience on a minimum of two (2) successfully completed CIPP liner projects performed in the United States. The Work Crew Member shall have directly participated in liner wet-out and insertion on the two qualifying projects. The projects shall meet the following requirements.

1) One (1) qualifying project shall have involved the successful installation of

a minimum of 1,000 linear feet of CIPP liner into host pipes of 6-inches in diameter.

2) One (1) qualifying project shall have involved the successful installation of

a minimum of 1,000 linear feet of CIPP liner into host pipes of 18-inches to 48-inches in diameter.

A single project can be used to qualify for both of the requirements indicated above if the length and pipe size requirements are satisfied.

C. The Remote Cutter Operator shall have directly performed a minimum of 50 successful lateral or drop manhole connection reinstatements by remote cutter on CIPP liner projects performed in the United States.

The Contractor shall submit documentation of meeting these requirements within 14 calendar days of contract execution. If the Contractor desires to reassign or replace personnel who have been qualified by the City, a written request to the City naming replacement personnel shall be made. The request shall include documentation of replacement personnel work qualifications and experiences which demonstrates that the minimum qualifications of this special provision are met. Written favorable review from the City of replacement personnel's qualifications shall be obtained prior to employing such personnel on the Project.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-5 (ULTRAVIOLET LIGHT CURED)

If qualified personnel leave the Contractor’s or Specialty Contractor’s employment during the Contract, the Contractor shall provide replacement personnel that meet the minimum qualifications established by the City. No extension of Contract time will be allowed for the time required to find replacement personnel or to receive City approval for such personnel.

6. PRODUCT TEST DATA

No product shall be allowed to be installed without submittal of test data supporting the product performance requirements listed below. Materials tested in order to provide the required test data shall be similar to those proposed for use in this contract. Unless test data is required below to be obtained from field samples, all test samples shall be prepared so as to simulate the conditions and procedures the product will experience during this contract. All testing shall have been performed by an independent third party qualified to perform such testing.

A. Chemical resistance – Test results shall meet the chemical resistance

requirements of ASTM F2019. The chemical resistance tests shall be conducted in accordance with ASTM D543.

B. Hydraulic capacity - Calculations shall be submitted which support that the

finished in-place flexible fabric tube shall be able to provide a minimum of 100% of the existing sewer line's original design capacity. (Original design capacity of the existing sewer line shall be calculated using a roughness coefficient “n” of 0.015 for pipes up to and including 18 inches in diameter and 0.013 for pipes larger than 18 inches in diameter.) The typical roughness coefficient “n” to be used for the proposed flexible fabric tube shall be verified by independent third party (hired by the manufacturer) test data, but shall not be less than 0.011, unless otherwise approved by the Officer-in-Charge.

C. Flexural modulus and strength - In order to verify the proposed product's past

performance, the Contractor shall submit detailed test results from a minimum of 10 previous successful installations of the proposed product. An installation shall be defined as a sewer segment between adjacent manholes. The test results of field samples from each of the 10 previous installations shall verify that the minimum requirements for short term flexural modulus and flexural strength specified in this special provision had been achieved.

7. SUBMITTALS A. Provide sufficient detail to allow the Officer-in-Charge to judge whether or not the

proposed materials, equipment, and procedures will meet the Contract requirements. All design calculations and shop drawings shall be prepared and stamped by a Civil Engineer licensed in the State of Hawaii. No materials shall be manufactured prior to approval of the submittals by the Officer-in-Charge. The

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-6 (ULTRAVIOLET LIGHT CURED)

contractor shall also submit the Manufacturer’s recommended UV-light intensity level(s) and exposure times for the initiator cocktail used and the internal pressure(s) to be used throughout the various phases of the installation process.

The Contractor shall have the option of submitting electronic files of the

submittals in Adobe pdf format. If hard copies are submitted, the Contractor shall submit three (3) sets of each submittal.

B. Design Analysis

The CIPP shall be designed per ASTM F2019. Contractor shall engage a qualified licensed Professional Engineer to provide design calculations for the proposed CIPP thickness based on the applicable requirements in ASTM F 1216 and/or ASTM F2019 prior to installation. All calculations shall include data that conforms to the requirements of these specifications. The design used for the product shall be submitted for review and approval. Physical properties used in design equations shall be validated by independent testing.

C. Manufacturing and Quality Control

1) Engineering design guides and detailed quality control procedures for

rehabilitation materials, manufacturing and installation shall be submitted for review. This shall include inspection requirements, testing procedures and allowable manufacturing tolerance levels.

2) The Contractor shall submit certification provided by the product

Manufacturer as to the country of manufacture of all major components to be used to produce the final installed work.

D. Installation

1) The Contractor shall submit documentation to the Officer-in-Charge,

provided by the Manufacturer, that the Contractor is qualified to properly install the proposed product.

The documentation shall be submitted within 14 calendar days from the

contract notice to proceed date, and shall consist of evidence of Contractor training, testing and/or certification of being trained to install the Manufacturer's product.

2) An itemized list detailing the installation procedures to be used shall be

submitted. This shall include estimated times for each task, the number of required excavations, speed of ultraviolet curing assembly for proper curing of the resin, installation pressures, temperature limitations, and any other items unique to each process.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-7 (ULTRAVIOLET LIGHT CURED)

3) All related ASTM standards or any nationally recognized standards for installation of the product shall be submitted.

4) Detailed procedures shall be submitted for repairing the product in the

event of failure or future damage. These procedures should not require specialized training and/or equipment for the City's maintenance crews.

5) Detailed procedures shall be submitted for future tapping of service

connections into the product. The procedures should not require specialized training and/or equipment for the City's maintenance crews.

6) Detailed description and physical properties of the lubricant to be used

during installation shall be submitted for the Officer-in-Charge's approval.

7) Detailed procedures for the construction of manhole transition sections along with description and physical properties of the concrete bonding agent to be used shall be submitted for the Officer-in-Charge's approval.

8) Confirmation letter stating that the product is compatible with products

used for the lateral lining as specified in SPECIAL PROVISION Section 224, “Cured-in-Place Pipe (CIPP) for Laterals and Service Connection Liners.”

8. MATERIALS

All materials and components, including resin, tube, and outside layer of tube, shall be compatible and suitable for providing a finished CIPP product which meets the requirements of the Contract Documents. The Contractor shall submit documentation within 14 calendar days of the Notice to Proceed date that the resin, tube, and outside layer of tube are compatible.

The design thickness of the CIPP wall is a function of multiple factors including, but not limited to, product materials and the condition of the existing sewer line. The materials used shall have the capability to vary wall thicknesses in order to address variations in existing pipe conditions (i.e., circumferences, deterioration, alignment due to pipe bends) and design considerations for a fully deteriorated host pipe.

A. Tube - The material shall meet the requirements of ASTM F2019, Section 5.2.1.

The tube shall be compatible with the resin system used. The tube shall be fabricated to a size that, when installed, will fit the internal circumference and the length of the existing pipe. Allowance shall be made for circumferential and longitudinal stretch during installation. The minimum length of each section shall be the distance from the manhole to the next manhole. The Contractor shall verify the section lengths and inside dimensions of the existing sewer section before tube fabrication. Sewing or connecting tubes in order to attain the required length is prohibited.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-8 (ULTRAVIOLET LIGHT CURED)

The fabric tube shall consist of at least two separate tubes made of corrosion resistant (E-CR) glass fibers in accordance with ASTM D 578. The glass fibers shall extend in a longitudinal direction to ensure no longitudinal stretching during the pull-in process. The flexible tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that can be subject to delamination in the cured flexible tube.

The external foils shall be styrene resistant to protect and contain the resin used

in the tube. The exterior foil shall be ultraviolet light resistant and translucent to allow visual inspection of the impregnation of the resin within the glass fibers.

The wall color of the interior pipe surface of the CIPP after installation shall be a

light reflective color so as not to interfere with visual and/or closed-circuit television (CCTV) inspection of the liner or its required properties.

B. Resin - The resin system shall meet the requirements of ASTM F2019, Section

5.2.4 or these Special Provisions, whichever is more stringent.

The resin shall be a chemically resistant UV cured isophtalic polyester or vinyl ester thermoset resin. When cured the CIPP shall meet the structural and chemical resistance requirements of ASTM F2019.

9. DESIGN PARAMETERS

The MINIMUM FINISHED (cured) CIPP liner thickness shall be determined by a City

approved CIPP Design Thickness Program. The program must reference the ASTM sections indicated in this Special Provision. The design parameters shall meet or exceed the following requirements.

Minimum CIPP Resin Requirements: Flexural Modulus (short term) 300,000 psi Flexural Modulus (long term)* 150,000 psi Flexural Strength 4,500 psi * The long term flexural modulus is defined as fifty years as determined by ASTM

D2990 Test Method MINIMUM FINISHED CIPP Wall Thickness Requirements (regardless of calculated

thicknesses based on ASTM standards identified in this Special Provision) For 6-inch Diameter Host Pipe 4.5 mm (0.18-inch) For 8-inch Diameter Host Pipe 6.0 mm (0.24-inch) For 10-inch through 48-inch diameter host pipes the Officer-in-Charge shall review and approve the proposed MINIMUM FINISHED thicknesses submitted by the

Contractor.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-9 (ULTRAVIOLET LIGHT CURED)

Other Design Parameters to be used in determining MINIMUM FINISHED liner thickness:

Fully deteriorated host pipe H-20 truck live load = 16,000 lbs. (assume live load in non-paved areas for maintenance vehicles) Groundwater depth above the bottom of the pipe = depth to ground surface (to reflect

saturated soil conditions after a heavy rain) Pipe ovality = 3 percent (unless otherwise directed by the Officer-in-Charge) Soil density = 120 lbs/ cu. ft. Soil modulus = 700 psi Safety factor = 2.0 minimum 10. STRUCTURAL REQUIREMENTS

The flexible tube shall be designed as per ASTM F2019, Appendix X1, with the following additional requirements:

A. The tube design shall assume no bonding to the existing pipe wall.

B. With regards to external buckling and because the structural conditions of the

existing sewer pipe walls are unknown, the flexible tube shall be designed to act as a standalone pipe within the existing pipe.

Acceptable third-party testing and verification of the design analysis techniques (ASTM F1216, Appendix X1.2.2 for all installation methods) shall be submitted for City review prior to installation of the liner.

C. The bond between the flexible tube layers shall be strong and uniform. All layers

shall form one homogeneous structural pipe wall with no part of the flexible tube left unsaturated by the resin after curing.

11. PRELIMINARY INVESTIGATION OF HOST SEWER PIPE

Prior to ordering rehabilitation materials, the Contractor shall be responsible for inspecting and confirming the inside diameter, pipe material, and alignment of the host sewer pipe, and determining the condition of each manhole-to-manhole segment to be lined. The Contractor shall use the data and information collected from this inspection to finalize the liner size, refine the liner design, and refine the installation techniques. If unknown physical conditions in the work area are encountered during the investigation that materially differ from those ordinarily encountered, the Contractor shall notify the Officer-in-Charge.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-10 (ULTRAVIOLET LIGHT CURED)

12. INSTALLATION OF LINER

Liner installation shall be in accordance with ASTM F2019, Section 6, and with the following requirements:

A. Cleaning and Inspection

The sewer line shall be cleaned and televised prior to CIPP installation. Cleaning and video inspection shall be approved by the Officer-in-Charge before beginning the CIPP installation work. Inspection shall identify all “Active” lateral connections to be reinstated. If required in the contract documents of Officer-in-Charge, each connection will be dye tested to determine whether the connection is live or abandoned and shall record this in the “Remarks” or “Comment” section of the CCTV inspection form.

B. Resin Impregnation

1) The tube shall be impregnated with resin (wet-out) in accordance with

ASTM F2019, Section 6.3. The impregnation equipment shall contain devices to secure proper distribution of the resin.

The Officer-in-Charge or his representative shall be present during the

wet-out operation.

2) The installer shall arrange for a location where the liner will be impregnated prior to installation. The installer shall allow the Officer-in-Charge to inspect the materials and procedures used to impregnate the tube.

3) Should the liner material (fiberglass layers and interior plastic coating) be

cut to pump/vacuum resin into the liner, all cut layers of the felt shall be sewn closed and the plastic coating sealed watertight, per manufacturer’s recommended procedures.

C. Bypassing

1) If bypassing of sewage flows is required around the sections of pipe

designated for rehabilitation, the bypass shall be made in accordance with SPECIAL PROVISIONS Section 216, "Sewer Flow Control."

2) Public advisory services shall be required to notify all parties whose

service laterals will be affected and all connected residents to advise minimum water usage. The Contractor shall provide written notification of work activities to all local users 14 calendar days before interruption of service and provide interim sewer service. This notification shall include a

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-11 (ULTRAVIOLET LIGHT CURED)

description of the project, the method of construction, and the approximate date and duration that disruption of sewer service will occur. The notification shall also note the potential inconvenience from resin odor, noise, and lights. The Contractor shall maintain a notification log which will include the date and time of the notification, the contact person's name, and if no contact was made, a notation that the information was left at the person's door. The notification shall be submitted to the Officer-in-Charge for approval at least 14 calendar days prior to being mailed to affected parties.

If authorized by the Officer-in-Charge, in-person verbal notification shall be acceptable in lieu of the above written notifications.

D. Insertion of Liner 1) Insertion shall be in accordance with ASTM F1216, Section 7.4, or F1743,

Section 6.4. 2) Tube insertion forces or pressures shall be limited so as not to stretch the

tube longitudinally by more than 5 percent of the original length. 3) Before the insertion begins, the tube manufacturer shall provide values for

the minimum pressure required to hold the tube tight against the existing conduit and the maximum allowable pressure so as not to damage the tube. Once the insertion has started, the pressure shall be maintained between the minimum and maximum pressures until the insertion has been completed. Should the pressure deviate from the required, the installed tube shall be removed from the host conduit at the Contractor's expense. The Contractor shall provide the Officer-in-Charge with a continuous log of pressure during cure.

4) Segments of liner that have been resin impregnated and placed in the host

conduit and then are found to be too short, shall be removed without curing and properly discarded at the Contractor's expense. Removal of the uncured, resin impregnated liner shall be accomplished in such a way as to minimize the amount of resin allowed to escape. The Contractor shall be responsible for cleanup of all escaped resin and any odors that may result. The Contractor shall submit a plan to remove any odors and resin impregnated, uncured liner from the host conduit including protection of the host system from escaping resin to the Officer-in-Charge for approval a minimum of three weeks prior to the first installation process.

5) The existing sewer line shall be dewatered for any liner insertion that does

not use an inversion method to expand the tube against the pipe wall.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-12 (ULTRAVIOLET LIGHT CURED)

6) If significant groundwater infiltration is present in the existing sewer line, the Contractor may install a preliner tube, CIPP part liner, or chemical grout to seal defective pipe joints, holes, or other sources of the infiltration to control resin loss, preserve liner thickness, and prevent reduction in physical properties and contamination of the resin by water or other contaminants. The Contractor may also perform open trench point repair(s) to replace the defective piping.

The preliner tube shall be a reinforced plastic sheet formed to fit the host

pipe being lined and shall be continuous from manhole to manhole. The preliner tube shall be a rated gas barrier for styrene. Installation of the preliner tube shall be done in the presence of the Officer-in-Charge. Chemical grouting work shall be performed per SPECIAL PROVISION Section 230 “Sanitary Sewer Chemical Sealing.”

The Contractor shall obtain approval from the Officer-in-Charge prior to

installing the preliner tube or chemical grout to seal sources of infiltration. 7) The use of a lubricant during inversion is recommended to reduce friction.

This lubricant should be poured into the water in the downtube or applied directly to the tube or inflation bladder. Lubricant shall not be used in processes where impregnated coatings are performed prior to tube installation. The lubricant used shall be a non-toxic, oil-based product that has no detrimental effects on the tube or roller and pump system, and will not support bacterial growth or adversely affect sewage treatment processes.

8) The tube shall not be exposed to ultraviolet light.

9) The tube shall not experience excessive bubbling or wrinkling during

insertion.

E. Curing 1) Curing shall be in accordance with ASTM F2019, Sections 6.6 and 6.7. 2) A camera shall be located on the ultraviolet curing assembly to enable

video inspection of the fabric tube and ensure the fabric tube has been properly inflated and any problems can be identified before the curing process begins.

3) Curing of the resin system shall be as per the CIPP System Manufacturer’s recommendations. For UV-light cured CIPP systems the curing shall proceed at the CIPP System Manufacturer's recommendation for the size and thickness of the proposed tube and the intensity and

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-13 (ULTRAVIOLET LIGHT CURED)

duration of the exposure to the photo-initiator's required UV-light wavelength.

A multi-lamp ultraviolet curing assembly shall be drawn through the pipe.

The ultraviolet curing lights shall operate in the 200 to 400-nm range. The ultraviolet curing assembly shall travel through the pipe at a predetermined speed which allows cross-linking/polymerization and curing of the CIPP resin.

4) The Contractor shall submit a documented record of time, rate of travel of

the ultraviolet curing assembly, and internal temperatures and pressures during the curing process for each sewer segment to the Officer-in-Charge.

F. Workmanship

1) The finished CIPP shall be continuous over the entire length of each

installation run and be free of such defects not limited to holidays, foreign inclusions, dry spots, lifts, delamination, buckling, creases, and seepage of groundwater through the liner material.

2) Wrinkles in the finished CIPP liner shall be repaired as indicated in the

following table.

Location of Wrinkle Height of Wrinkle Repair Method and tolerance

Below springline or dn, whichever is higher

Greater than 2 percent of the pipe diameter or 1/4", whichever is greater

Grind to 2 percent of the pipe diameter or 1/4", whichever is greater

Above springline or dn, whichever is higher

Greater than 4 percent of the pipe diameter or 1/2”, whichever is greater

Grind to 4percent of the pipe diameter or 1/2”, whichever is greater

*Officer-in-Charge shall determine if repairing the wrinkle is necessary

Should the liner be inadvertently perforated during the grinding procedure, the Contractor shall repair or replace the liner by a method approved by the Officer-in-Charge. If other critical defects are present, the Contractor shall remove and replace the liner in these areas, using a method approved by the Officer-in-Charge, at the Contractor's sole expense.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-14 (ULTRAVIOLET LIGHT CURED)

3) If the liner does not fit tightly against the original pipe at its termination point(s), the space between the pipes shall be sealed by filling with a high strength, structural, epoxy paste adhesive. The epoxy adhesive shall be Sikadur 31 Hi-Mod Gel or an approved substitute.

13. TRANSITION SECTIONS A. Transition sections shall be constructed to channelize the sewage flow and

minimize entrance and exit losses as the flow passes through the existing manhole structures affected by the CIPP work. For the situation where a CIPP liner terminates at both upstream and downstream manhole pipe openings and the cured liner inside diameter is 18-inches or greater, the transition grout within the channel shall have a uniform thickness equal to the liner thickness throughout the length of the channel. For cured liner inside diameters equal to or less than 18-inches nominal or for cured liner inside diameters greater than 18-inches nominal with the liner in only one pipe opening, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of 1:10 (V:H).

When the pipe liner is placed through manholes, the Contractor shall cut away

the top of the pipe liner to conform to the existing manhole walls. Existing benches and channels shall be built up with grout as needed to match

the CIPP liner elevations. Smooth transitions shall be formed between the existing surfaces and the CIPP.

B. Prior to applying new concrete, the existing surfaces shall be adequately cleaned,

scraped of loose concrete, and roughened. An approved concrete bonding agent shall be applied prior to the construction of the new channels, benches and/or transition sections.

The bonding agent shall meet ASTM C881 requirements for Type 1, Grade 3,

epoxy resin adhesive. The bonding agent shall be Sikadur 31 Hi-Mod Gel or an approved substitute.

C. Any new channels, benches, and transition sections shall be formed using a

quick setting, high strength Portland Cement based repair mortar. The mortar shall be SikaTop 122 Plus, Sauereisen SubstrateResurfacer No. F-121 or an approved substitute. The mortar shall have the following minimum properties:

Sauereisen SubstrateResurfacer SikaTop 122 Plus No. F-121

Flexural Strength: 2000 psi 28-days 1500 psi 7-days

(ASTM C293) (ASTM C580)

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-15 (ULTRAVIOLET LIGHT CURED)

Tensile Strength: 750 psi 28-days 822 psi 7-days (ASTM C496) (ASTM C307)

Bond Strength: 2200 psi 28-days 2200 psi 7-days (ASTM C882) (ASTM C882)

Compressive 7000 psi 28-days 7000 psi 28-days Strength: (ASTM C109) (ASTM C109)

D. At all manholes apply Sikadur 31 Hi-Mod Gel or an approved substitute between

the CIPP liner and the existing pipe. The material shall be applied around the entire circumference of the pipe to fully seal the annular space to prevent infiltration of groundwater and exfiltration of sewage and sewer gases. Where CIPP liner is placed through the manholes, the material shall be applied where the top of the liner has been cut away.

14. LATERAL AND MANHOLE DROP CONNECTIONS

A. Verification. The Contractor shall verify the exact location and number of lateral and manhole drop connections shown on the Work Order Request drawing during his pre-rehabilitation television inspection (Section 212 – TELEVISION INSPECTION) or from other methods approved by the Officer-in-Charge.

B. Reinstatement. After the CIPP liner has been cured in place, the existing lateral

and manhole drop connections shall be reinstated using a remote cutter. The reinstated opening shall be cut neat, and its edges finished smooth, without any hanging fibers, or loose or abraded materials. The invert of the reinstated opening shall match the invert of the original connection. Additionally, the opening shall be reinstated to 90 - 95% of the original opening. The remote cutter shall be capable of traversing through pipe openings as small as 4-1/2”. The Contractor shall have a minimum of two operable remote cutters or one operable remote cutter and backup parts, including but not limited to a motor and cutting head, on site. In the event that the remote cutter malfunctions, the second unit shall be immediately available or the remote cutter shall be repaired promptly to complete the reinstatements and to prevent delays to the project.

The Contractor shall retrieve, collect and account for all lateral pieces (e.g. lateral coupons) from CIPP installation. The Contractor shall ensure no residual lateral cut outs and no CIPP pieces remain in the sewage system at risk of potentially causing a sewage spill or potentially disrupting or affecting a wastewater pump station downstream.

C. Chemical grouting or service connection lateral liners shall be used to seal the

annulus between the CIPP rehabilitated main line and the host pipe around the reinstated lateral openings when specified on the Work Order. Chemical grouting work shall be performed per SPECIAL PROVISION Section 230 “Sanitary Sewer Chemical Sealing.” Service connection lateral liners shall be installed per

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-16 (ULTRAVIOLET LIGHT CURED)

SPECIAL PROVISION Section 224 “Cured-in-Place Pipe (CIPP) for Laterals and Service Connection Liners.”

D. All services shall be reinstated within 10 hours after completion of the curing

process to minimize disturbance to private residents. If connections cannot be reinstated within this period of time, the Contractor shall obtain approval from the Officer-in-Charge prior to any extension to allow additional bypass/diversion pumping

15. TESTING

For each inversion length of CIPP liner installed, the Contractor shall perform the tests listed below. Where testing is performed on CIPP samples, the Contractor shall be responsible for providing the necessary samples and for hiring a qualified, independent third party to perform the required tests. The report shall outline test procedures, present data, provide diagrams as required, and summarize test results for each length of CIPP installed. The report shall provide all information labeled on the samples. Sample labeling requirements are provided in the following paragraph. Copies of the report shall be sent from the laboratory simultaneously to both the Contractor and the Officer-in-Charge immediately upon completion of the sample testing. Two (2) copies of the detailed report on the testing shall be sent to the Officer-in-Charge. Cured CIPP samples shall be taken and labeled in the presence of the Officer-in-Charge. The labeling on the sample shall consist of the sample number, Project Name, City Job Number, Contractor company name, name(s) of Contractor’s personnel that extracted the sample, the date/time that the sample was taken and the name of the Officer-in-Charge present during sampling. The labeling shall be made with a permanent marking device that will not smudge or fade on the sample. In addition, Contractor shall maintain a Cured Sample Testing Record. The Cured Sample Testing Record shall be current and shall be available for immediate review by the Officer-in-Charge upon the Officer-in-Charge’s request. A copy of the Cured Sample Testing Record is provided at the end of this Special Provision. The Contractor may obtain a copy of the Cured Sample Testing Record from the Officer-in-Charge. The Officer-in-Charge may take possession of a sample or samples at any time prior to the samples being shipped to the third-party testing laboratory. The number of samples taken are at the discretion of the Officer-in-Charge. If samples are taken, the Contractor is relieved of responsibility of testing the samples. The samples taken by the Officer-in-Charge may be tested by a laboratory selected by the Officer-in-Charge. Costs for testing and shipping these samples will be paid for by the City. Two copies of the test reports from the laboratory selected by the Officer-in-Charge will be sent to the Contractor. The Officer-in-Charge shall be responsible for filling out and maintaining a Cured Sample Testing Record for all samples which the Officer-in-Charge takes possession of.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-17 (ULTRAVIOLET LIGHT CURED)

The Contractor shall not destroy any Cured Sample Testing Records and will transfer all Cured Sample Testing Records to the Officer-in-Charge immediately after final acceptance of the project. Lengths of CIPP which fail any of the required tests may be required by the Officer-in-Charge to be removed and replaced at the Contractor's cost. A. Samples

For pipes with a diameter of 18-inches or less, the sample shall be cut from a section of cured CIPP at the termination point that has been inverted through a pipe with the same inside diameter as the existing pipe and has been held in place by a suitable heat sink, such as sandbags. The sample shall be large enough to provide for all of the tests indicated below.

If a length of CIPP is installed through intermediate manholes, samples shall be taken at each intermediate manhole as well as at the termination point. Samples at intermediate manholes shall be obtained similarly to the method used to obtain the sample at the termination point. The samples taken at intermediate manholes shall be large enough to provide for all of the tests indicated below. Prior to obtaining any sample, the Contractor shall mark the limits of the sample on the CIPP and obtain the approval of the Officer-in-Charge. The Officer-in-Charge has the discretion to adjust the sample location.

B. CIPP wall thickness – Testing shall be in accordance with ASTM F2019, Section

7.1.4. Thickness measurements shall only incorporate layers 2 through 4 on Figure 2 of ASTM F2019.

1) For host pipes with a nominal diameter 18-inches or less, testing shall be

in accordance with ASTM F1743, Section 8.1.6. A minimum of eight measurements at evenly spaced intervals around the circumference of the sample shall be taken to ensure that minimum and maximum thicknesses are determined. Deduct from the measured values the thickness of any plastic coatings or CIPP layers not included in the structural design of the CIPP. The average thickness shall be calculated using all measured values and shall meet or exceed the minimum finished thickness indicated in Section 9, Design Parameters, above. The minimum wall thickness at any point shall not be not less than 87.5% of the minimum finished thickness indicated in Section 9, Design Parameters, above.

Ultrasonic testing of wall thickness is not allowed.

2) For host pipes with a nominal diameter greater than 18-inches, a 1-inch diameter cored sample shall be taken at the crown of the CIPP,

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-18 (ULTRAVIOLET LIGHT CURED)

approximately two feet into the pipe at the upstream and downstream manholes of the inversion section.

An epoxy resin filler approved by the Officer-in-Charge shall be used to fill

the cored areas. C. Short-term flexural (bending) properties - Testing shall be in accordance with

ASTM F2019, Section 7.1.3.1. Five specimens shall be tested. D. Gravity pipe leakage testing – The cured liner material shall be impervious and

not allow for any infiltration or exfiltration. Unless otherwise directed by the Officer-in-Charge, the Contractor shall conduct an exfiltration test for each CIPP inversion for pipes without service laterals and with a nominal diameter of 36-inches or less. For pipes larger than nominal 36-inch, either an infiltration or exfiltration test shall be required (air testing shall not be performed due to the dangers associated with plugs used for these large pipe sizes). The Contractor shall notify the Officer-in-Charge as to the type of testing to be conducted prior to the testing. It shall be noted that the allowable leakage amounts indicated in the following paragraphs are to allow for imperfections that may be associated with the leakage test setup (Ex. slight leakage at the plugs, seepage through the downtube material, volumetric changes in the water or air inside the liner due to temperature changes, etc...). Leakage as a result of a previous finished liner will not be accepted and will be considered defective requiring repair or replacement.

1) Exfiltration Test An exfiltration test may be conducted after the CIPP has cooled to ambient

temperature. Testing shall be in accordance with Section 18.3D.2, “Testing Gravity Sewers for Leakage”, of the STANDARD SPECIFICATIONS. The maximum amount of leakage for any section of CIPP being tested shall not exceed 50 gallons per inch of internal diameter per mile per day of pipe. During the exfiltration testing, the maximum internal pipe pressure at the lowest end shall not exceed 10 feet of water and the water level inside the inversion standpipe shall be two feet higher than the top of the pipe or two feet higher than the groundwater level, whichever is greater. The test should be conducted for a minimum of one hour and may be performed during the liner cooldown period.

2) Infiltration Test

An infiltration test may be conducted if the groundwater is more than 2 feet above top of pipe for the entire section of sewer line. Testing shall be in accordance with Section 18.3D.3, “Testing Gravity Sewers for Leakage”, of the STANDARD SPECIFICATIONS. The maximum amount of infiltration for any CIPP section being tested shall not exceed the rate of 50 gallons per inch of internal diameter per mile per day of pipe.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-19 (ULTRAVIOLET LIGHT CURED)

3) Air Test (only for pipes 36-inch or less) Low pressure air test shall be in accordance with ASTM F1417-11a. The

Time-Pressure Drop Method, using 1.0 psig pressure drop, shall be used. Testing shall be conducted after the CIPP has cooled to ambient temperature and prior to reinstating any laterals.

The low-pressure air test may be dangerous to personnel. It is extremely

important that the various plugs be properly installed to prevent sudden expulsion of a poorly installed or partially inflated plug. The Contractor shall be responsible for providing all safety measures necessary to protect personnel from injury. No one shall be allowed in the manholes during testing.

For products in which the pipe wall is cured while not in direct contact with

the pressurizing fluid (e.g. a removable inflation bladder is used), the pipe shall be leakage tested after the cure process is completed and the pressurizing fluid and apparatus have been removed.

16. INSPECTION AND ACCEPTANCE

The finished installation shall be inspected by the Contractor by closed-circuit television camera as specified in SPECIAL PROVISION Section 218 "Television Inspection", in the presence of the Officer-in-Charge, unless otherwise directed by the Officer-in-Charge. No groundwater shall be observed and all active service entrances shall be accounted for and unobstructed. Variations from true line and grade will only be acceptable if proven by the Contractor that the variations existed under the original conditions of the existing sewer lines. Locate and succinctly define defects in the installed CIPP that will not affect the operation and long term life of the product. The warranty CCTV inspection will include pipe segments with noted defects that were not repaired. Locate and succinctly define repairable defects that occur in the installed CIPP based on approved product specifications, including a detailed step-by-step repair procedure. Clearly locate and define un-repairable defects in the CIPP based on the approved product specifications, including a recommended procedure for the removal and replacement of the CIPP. The Contractor shall repair all defects found during the warranty inspection. The CIPP work will be deemed unacceptable if infiltration of groundwater is detected. Wrinkling in the liner that does not meet the requirements described in Section 12.F.2 of this Special Provision shall be removed unless otherwise approved by the Officer-in-Charge. All lateral connections and entrances must be accounted for and shall be unobstructed.

17. CLEAN-UP

Upon acceptance of the CIPP installation, the Contractor shall restore the work site area to original conditions or as directed by the Officer-in-Charge.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-20 (ULTRAVIOLET LIGHT CURED)

18. MEASUREMENT AND PAYMENT

A. Measurement: The quantity for which payment will be made for sewer line rehabilitation shall be the actual length of CIPP liner installed, measured in linear feet. Measurement for payment for sewer lateral connection and drop connection opening reinstatements upon completion of CIPP lining installation shall be per each sewer lateral connection and drop connection opening reinstated.

B. Payment: Payment for sewer line CIPP rehabilitation work shall be based on the

unit prices bid per linear foot for CIPP liner as scheduled in the Proposal. This payment shall include full compensation for mobilization/demobilization, all labor, materials, supplies, equipment, tools, and incidentals for the complete installation of the liner, transition sections, removal and restoration of sewer manhole cone (if required for access), removal of protruding laterals, sealing at manholes, preliner tube, chemical sealing, reworking manhole inverts and benches, testing of installed liner, and for all other related work covered by this special provision. CIPP samples submitted to the testing lab by the Officer-in-Charge shall be paid for by the City.

Payment for CIPP lining will not be made until all testing and post CCTV work

have been approved by the Officer-in-Charge. If applicable for project, payment for sewer lateral reinstatement shall be based

on the unit price per each as scheduled in the Proposal and shall include full compensation for all labor, materials, supplies, equipment, tools and incidentals for the complete reinstatement of sewer lateral connections.

If applicable for project, payment for drop connection opening reinstatement shall

be based on the unit price per each as scheduled in the Proposal and shall include full compensation for all labor, materials, supplies, equipment, tools and incidentals for the complete reinstatement of sewer lateral connections.

REHABILITATION OF SEWER LINES ON OAHU CURED-IN-PLACE PIPE (CIPP) CONTRACT NO. 007 221-21 (ULTRAVIOLET LIGHT CURED)

-- END SECTION 221 --

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-1

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

SECTION 224 CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE CONNECTION LINERS 1. GENERAL A. SUMMARY

1) This Section specifies rehabilitation of mainline to lateral interfaces and

the portion of the lateral under City jurisdiction (up to the property or easement line) without excavation.

Rehabilitation intended to prevent infiltration and/or roots from entering

the main line through defects at a wye, tee, or cut-in connection and to repair defects in the lateral piping shall consist of a one- or two-piece cured-in-place liner covering the section to be rehabilitated. The lateral connection shall seal a minimum of 85 percent of the sewer main circumference around the opening of the lateral.

Rehabilitation intended to repair only defects in the lateral piping does not require a seal at the interface between the main line and lateral.

2) Record information on the laterals is very limited. The Contractor shall

anticipate varying pipe conditions and lateral alignment/layout. 3) Related Sections: The work described in the following Sections may

be related to the work described in this Section. Other Sections, not referenced below, may also be related to the proper performance of this work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. a) Section 216: Sewer Flow Control b) Section 217: Sewer Line, Sewer Lateral, and Manhole Cleaning c) Section 218: Television Inspection d) Section 220: Cured-in-Place Pipe (CIPP) for Main Lines (Water

and Steam Cured) e) Section 226: Sewer Manhole Rehabilitation

4) Portions of mainline and manholes may be rehabilitated with products

specified in SPECIAL PROVISION Sections 220, “Cured-in-Place Pipe (CIPP) for Main Lines (Water and Steam Cured)” and 226, “ Sewer Manhole Rehabilitation.” Contractor shall coordinate rehabilitation of mainlines and service connections with product installers. Contractor shall ensure that resin systems are compatible with all products that they will contact.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-2

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

B. REFERENCES

1) This Section incorporates by reference the latest revisions of the following documents. They are part of this section insofar as specified and modified herein. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail.

Reference Title ASTM D543 Standard Practices for Evaluating the Resistance

of Plastics to Chemical Reagents ASTM D578 Standard Specifications for Glass Fiber Strands ASTM D790 Standard Test Methods for Flexural Properties of

Unreinforced and Reinforced Plastics and Electrical Insulating Materials

ASTM D903 Standard Test Method for Peel or Stripping Strength of Adhesive Bonds

ASTM D1600 Standard Terminology for Abbreviated Terms Relating to Plastics

ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics

ASTM D3839 Standard Practice for Underground Installation of "Fiberglass" (Glass-Fiber- Reinforced Thermosetting-Resin) Pipe

ASTM F412 Standard Terminology Relating to Plastic Piping Systems

ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube

ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP)

ASTM F2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-In-Place Thermosetting Resin Pipe (CIPP)

ASTM F2561 Standard Practice for Rehabilitation of a Sewer Service Lateral and Its Connection to the Main and Lateral Cured-in-Place Liner

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-3

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

C. DEFINITIONS 1) Definitions are in accordance with terminology of ASTM F412, unless

otherwise specified. Abbreviations are in accordance with terminology of ASTM D1600, unless otherwise specified.

a) Service Connection: The point where the lateral pipe intersects

with the main line pipe, also known as the lateral interface. It can be the interface portion of a tee, wye or cut in connection where the lateral pipe flows into the main.

b) Host Pipe: An existing pipeline or conduit to be internally

rehabilitated by installation of a pipeliner. c) Manufacturer: The entity responsible for obtaining individual

components of a system and assembling into the final products which are shipped to the job site for installation.

d) Installer: Licensed contractor or subcontractor responsible for

the installation of the system in the field. e) Work Supervisor: Specific person responsible for the field

supervision of the installation of the system. f) Lateral sewers are the same as a Building Sanitary Sewer as

defined in ASTM F412.

g) Service Connection and Lateral Liner. The Service Connection and Lateral Liner (SCLL) is a cured-in-place liner (fabric and resin) used to seal the service connection between the sewer main and lateral and extends into the lateral a minimum of 12-inches; actual lengths, if longer, to be indicated in the Work Order. The lateral connection shall seal a minimum of 85 percent of the sewer main circumference around the opening of the lateral. A SCLL may be used to line the entire lateral from the main to within 12 inches of the reducer (or as approved by the Officer-in-Charge) or the property/easement line.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-4

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

h) Lateral Liner. The lateral liner (LL) is a cured-in-place liner (fabric and resin) used to rehabilitate the lateral between the service connection and within 12-inches of the reducer (or as approved by the Officer-in-Charge) or the property/easement line. The LL may overlap the upstream end of the SCLL and shall be installed per the manufacturer’s recommendations. For laterals connecting directly to a City manhole, a lateral liner is used to rehabilitate the lateral between the manhole and within 12-inches of the reducer (or as approved by the Officer-in-Charge) or the property/easement line.

2) Abbreviations are in accordance with terminology of ASTM D1600, unless otherwise specified.

D. PRODUCT QUALIFICATIONS 1) In order for a CIPP SCLL and LL product (combination of tube and

resin) to qualify for use in the Contract, a history of successful commercial viability shall be shown. Products not meeting these minimum requirements established by the City shall be rejected. The City shall be the sole judge as to whether the requirements have been met. For a proposed product to qualify as a commercially acceptable product for the Contract, the following requirements must be met:

a) The Manufacturer for both the resin and tube (e.g. felt or

fiberglass) used together as one product, shall provide documentation of a minimum of 100 installations in the United States for each of the cured-in-place service connection lateral products (SCLL and LL) that will be used in this contract. In addition, the CIPP service connection lateral product shall have been in service within wastewater collection facilities in the United States for a minimum of three (3) years, unless otherwise approved by the Officer-in-Charge. Installations of the proposed resin and tube used independently from each other may not be used to fulfill the minimum installation requirements.

b) The manufacturer(s) for both proposed resin and tube shall

have successfully produced the material in the U.S. continuously for a minimum of three (3) years, unless otherwise approved by the Officer-in-Charge. If the manufacturer does not have the minimum three (3) years commercial experience in the U.S., the number of CIPP service connection lateral product proposed to be installed under this Contract shall not exceed three percent (3%) of the total quantity (at the deadline date of the OFFEROR’S STATEMENT OF QUALIFICATION) of the product that has been successfully installed in the U.S.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-5

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

c) The Contractor shall submit documentation that the proposed product meets the above requirements for CIPP service connection laterals. The documentation shall include for each project, the project name, address, and telephone number of the owner of the pipe line system that was CIPP lined; date of owner acceptance of the completed product installation; length or quantity of CIPP installed; diameter of host pipe; and installer name, address and reference telephone numbers. In addition, the Contractor shall submit documentation in the form of a notarized letter(s) from the manufacturer(s) verifying that the proposed resin and tube materials have been manufactured for a minimum of three years or the project's linear footage or quantity does not exceed three percent (3%) of the total footage or quantity of the product (at the deadline date of the OFFEROR’S STATEMENT OF QUALIFICATION) that has been successfully installed in the U.S.

d) The above documentation of product qualification and notarized

Manufacturer's letter(s) shall be hand carried to the Department of Environmental Services, Collection System Maintenance within fourteen (14) calendar days after the issuance of the Notice to Proceed date. Contractor shall hand carry the documentation to: Ms. Lori Nishida

Department of Environmental Services Collection System Maintenance City and County of Honolulu 99-989 Iwaena Street Aiea, Hawaii 96701 Fax Number: (808) 768-7231

E. INSTALLER QUALIFICATIONS

1) All CIPP service connection lateral work shall be performed by a Contractor/Subcontractor and work force that can be shown to possess experience in work similar in scope and technical requirements as required by the Project.

The qualified CIPP service connection lateral work force shall include, but not be limited to, one CIPP service connection lateral work supervisor and one CIPP service connection lateral work crew member.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-6

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

The following minimum experience requirements shall be met by the sewer lateral lining work force to be qualified for the Project. The qualified sewer lateral lining work force shall include, but not be limited to, the work supervisor and crew member. Qualified work force members must directly provide the specific work for which they have been qualified until such work has been completed and accepted by the City.

All qualifying projects shall have been completed within the past seven (7) years of the deadline date of the OFFEROR’S STATEMENT OF QUALIFICATION.

a) The Manufacturer(s) of both the resin and tube used together as

one product shall have at least three (3) successfully completed lateral lining projects totaling a minimum of 100 successful installations in the United States for each of the cured-in-place lateral lining products (service connection and lateral liner). The Contractor shall provide a list of installation projects. Provide the project names, owner contacts, phone numbers, number of installations for each project, and year installed.

b) All phases of the sewer lateral lining work involving the

proposed Service Connection and Lateral Liner (SCLL) product shall be performed under the direct supervision of an experienced Work Supervisor who has field experience on at least three (3) successfully completed lateral lining projects in North America, totaling a minimum of 25 successful lateral lining installations for the proposed SCLL product, at least 10 of which used an epoxy resin.

c) All phases of the sewer lateral lining work involving the

proposed Lateral Liner (LL) product shall be performed under the direct supervision of an experienced Work Supervisor who has field experience on at least three (3) successfully completed lateral lining projects in North America, totaling a minimum of 25 successful lateral lining installations for the proposed LL product, at least 10 of which used an epoxy resin.

d) A Work Crew Member shall have direct field experience

involving the successful installation of a minimum of 25 successful lateral lining installations for the proposed SCLL product, at least 10 of which used an epoxy resin.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-7

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

e) A Work Crew Member shall have direct field experience involving the successful installation of a minimum of 25 successful lateral lining installations for the proposed LL product, at least 10 of which used an epoxy resin.

Should the Work Supervisor and Work Crew Member fail to meet the minimum requirements indicated above, the City will accept work force members to perform the work with direct field assistance from a certified representative of the CIPP lateral liner company that meets the Work Supervisor’s qualification requirements indicated above. The certified representative shall provide direct field assistance and remain on site until a minimum of 10 successful SCLL and 10 successful LL linings have been completed, unless otherwise approved by the Officer-in-Charge. After the 20 successful installations are completed, the manufacturer’s representative shall meet with the Officer-in-Charge to discuss inspection items that the Officer-in-Charge should observe and record for subsequent installations. Inspection items include pre-installation activities, product identification, installation procedures, equipment operations, and post-installation activities. The Contractor shall submit documentation of meeting these requirements within 14 calendar days of contract execution.

F. SUBMITTALS

Submit the following in accordance with SPECIAL PROVISION Section 140,

“Submittal Procedures.” Provide sufficient detail to allow the Officer-in-Charge to judge whether or not the proposed materials, equipment, and procedures will meet the Contract requirements. No materials shall be manufactured prior to approval of the submittals by the Officer-in-Charge.

1) Installation

a) Certification showing that the Installer is currently qualified to

perform lining installation. The documentation shall consist of evidence of Contractor training, testing and/or certification of being trained to install the Manufacturer’s product, including documentation that the work supervisor and work crew member are certified to install the Manufacturer’s product.

b) The above documentation of product qualification and notarized

Manufacturer's letter(s) shall be hand carried to the Department of Environmental Services, Collection System Maintenance within fourteen (14) calendar days after the issuance of the

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-8

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

Notice to Proceed date. Contractor shall hand carry the documentation to: Ms. Lori Nishida

Department of Environmental Services Collection System Maintenance City and County of Honolulu 99-989 Iwaena Street Aiea, Hawaii 96701

2) Materials a) Details on all lining materials and resins.

b) If more than one resin is used together, provide manufacturer’s

statement that resins are compatible in both the cured and uncured state.

c) Technical data showing that the cured lining system meets the chemical resistance and corrosion resistance requirements of this specification section.

d) Manufacturer's recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, and minimum equipment requirements to allow for an adequate installation.

e) Manufacturer's recommendations for minimum and maximum pressures, temperatures, and time durations to be used during lining placement, cure, and cool down.

3) Manufacture Information and Certification

a) Name of resin supplier and liner fabric supplier. b) Manufacturer’s certification that the lining materials and system

are in compliance with the specifications, codes, and standards referenced herein.

c) Manufacturer’s recommendations for factory and field

(whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-9

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

d) Manufacturer’s data sheets for factory wet out and/or Contractor’s data sheets for field wet out showing: quantity of resin and catalyst used, identification number, and other criteria deemed necessary to ensure proper wet out of the liner for each length of liner.

e) Manufacturer’s certification that all Manufacturer’s wet out

recommendations have been followed on all lengths of lining which have factory wet out.

f) The Manufacturer’s curing guidelines.

g) Lining samples in accordance with Subsection 4C - Testing of

this Special Provision section.

h) Material Safety Data Sheets for resins, hardeners, solvents, and all other compounds or chemicals to be used on jobsite.

G. QUALITY ASSURANCE

1. The finished liner shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and delamination.

2. Wrinkles in the finished lining greater than 1/4 inch are unacceptable and shall be removed and repaired by the Contractor at no cost to the City. Methods of repair shall be proposed by Contractor and submitted to the Officer-in-Charge for review and approval.

H. CERTIFICATION

1. The CIPP service connection lateral work supervisor and work crew member shall be certified by the product Manufacturer(s).

2. Lining installation shall be in accordance with the requirements of the

product Manufacturer(s) or and as directed by their Technical Representative(s). This includes the correction of defective work.

I. WARRANTY

1. The Contractor shall warrant each SCLL and LL against defects in materials, surface preparation, lining application and workmanship for a minimum period of 12 months from the date of final acceptance of the work order. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: cracks, evidence of visible leakage of groundwater through the lining system, visible leakage of groundwater and/or root penetration

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-10

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

between the liner and the sewer main, delamination of any portion of the liner system as visible from CCTV inspection, or separation of any part of the liner system from the host pipe. The City shall be the sole judge as to whether an installation is defective. The Contractor shall also repair any damage to other work; damage to sewer system components; damage to buildings or other structures; or environmental damage caused by the backup of the sewer due to the failure of the lining system.

2. Repairs shall include removal of the existing liner and re-lining if possible, or excavation and replacement of the section of pipe where the defect occurs, including replacement of sections of mainline or lateral pipes as needed to effectively repair the connections, and restoration.

2. MATERIALS

A. CURED IN PLACE REHABILITATION LINER FOR CIPP SERVICE CONNECTION LATERALS

1) The liner shall consist of one or more layers of flexible needled felt, fiberglass, or an equivalent non-woven material, or a combination of non-woven and woven materials capable of carrying resin, and withstanding installation pressures.

a) The SCLL shall seal a minimum 85 percent of the sewer main

circumference around the opening of the lateral. The liner within the main shall be sized to fit the main without wrinkles and shall be uniform in thickness with the exception of the tapered edges. The liner shall extend a minimum of 4-inches on both sides of the service connection lateral opening along the sewer main.

b) The SCLL shall be capable of conforming to the connection

(tee, wye or cut in connection, bends, reducers) and the lateral (offset joints). It shall be able to stretch to fit an irregular pipe service connection while meeting the minimum strength requirements.

c) The tube shall be continuous in length and the wall thickness

shall be uniform. Seams shall be stronger than the non-seamed liner fabric.

d) The fabric shall be manufactured with material from a consistent

supplier. All materials of similar type shall be from a single source for the entire Contract.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-11

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

e) Protect, store and handle materials following manufacturer’s recommendations.

f) The SCLL shall extend a minimum of 6 inches into the lateral or

as indicated in the Work Order. A SCLL may be used to line the entire lateral from the sewer main to within 12 inches of the reducer (or as approved by the Officer-in-Charge) or the property/easement line.

g) The LL shall extend from the sewer main or manhole to within

12 inches of the reducer (or as approved by the Officer-in-Charge) or the property line/easement line.

2) The liner shall be fabricated to a size that, when installed, will tightly fit the internal circumferences of the original pipe.

a) Allowance shall be made for circumferential stretching during

the installation process. b) The hydraulic capacity of the lined pipe shall be greater than or

equal to the hydraulic capacity of the original host pipe, based on hydraulic calculations with standard engineering roughness coefficients.

B. RESIN

1) An epoxy or aqueous sodium silicate resin compatible with the fabric liner material, host pipe material, and other rehabilitation systems that it may contact, and with proper catalysts and/or hardeners as designed for the specific application shall be used. The resin shall be formulated for sewer system use. An epoxy or aqueous sodium silicate resin shall be used throughout in all lateral lining installation material (SCLL and LL). Resin may be ambient curing or thermosetting (water or steam). No resin shall be used that is beyond the shelf life expiration date.

2) The epoxy or aqueous sodium silicate resin shall meet or exceed the physical properties listed in Section 224, Subsection 3.A.

3) Resin shall form no excessive bubbling or wrinkling during lining.

4) Resin shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire Contract.

5) If reinforcing materials (fiberglass, etc.) are used, those materials shall be corrosion resistant grade materials and shall be fully encapsulated

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-12

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

within the resin to assure that the reinforcement is not exposed to sewage.

6) The resin shall have no fillers added for the sole purpose of increasing the resin volume.

C. PHYSICAL PROPERTIES

1. The lining shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed liner shall meet the chemical resistance requirements of ASTM F1216.

2. The wall color of the interior pipe surface of the liner after installation

shall be a light reflective color.

3. DESIGN PARAMETERS

The composite materials of the liner fabric and resin shall, upon installation inside the host pipe, exceed the minimum test standards specified by the American Society for Testing and Materials (ASTM) D790: A. Minimum CIPP Resin Requirements

Flexural Modulus (short term) 400,000 psi Flexural Strength 8,000 psi

B. Other Design Parameters and Assumptions:

Fully deteriorated host pipe

Pipe Ovality = 3% (minimum value)

Groundwater depth above the bottom of the pipe = depth to ground surface

(to reflect saturated soil conditions after a heavy rain)

Soil Modulus = 700 psi

Soil Density = 120 pcf

H-20 truck live load = 16,000 lbs. (assume live load in non-paved areas for maintenance vehicles)

Factor of Safety = 2.0 minimum

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-13

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

4. EXECUTION

A. PREPARATION

Make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the service connection rehabilitation liner. Provisions shall include, but are not limited to:

1) Coordination with the property owner/resident.

2) Coordinate with the property owner/resident to determine the location of and access to the sewer cleanout. If an existing cleanout cannot be found (after a thorough visual inspection of the property, including the use of a metal detector, and coordination with the homeowner/resident) or is inaccessible, the Contractor shall notify the Officer-in-Charge. If determined by the Officer-in-Charge that the Contractor will install a new cleanout the Contractor shall obtain all necessary permits and construct a new cleanout.

3) Bypass Pumping (sewer main)

a) Provide temporary sewer bypass pumping and diversion of sewer mains and service connection laterals per SPECIAL PROVISION Section 216, “Sewer Flow Control”. No flow that will negatively affect the installation of the liner shall be allowed in pipe during liner installation.

4) Temporary Interruption of Service (sewer lateral)

Temporary service interruption of sewer lateral to access the cleanout may be required by the Contractor to install SCLLs or LLs. If the Contractor chooses to temporarily interrupt service flows rather than bypass the flow he shall: a) Coordinate all service interruptions with the individual

homeowners and the Officer-in-Charge. b) Any temporary shutdown of water service or other utilities, if

encountered, shall be coordinated with the respective agency. c) Take precautions to ensure that sewer water levels do not

create backups, damages, or flooding of public or private properties. Damages caused by the Contractor’s operations shall be repaired and cleaned by the Contractor at no cost to the City. The Contractor shall also be responsible for the settlement of all claims for damages resulting from his work or actions. The Contractor shall temporarily suspend activities if so directed

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-14

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

by the Officer-in-Charge. On-going Contract work that requires service interruptions shall be suspended until the conditions and the Officer-in-Charge allow for the resumption of the activities or after the Contractor installs a sewage bypass system in accordance with the requirements set forth in SPECIAL PROVISION Section 216, “Sewer Flow Control”.

5) Cleaning

a) Clean and prepare sewer main and lateral per SPECIAL PROVISION Section 217, “Sewer Line, Sewer Lateral, and Manhole Cleaning”.

b) Cleaning and preparation shall reach at least 2 feet beyond the

limits of lining.

c) Where a conflict exists between SPECIAL PROVISION Section 217, “Sewer Line, Sewer Lateral, and Manhole Cleaning” and the lining manufacturer’s requirements, the Manufacturer’s requirements shall prevail.

d) For the connection to the main line, roughen the surface of the

sewer main line or its lining. This process shall remove any foreign material from the pipe surface, or any plastic coating on the sewer main liner.

6) Point Repairs a) Repair defects in the pipeline that would compromise the

structural integrity of the lined pipe as recommended by Manufacturer. The Contractor shall notify and submit a recommended repair method to the Officer-in-Charge for approval.

7) Pre-Installation CCTV Inspection

a) Perform a closed circuit television (CCTV) inspection of the sewer lateral and lateral connection to the main prior to Sewer Lateral Rehabilitation in accordance with SPECIAL PROVISION Section 218, “Television Inspection”.

b) Based on the CCTV inspection, the Contractor shall make a

determination on whether the lateral is suitable for rehabilitation. Should the lateral not be suitable for rehabilitation, the Contractor shall determine whether a point repair would allow the lateral to be rehabilitated. The Contractor shall notify the Officer-in-Charge of his determination. With the approval of the

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-15

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

Officer-in-Charge the lateral shall be point repaired and rehabilitated per this special provision, or replaced. Replacement of the lateral shall include replacing the 6-inch existing sewer lateral with 6-inch PVC sewer lateral from the property/easement line to the sewer main, including 6”x4” reducer, 6-inch wye, 45-degree pipe bend, and new wye connection to the sewer main (for connection to unlined sewers only).

8) Existing sewer system a) Protect all sewer system components to withstand forces

generated by the equipment while installing the liner.

B. INSTALLATION

1) Resin Impregnation a) Impregnate the tube with resin under controlled conditions. b) Use a volume of resin sufficient to fill all voids in the tube

material at nominal thickness and diameter. Volume should be adjusted by adding excess resin for the change in resin volume due to polymerization and to allow for any migration of resin into the cracks and joints of the host pipe, per Manufacturer’s recommendations. There shall be no visible portions of the tube without resin.

c) The resin impregnated tube shall be stored in such a manner

that it will not be damaged, exposed to direct sunlight, exposed to any curing environment, or result in a public safety hazard. All materials shall be subject to inspection and review prior to installation.

2) Installation a) Installation of SCLL shall not take place until the CIPP liner

rehabilitation of the sewer main, if called for in the Work Order, has been completed and accepted by the Officer-in-Charge.

b) For the SCLL, the liner installation device shall be pulled into the

sewer main using a cable winch to the service connection point and with the use of CCTV to correctly position the device as required by the Manufacturer.

c) The installer shall document the placement of the liner by

internal CCTV inspection with the camera being inserted from

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-16

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

the lateral pipe down to the mainline pipe. Video documentation of the placement, prior to curing, shall be provided to the Officer-in-Charge.

d) Pressure supplied to the device shall be used to insert the

connection repair product into the lateral. CCTV inspection shall confirm that the liner is correctly positioned and/or centered in the lateral opening. The pressure shall be adjusted to fully insert the liner into the lateral connection and hold the liner tight to the main and lateral pipe walls. The end edges of the liner shall be held flat against the internal pipe walls to form a smooth transition between the liner and the host pipe.

e) The LL shall be winched or inverted into the lateral to the area

to be lined. f) Protect the resin and tube from contamination or damage during

installation.

3) Curing a) Water, Air, or Steam Cure:

i) After placement of the liner is complete, provide a

suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the section in accordance with the Manufacturer’s recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer based on the resin/catalyst system employed.

ii) The heat source shall be fitted with continuous

monitoring thermocouples to gauge the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin Manufacturer as measured at the heat source inflow and outflow return lines.

iii) Provide standby equipment to maintain the heat source

supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer to meet resin system requirements.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-17

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

iv) Temperature shall be maintained during the curing period as recommended by the resin Manufacturer, and shall follow the heating schedule supplied by the Manufacturer.

b) Ambient Cure The cure time shall be as required by the resin manufacturer.

4) Cool Down a) Cool the liner down to temperature specified by Manufacturer

following the cure period for duration specified by Manufacturer, prior to relieving pressure.

b) Care shall be taken to ensure that a vacuum is not induced

which could damage the new liner during the release of pressure on the new liner.

5) Lateral Location Verification

a) The Contractor shall verify the exact location and number of SCLLs.

6) Post-Installation CCTV a) Perform a closed circuit television (CCTV) inspection of the sewer

lateral and lateral connection to the main after completion of the Sewer Lateral Rehabilitation in accordance with SPECIAL PROVISION Section 218, “Television Inspection”. Any cured excess resin beyond the edge of the lateral liner material shall not be greater in thickness than the liner material nor extend more than ½” beyond the edge of the liner and shall taper flush to the wall of the pipe. An excess resin not meeting these requirements shall be considered a defect and brought into compliance. The Contractor may consider the use of hydraulic jetting to reduce the potential for excess resin prior to it curing.

C. TESTING

1) Material Testing

a) Provide one sample for testing in accordance with ASTM D790. The sample shall be a cured sample in an enclosed above ground pipe and lateral to be used as a host pipe for collection of the sample. The sample shall be a random SCLL and LL, one of each type installed per Work Order, to be selected by the

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-18

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

Officer-in-Charge. The above ground system shall be of length and configuration necessary to use the remote placement and curing equipment used for the actual SCLL and/or LL installation.

2) Field Testing

a) Visual inspection of the SCLL shall be in accordance with ASTM F1743, Section 8.6.

b) After completion of all mainline lining, lateral connection lining,

lateral lining, and finish work at the manholes, the installations shall be CCTV inspected per SPECIAL PROVISION Section 218, “Television Inspection”. The original recordings shall be provided to the Officer-in-Charge.

c) Repair liner per Manufacturer’s recommendations if defects,

including infiltration of groundwater, are observed at no cost to the City.

d) All live service connections shall be accounted for and shall be unobstructed.

5. CLEAN UP Upon acceptance of the SCLL and/or LL installations, the Contractor shall restore

the work order area to original conditions or as directed by the Officer-in-Charge. 6. MEASUREMENT & PAYMENT

Payment for installation of CIPP Service Connection and Lateral Liner (SCLL) shall be paid for per each and shall include the first 3-feet of liner extending into the lateral. Payment shall include full compensation for coordinating with the resident/homeowner, locating the cleanout, furnishing, wetting out, installing the liner, inclusive of cleaning of sewer lateral and main line within the vicinity of the SCLL, surface preparation, root removal, pre- and post-CCTV inspections, mobilization/demobilization, required temporary bypass pumping for lateral and main, testing of each installed lining, site restoration, removal and disposal of excess resin, and all incidentals necessary to complete the work in place. Point repairs and lateral replacement shall be paid separately as scheduled in the Bid Proposal. Installation of new cleanouts shall be paid per each installed, as approved by the Officer-in-Charge. Additional compensation shall be made per linear feet of lateral lined beyond the first 3-feet extending from the sewer main into the lateral. Payment for installation of CIPP Lateral Liner (LL) shall be paid per Each Lateral and shall include the initial 5 feet of liner. Payment shall include full compensation for coordinating with the resident/homeowner, locating the cleanout, furnishing, wetting out, installing the liner, inclusive of cleaning of sewer lateral, surface preparation,

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 224-19

CURED-IN-PLACE PIPE (CIPP) FOR LATERALS AND SERVICE

CONNECTION LINERS

root removal, pre- and post-CCTV inspections, mobilization/demobilization, required temporary bypass pumping for lateral and main, testing of each installed lining, restoration, removal and disposal of excess resin, and all incidentals necessary to complete the work in place. Lateral replacement shall be paid separately as scheduled in the Bid Proposal. Installation of new cleanouts shall be paid per each installed, as approved by the Officer-in-Charge. Additional compensation shall be made per linear feet beyond the initial 5 feet of lateral lined.

--END SECTION 224--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-1 PIPE BURSTING

SECTION 225 PIPE BURSTING 1. GENERAL

This specification shall cover the rehabilitation of existing sanitary sewers using a pipe bursting system. Pipe bursting is a system by which the burster unit splits the existing pipe while simultaneously installing a new polyethylene pipe of the same size or larger size pipe where the old pipe existed. Existing sewer laterals are then reconnected. Only pneumatically operated equipment with either front or rear expanders for the proper connection to the polyethylene pipe will be allowed for use. The pneumatic tool must be used in conjunction with a constant tension/variable speed winch. The winch shall have twin cable pulling capstans with twin hydraulic drive motors and twin gear boxes for independent operation. The size of the winch shall be determined by the Contractor. In no case is the constant tension on the winch to exceed 20 tons.

2. SCOPE OF WORK

Contractors may request a copy of available CCTV inspection videos of the pipe to be burst. Such videos shall only reflect the condition of the pipe at the time the inspections were performed. No assurance is given that the condition of the sewer lines indicated on the videos are representative of their current condition. The Contractor may utilize the videos to determine the work effort needed to replace the existing pipe.

3. REFERENCE STANDARDS Pipe Bursting Good Practices Guidelines Manual - 2019 (3rd Edition)

4. QUALIFICATION OF CONTRACTOR A. The Contractor will have actively engaged in the installation of pipe using pipe

bursting for a minimum of three (3) years and have installed as a company a minimum of 30,000 feet of pipe. The Contractor shall be certified by the pipe bursting system manufacturer as a fully trained user of the pipe bursting system. Operation of the pipe bursting system shall be performed by trained personnel. Such training shall be conducted by a qualified representative of the pipe bursting system manufacturer. The Contractor shall provide certificates of training for any employee directly involved in the supervision or operation of the pipe bursting system.

B. Field Supervisory Personnel must be employed directly by the Pipe Bursting Contractor, and will have at least (3) three years of documented experience in the performance in installation of pipe using pipe bursting.

C. The Contractor shall hold the City, the Engineer and their representatives

harmless in any legal action resulting from patent infringements.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-2 PIPE BURSTING

5. QUALITY ASSURANCE The Contractor is solely responsible for quality assurance during the length of the project. The Contractor is responsible for any costs associated with corrective measures required to replace or repair items not meeting the quality standards specified by the City.

6. SUBMITTALS The Contractor shall submit the following items for review and approval by the City in accordance with the Contract Documents. Approval of the submittals by the City shall be obtained prior to ordering pipe materials and/or the start of the pipe replacement process. A. Certifications of training by the pipe bursting systems manufacturer stating that

the operators have been fully trained in the use of the pipe bursting equipment by an authorized representative of the equipment manufacturer.

B. Shop drawings, catalog data and manufacturer’s technical data showing information on material composition, physical properties and dimensions of new pipes and fittings. Include manufacturer’s recommendations for handling, storage, and repair of pipe and fittings damaged.

C. Detailed construction procedures, descriptions, and layout plans to include

sequence of construction.

D. Pipe bursting equipment operator's manual.

E. Locations, sizes and construction methods for the service reconnection pits.

F. Methods of construction, reconnection and restoration of existing service laterals.

G. Detailed descriptions of the methods of modifying existing manholes.

H. Detailed procedures for the installation and bedding of the new pipe in the launching and receiving pits.

I. Sewer bypass plans, methods and list of equipment to be utilized.

J. The safety plan in conformance with the Contract Documents and OSHA regulations.

K. Contingency plans and methods of repair for the following potential conditions:

1) Unforeseen obstruction(s) causing burst stoppage, such as unanticipated change(s) in host pipe material, repair section(s), concrete encasement(s)

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-3 PIPE BURSTING

or cradle(s), buried or abandoned manhole(s) or changes in direction not depicted on maps provided by the City.

2) Substantial surface heave occurs due to the depth of the existing pipe vs.

the amount of upsizing. 3) Damage to existing service connections and to the replacement pipeline's

structural integrity. 4) Damage to other existing utilities. 5) Loss of and return to line and grade. 6) Soil heaving or settlement.

7. MATERIALS

A. High Density Polyethylene Pipe (HDPE) shall be used as described in Section

241 – High Density Polyethylene Pipe (HDPE).

8. EQUIPMENT The Contractor can elect to utilize either a pneumatic or static pipe bursting system. A. Pneumatic Pipe Bursting System

1) Pipe Bursting Tool.

The pipe bursting tool shall be designed and manufactured to force its way through existing pipe materials by fragmenting the pipe and compressing the old pipe sections into the surrounding soil as it progresses. The bursting unit shall be pneumatic and shall generate sufficient force to burst and compact the existing pipeline. The pipe bursting tool shall be pulled through the sewer by a winch located at the either upstream or downstream manhole. The bursting unit shall pull the polyethylene pipe with it as it moves forward. The bursting head shall incorporate a shield/expander to prevent collapse of the hole ahead of the PE pipe insertion. The pipe bursting unit shall be remotely controlled. The pipe bursting tool shall be pneumatic. The bursting action of the tool shall increase the external dimensions sufficiently, causing breakage of the pipe and at the same time expanding the surrounding ground. This action shall not only break the pipe but also create the void into which the burster can be winched enabling forward progress to be made. At the same time the polyethylene pipe, directly attached to the sleeve on the rear of the burster, shall also move forward. The burster shall have its own forward momentum while being assisted by winching. A hydraulic winch shall give

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-4 PIPE BURSTING

the burster friction by which it can be moved forward. To form a complete operating system, the burster must be matched to a constant tension hydraulic winching system.

2) Winch Unit. A winch shall be attached to the front of the bursting unit,

connecting to or through the advanced guide head technology. The winch shall provide a constant tension to the burster in order that it may operate in an efficient manner. The winch shall have a twin capstan with twin hydraulic drive motors and twin gear boxes for independent operation. The winch shall be hydraulically operated providing a constant tension throughout the operation. The winch shall be of the constant tension type but shall be fitted with a direct reading load gauge to measure the winching load. The winch must automatically maintain a constant tension at a set tonnage reading. The constant tension winch shall supply sufficient cable in one continuous length so that the pull may be continuous between approved winching points. The winch, cable and cable drum must be provided with safety cage and supports so that it may be operated safely without injury to persons or property. The Contractor shall provide a system of guide pulleys and bracing at the exit pit to minimize cable contact with the existing line between launch and exit pits. The supports to the trench shoring in the insertion pit shall remain completely separate from the winch boom support system and shall be so designed that neither the pipe nor the winch cable shall be in contact with them. The winch shall have a twin capstan with twin hydraulic drive motors and twin gear boxes for independent operation. In no case shall the winch cable storage spool be considered part of the twin capstan pulling system.

B. Static Pipe Bursting

1) Pipe Bursting Tool. The bursting action of the tool shall increase the

external dimensions sufficiently, causing breakage of the pipe and at the same time expanding the surrounding ground. This action shall not only break the pipe, but also create the void into which the burster can be statically pulled which enables forward progress of the tool and the pipe.

2) Pulling Frame. The static pulling frame shall be telescopic in design to allow the cutting head to release at the termination of the pull.

3) Overall Unit. The unit must maintain automatic thrust and pull back. The

static unit must be capable of pipe bursting in two directions from the same excavation.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-5 PIPE BURSTING

9. CONSTRUCTION METHOD A. The Contractor shall carry out operations in strict accordance with all applicable

OSHA Standards. Particular attention is drawn to those safety requirements involving work entry into confined spaces. It shall be the Contractor's responsibility to familiarize its employees with OSHA Standards and regulations pertaining to all aspects of the work.

B. Equipment used to perform the work shall be located away from buildings so as not to create noise impact. Provide a silent engine compartment with the winch to reduce machine noise as required to meet local requirements.

C. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices and other equipment required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the manufacturer. Under no circumstances will the pipe be stressed beyond its elastic limit. Winch line is to be centered in pipe to be burst with adjustable boom.

D. The installed pipe shall be allowed the manufacturer's recommended amount of

time, but not less than four (4) hours, for cooling and relaxation due to tensile stressing prior to any reconnection of service lines, sealing of the annulus or backfilling of the insertion pit. Sufficient excess length of new pipe, but not less than 4 inches, shall be allowed to protrude into the manhole to provide for occurrence. Restraint of pipe ends shall be achieved by means of Central Plastics Electrofusion couplings, or approved equal. The electrofusion couplings shall be slipped over pipe ends against manhole wall and fused in place. Installation of Electrofusion couplings shall be done in accordance with the manufacturers recommended procedures.

E. Following the relaxation period, the annular space shall be sealed with material

approved by the Engineer and/or his representative and shall extend a minimum of 8 inches into the manhole wall in such a manner as to form a smooth, uniform, watertight joint. The terminating pipe end in a manhole shall be anchored in place using an electrofusion flange, coupling, or restraint as the anchor. A rubber gasket around the pipe shall be installed to eliminate ground water infiltration. Installations of electrofusion couplings shall be done in accordance with the manufacturers recommended procedures

F. Launch, Receiving, and Service Connection Excavations:

1) The location and number of insertion and receiving excavations shall be planned by the Contractor and submitted in writing for approval by the Engineer 14 calendar days prior to excavation.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-6 PIPE BURSTING

2) Damage to utilities and the resulting repair, temporary service cost, etc.,

shall be borne by the Contractor. Access pits shall be backfilled in accordance with the appropriate specifications.

3) All excavations shall be properly sheeted/shored. Any damage resulting

from improperly shored excavations shall be corrected to the satisfaction of the Engineer with no compensation due to the Contractor.

4) All open excavations shall be kept safe and secure at all times during non-

work hours by the use of barricades with appropriate lights and signs, construction tape, covering with steel plates, etc., or as directed by the Engineer.

5) The number of pits for machine and pipe insertion shall be the minimum

necessary to most efficiently accomplish the work. The Contractor shall give consideration to the use of excavation required for other purposes such as for sanitary sewer service reconnections and manhole replacement.

6) Where manholes are used as machine or new pipe insertion pits, the

Contractor shall identify such manholes and replace them at no additional cost to the City if damaged. Any manhole modification or replacement required shall be considered included in the installation of the new pipe.

7) Launch pits need to be long enough to properly align the bursting tool with

the existing pipe and to allow the HDPE pipe to make a gentle "S " bend out of the pit and transition to the street above. A rule of thumb to use is to multiply the depth of the existing pipe by a factor of 4. The product is an approximate minimum launch pit length. Pipe shall not be bent beyond the manufacturer's recommended limit.

8) Service Connections: Excavations for laterals should be to depth of 1 foot

below the lateral. This will help to prevent uneven expansion of the soil by the bursting tool. This will avoid creating a hump in the new pipe at lateral connections. In some soil conditions, it will be important to only dig the lateral to the invert of the host pipe. This will help to prevent creating sags at lateral connections. These are usually lateral connections where leakage has been occurring for some time causing the soil to be softer than the rest of the pipeline.

9) Any pipe laid within the pit shall meet the requirements for open trench

construction. The pipe shall be bedded and backfilled per the contract requirements.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-7 PIPE BURSTING

10. MATERIAL TESTING

The Contractor shall notify the City at the completion of each burst segment. The Contractor shall conduct an inspection of the new pipe to determine the condition of the pipe subsequent to the burst. Defects, which in the opinion of the City affect the integrity of strength of the pipe, shall be repaired or replaced by the Contractor at no additional cost to the City.

11. LOCATING UTILITIES

The Contractor shall, prior to starting work, verify the location of all adjacent utilities. The Contractor shall coordinate with the utility agencies prior to starting work as indicated in Section 154, "Existing Utilities", of these SPECIAL PROVISIONS. The minimum clearance from other utilities shall be approximately two feet. The City may at its discretion reduce the minimum clearance. Additional precautionary measured deemed necessary by the Contractor to complete the work, including exposing potentially interfering and crossing utilities by sot excavation and removing soil around the pipe shall be included in the Bid Proposal price at no additional cost to the City.

12. SUB-SURFACE CONDITIONS Subsurface investigations deemed necessary by the Contractor to complete the work shall be included in the Bid Proposal price at no additional cost to the City. Copies of all reports and information obtained by the Contractor shall be provided to the City. The minimum depth of cover over the installed pipe shall be 3 feet (0.91 m) from the top of the existing pipe, whichever is greater. The Contractor may, with the prior approval of the City reduce the minimum depth of cover. A minimum amount of ground heaving may be allowed, as determined by the City, if soil conditions are not favorable and up-sizing of the pipe is required. Unless otherwise noted in the Contract Documents, settlement or heaving of the ground surface during or after construction will not be allowed in areas with existing surface improvements or structures. The Contractor is solely responsible for the costs for repairing or replacing any damages from surface heaving.

13. LOCATING SERVICE CONNECTIONS The Contractor shall locate and expose all sewer service connections prior to pipe insertion to expedite reconnection. The Contractor shall exercise due diligence in excavating the existing pipe sufficiently to allow for uniform circumferential expansion of the existing pipe through the service connection pit. Upon commencement of the

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-8 PIPE BURSTING

bursting process, pipe insertion shall be continuous and without interruption from one entry point to another, except as approved by the City. Upon completion of insertion of the new pipe, the Contractor shall expedite the reconnection of services to minimize any inconvenience to the customers.

14. BYPASSING FLOWS The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer main during the execution of the work, and shall also bypass the main sewer flow around the pipe to be replaced, or into adjacent sanitary sewers, if available. The pumps and the bypass lines shall be of adequate capacity and size to handle all flows (QR) without sewage backup to private property. The Contractor shall be solely responsible for clean-up, repair, property damage costs and claims resulting from failure of the diversion system. Work shall be done in conformance to Section 216, Sewer Flow Control.

15. SERVICE RECONNECTION The Contractor, after a suitable relaxation period shall reconnect all service connections. The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than four (4) hours, for cooling and relaxation due to tensile stressing prior to any reconnection of service lines. Service connections shall be reconnected to the pipe by using connectors approved by the pipe manufacturer and in conformance with the specified installation procedure. Service connections shall be wrap around saddle connections (e.g. FERNCO or approved substitute), cast iron w/gasket, T connection (e.g., electrofusion (e.g. Central Plastics, Phillips Driscopipe, Plexco or approved substitute). Connections to the existing service pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425. Joint deflection limits and lateral connections shall meet the maximums indicated in ASTM C12 and C425. The slope of the existing lateral toward the newly installed sewer main shall be maintained at the existing percent. Connection Types Available for Mainlines TYPES GASKETTED BELL SDR 35 GASKETTED BELL

IPS/SCH 40 PVC Hub ASTM D3034 SDR 35 ASTM D3034 SDR 26 Rubber Boot ASTM C443 ASTM C443 Band 301 SS 301 SS SS 301 SS Screw 305 SS 305 SS Housing 301 SS 301 SS Gasket ASTM F477 ASTM F477

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-9 PIPE BURSTING

16. RESTORATION

A. Restoration of Manholes

The Contractor shall restore all manholes and associated surface areas to their original condition or as required by the City and specified in the description of work. Prior to restoring manholes the installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than four (4) hours, for cooling and relaxation due to tensile stressing prior to the sealing of the annulus or backfilling of the insertion pit. Sufficient excess length of new pipe, but not less than 2 to 4 inches, shall be allowed to protrude into the manhole to provide for this occurrence. Restraint of pipe ends at the manhole shall be achieved by means of electrofusion flange, coupling, or restraint. The electrofusion couplings shall be anchored to the manhole wall. Installation of electro fusion couplings shall be done in accordance with the manufacturers recommended procedures. Following the relaxation period, the newly installed pipe shall be restrained and sealed at the manhole in accordance with the manufacturers recommended procedures and with a material approved by the City. Restoration of the bottom of the manhole shall be done as follows:

1) For restorations less than or equal to three inches grout shall be used.

The grout design mix shall meet or exceed 500 psi (3,447 kPa) compressive strength at 28 days. The Contractor may, with the approval of the City, incorporate grout additives to improve flow properties, provided that the minimum compressive strength requirements are met.

2) For restorations greater than 3 inches concrete shall be used. Concrete

shall be as specified in the Contract Documents.

B. Restoration of Pits

The Contractor shall restore all lateral, launching pits and associated surface areas to their original condition or better. Prior to backfilling lateral and launching pits the Contractor shall ensure that the new pipe is properly supported and on the required grade. Stone or other suitable material, approved by the City, shall be used immediately under the new pipe as support in order to avoid sagging after backfill and compaction.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 225-10 PIPE BURSTING

17. FIELD TESTING

The Contractor shall after the existing sewer is completely replaced perform an internal inspection with a television camera and videotape. The finished tape shall be continuous over the entire length of the sewer between two manholes or as specified by the City. The newly installed pipe shall be visibly free of defects, which may affect the integrity or strength of the pipe. If in the opinion of the City such defects exist, the pipe shall be repaired or replaced at the Contractor's expense. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten percent (10%) of the wall thickness shall not be used and must be removed from the site

18. CCTV INSPECTIONS The Contractor shall perform pre- and post-installation internal television inspections of the sewer line in conformance with Section 218.

19. MEASUREMENT AND PAYMENT Payment shall be as scheduled in the Proposal and paid in accordance with the terms and conditions of the contract. The price per foot installed of the pipe specified shall include full compensation for furnishing all labor, materials, tools, equipment and back up equipment (necessary for pipe bursting, pipe; transportation and technical competence, saw cutting, excavation, shoring and backfilling per the manufacturers' instructions and/or per the Contract Documents; off-site disposal of all refuse and excess material; rebuilding existing manhole inverts, bottom and channel to match newly installed pipe; restoration/replacement of manholes; temporary and permanent restoration of surfaces and pavement and all appurtenant work. Pipe shall be measured along the longitudinal axis between the ends as laid, shall include the actual pipe in place and shall exclude the inside dimensions of the manholes. Dewatering, Traffic control, bypassing sewer mains and service connection flows, disconnection/reconnection of sewer laterals, and CCTV inspection shall be measured and paid for as scheduled in the Proposal. Disconnection/reconnection of sewer laterals shall be paid at the unit price, per each for “Standard Wye Connection Outside of Point Repair.”

--END SECTION 225--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-1 SEWER MANHOLE REHABILITATION

SECTION 226 SEWER MANHOLE REHABILITATION 1. GENERAL REQUIREMENTS

The Contractor shall provide all labor, supervision, tools, materials and equipment necessary for the rehabilitation of 4-foot diameter standard precast concrete or brick manholes, as specified on the work order request sheet. The following methods shall be used to rehabilitate sewer manholes: A. Application of epoxy coating, which shall include removal of manhole rungs,

pressure washing, patching holes, cracks, and spalls, resurfacing and repairing the surfaces to be coated, and application of a protective epoxy coating.

B. Frame and cover adjustment or replacement, including exposure of paved

over or partially paved over manhole frames and covers located both within and outside of roadway areas.

C. Installation of manhole inflow inserts to be used to prevent inflow of rainwater

into the sewage system, reduce manhole cover rattling and flipping due to street traffic, and to stop dirt and debris from entering the sewage system through the manhole cover.

See end of this Special Provisions section for details for Typical Sewer Manhole Rehabilitation with Epoxy Coating, Epoxy Manhole Bench Rehabilitation, Manhole Rung Removal, and Epoxy Coating of Interior Surface of Brick Grade Collar In Sewer Manholes with PVC or Epoxy Interior Corrosion Protection.

2. SUBMITTALS The Contractor shall submit to the Officer-in-Charge for approval the following items within 30 days after the issuance of the Notice to Proceed:

A. Product and Material Qualification

Product and material descriptions, manufacturer’s application, installation instructions, and written evidence that products have a minimum of 5 year history of being used successfully for rehabilitation of sewer manholes. In addition, a list of at least 10 sewer manhole projects successfully rehabilitated in the United States using the same products during the past three (3) years with name of owner, location, contact person, phone and fax numbers, and date of type of rehabilitation shall be provided. All projects in Hawaii shall be included on this list.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-2 SEWER MANHOLE REHABILITATION

B. Epoxy Coating Installer Qualification

For the epoxy coating manhole rehabilitation method, provide a certificate or written evidence that the applicator of coating system is factory trained. The Contractor shall provide a copy of certificate acknowledging training of each applicator by the manufacturer.

3. MANHOLE REHABILITATION WITH EPOXY COATING

A. PRODUCTS

The materials used shall be designed, manufactured, and intended for sewer manhole rehabilitation and particularly for the specific application for which these documents require. The materials shall have a proven history of performance in sewer manhole rehabilitation. The materials shall be compatible with existing sewer manhole materials, with each other, and with any other sewer rehabilitation method used in this Contract. The materials shall be delivered to the job site in original unopened packaging and clearly labeled with the manufacturer’s identification and printed instructions. All materials shall be stored and handled in accordance with the recommendation of the manufacturer and the American Concrete Institute (ACI). All materials shall be mixed and applied in accordance with the manufacturer’s written instructions.

1) Patching, repointing, filling, and repairing of large non-leaking holes,

cracks, and spalls in concrete and masonry manholes:

A premixed, non-shrink cement based patching material consisting of hydraulic cement, special blend of powders and special plasticizing and accelerating agents that has been formulated for vertical or overhead use shall be used. It shall not contain chlorides, gypsums, plaster, iron particles, aluminum powder or gas forming agents, or any other agents and components that promote the corrosion of steel. Initial set time shall not exceed 90 seconds and final set time shall not exceed one hour. The ultimate compressive strengths (ASTM C109) shall be a minimum of 4,000 psi. Bond strength (ASTM C882-modified) shall be a minimum of 1,700 psi or until existing concrete failure. If the manhole is to be rehabilitated with epoxy coating, the compatibility of the product with the resurfacing and repair material and epoxy topcoat shall be verified.

2) Stopping active leaks in concrete and masonry manholes:

If active leaks are encountered, a rapid setting hydraulic water plug for sealing leaks shall be used. The compatibility of the product with the epoxy grout and topcoat shall be verified.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-3 SEWER MANHOLE REHABILITATION

The water plug shall be Sauereisen Instaplug No. F-180, Webac 151, or an approved substitute.

3) For resurfacing and repairing irregularities in concrete and masonry

manholes use:

A premixed, non-shrink fast setting Portland Cement based underlayment material that has been formulated for vertical or overhead use by trowel application as an underlayment for a protective coating. It shall not contain any agents and components that would promote the corrosion of steel. Initial set time at 70 degrees Fahrenheit shall not exceed 3 hours. Five-hour compressive strength (ASTM C109) shall be a minimum of 2,500 psi and 24-hour compressive strength shall be a minimum of 3,500 psi. Tensile strength (ASTM C307) shall be a minimum of 400 psi. Flexural strength (ASTM C580) shall be a minimum of 600 psi. Modulus of elasticity (ASTM C580) shall be a minimum of 1,200,000 psi. Bond strength (ASTM C882) shall be a minimum of 2,100 psi. The resurfacing and repair material shall be compatible with the epoxy topcoat used. The product shall be Sauereisen Underlayment F-121, or an approved substitute. As an alternative, a 100% solids, three component, fast setting, non-shrink, sewage resistant epoxy grout or filler system designed for trowel application to damp surfaces may be used. Physical characteristics shall be equivalent to or exceed those indicated above for the Portland cement based underlayment material. The epoxy grout or filler system shall be Sauereisen Filler Compound No. 209, or a trowelable approved substitute.

4) Epoxy coating for corrosion protection of concrete and masonry manholes.

The epoxy coating shall be suitable for application over damp or dry concrete surfaces, and on vertical and overhead surfaces. When cured, the coating shall provide an impermeable, high strength, lining for manholes resistant to infiltration and attack from hydrogen sulfide and acid generated by microbiological sources. The epoxy coating shall be one of the following epoxy coating systems, or an approved substitute:

Alternative 1 – Raven 405: A high strength, 100% solids, soventless two-component epoxy resin system for spray application. The coating material shall be thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance in conformance with these specifications. Flexural strength (ASTM D790) shall be a minimum of 12,000 psi. Compressive strength, yield (ASTM D695)

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-4 SEWER MANHOLE REHABILITATION

shall be a minimum of 12,800 psi. Tensile strength (ASTM D638) shall be a minimum of 6,600 psi. Bond strength (ASTM D4541) shall be to concrete substrate failure. Alternative 2 – Sauereisen Sewergard 210 (trowelable): An impermeable, high strength, three-component system consisting of a two-component epoxy resin and a fine silica sand filler for trowel application. Flexural strength (ASTM C580) shall be a minimum of 4,900 psi. Compressive strength (ASTM C579) shall be a minimum of 7,300 psi. Tensile strength (ASTM C307) shall be a minimum of 2,200 psi. Bond strength (ASTM D4541) shall be to concrete substrate failure.

Alternative 3 – Sauereisen Sewergard 210S: An impermeable, high strength, three-component system consisting of a two-component epoxy resin and a fiber filler for spray application. Flexural strength (ASTM C580) shall be a minimum of 4,600 psi. Compressive strength (ASTM C579) shall be a minimum of 6,800 psi. Tensile strength (ASTM C307) shall be a minimum of 2,500 psi. Bond strength (ASTM D4541) shall be to concrete substrate failure.

B. MANHOLE EPOXY COATING EXPERIENCE

Installation of the epoxy coating must be performed by a work force that is experienced in such installation work. At minimum, the Contractor’s applicator shall have successfully applied the proposed epoxy coating using the same application method (trowel or spray) on 10 manholes.

C. EXECUTION – EPOXY COATING REHABILITATION

1) Sewer Flow Control: When necessary, the Contractor shall

bypass/divert existing sewage flows from the existing manholes to be rehabilitated in accordance with Section 216, “Sewer Flow Control”, of these SPECIAL PROVISIONS. Flow-through plugs may be inserted into the project manhole to temporarily divert flows so that work can be done on the manhole bench and/or channel. Where flow bypassing is required, bypassing capability shall not be removed or decreased before sewer rehabilitation is inspected and accepted by the Officer-in-Charge.

2) Safety: The Contractor shall perform all work in strict accordance with

all applicable OSHA standards, especially with respect to those safety requirements regarding confined space entry. Precautions shall be taken to detour activity and traffic away from manhole work zones and to prevent falling debris from damaging the manhole through manhole openings.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-5 SEWER MANHOLE REHABILITATION

3) Cleaning: All concrete and masonry surfaces to be rehabilitated with epoxy coatings must first be cleaned in accordance with Section 217, “Sewer Line, Sewer Lateral, and Manhole Cleaning,” of these SPECIAL PROVISIONS, the provisions in this section, and the recommendation of the manufacturer of the lining or coatings to be used. All grease, oil, laitance, old coatings, loose bricks, mortar, unsound concrete, and other foreign materials must be completely removed, until solid gray substrate is exposed. Cleaning shall be accomplished by pressure washing (hydro-blasting or sand-blasting) at a minimum pressure of 4,000 psi. Exposed reinforcing steel shall be ground or sandblasted to shiny metal. Debris from cleaning operations shall be collected in the manhole and disposed of in an environmentally safe manner. Where there are conflicts in the level of cleaning or procedures among these specifications and the lining/coating manufacturer, the more stringent shall apply unless otherwise approved by the Officer-in-Charge.

4) Remove manhole rungs and patch surface as shown on the details

found at the end of this SPECIAL PROVISION section. 5) Infiltration: After the surface has been prepared and prior to the

application of mortars and/or coatings, all infiltration shall be stopped by either plugging, chemical grout sealing, or installation of channels through “bleed” pipes at the bottom of the manhole. After plugging the leaks, manhole walls shall be dry and ready for structural rehabilitation.

6) Patching: All large holes or voids around removed rungs, joints or

pipes, all spalled areas, and all holes caused by missing or cracked bricks shall be patched and all missing mortar shall be repointed using a non shrink patching mortar. All cracked or disintegrated material shall be removed from the area to be patched or repointed exposing the sound subbase. All cracks greater than 1/16-inch in width shall be patched with non-shrink patching mortar.

7) Resurfacing and Repair of Surface Irregularities: Portland cement

underlayment material or epoxy grout/filler shall be used to fill smaller cracks, voids, pockmarks or bug holes and other surface irregularities to provide the epoxy topcoat with a suitable high-strength substrate. The manhole bench shall be resurfaced as required to eliminate surface irregularities. Surfaces shall be provided with a broom finish or other suitable finish recommended by the epoxy topcoat manufacturer. Maximum thickness shall be 1-inch unless otherwise approved by the Officer-in-Charge.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-6 SEWER MANHOLE REHABILITATION

8) Epoxy coatings for corrosion protection of concrete and/or masonry manholes:

Epoxy Topcoat: The Contractor applying the epoxy coating shall inspect all surfaces specified to be coated prior to application of the coating. The Officer-in-Charge shall be notified of any concerns with the surface that may interfere with proper application of the coating.

The epoxy topcoat shall be applied with the manufacturer’s recommendations. Surfaces to be coated shall include the manhole walls, benches, portions of the channels as indicated on the detail at the end of this section, and the interior of the manhole frame. The epoxy coating shall be applied to a minimum dry film thicknesses of 125 mils for trowel application and 90 mils for spray on. The minimum thickness is applicable to properly prepared smooth surfaces with a broom finish. Thicker coatings, as recommended by the coating manufacturer and as approved by the Officer-in-Charge, shall be provided if a smooth broom finish surface is not provided. This contract may include the repair of damaged epoxy coating and PVC liners in manholes which have been lowered as a result of road repaving projects. The damaged epoxy coating and PVC liner on the grade collar shall be repaired as shown on the detail titled “EPOXY COATING OF INTERIOR SURFACE OF BRICK GRADE COLLAR IN SEWER MANHOLES WITH PVC OR EPOXY INTERIOR CORROSION PROTECTION.” The edge of the epoxy coating around the sewer pipes shall be provided with an edge seal along the edge of the coating. The edge seal shall consist of an epoxy filled embedded thickened edge created by filling a minimum 1/8 –inch wide by minimum 1/4-inch deep groove cut into concrete around the sewer pipe.

The coating shall be applied by workman trained and experienced with the product used and by equipment approved by the product supplier.

9) Manhole work shall be performed and completed without interruptions that may render previously cleaned, prepared or coated surfaces to be unacceptable. If interruptions should occur, the surfaces shall undergo additional cleaning or preparation as recommended by the manufacturer of the sewer rehabilitation products and approved by the Officer-in-Charge.

10) Testing: After the epoxy coating has set hard to the touch and

completion of all project work affecting rehabilitated sewer manholes,

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-7 SEWER MANHOLE REHABILITATION

the coatings on all manholes rehabilitated with epoxy coatings shall be tested for holidays with high-voltage holiday detection equipment.

An induced holiday shall be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 micron) of film thickness applied but may be adjusted as necessary to detect the induced holiday. All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material shall be hand applied to the repair area. All touch-up/repair procedures shall follow the protective coating manufacturer’s recommendations. The holidays and other defects shall be repaired by the Contractor at no additional cost to the City.

A minimum of two measurements of bond strength of the protective coating to the substrate shall be made on a representative manhole surface approved by the Officer-in-Charge for each manhole. Bond strength shall be measured in accordance with ASTM D4541. Bond strength of the protective coating to the concrete substrate shall be tested to a minimum 300 psi or until failure of concrete, whichever occurs first. Any area that does not meet the bond strength to concrete substrate testing requirement shall be removed and repaired by the Contractor in accordance with the protective coating manufacturer’s recommendations at no additional cost to the City.

D. BENCH, CHANNEL AND TRANSITION SECTION RECONSTRUCTION

New benches, channels, and transition sections shall be formed using a quick setting, high strength Portland cement based repair mortar. The mortar shall be SikaTop 122 Plus, Sauereisen SubstrateResurfacer No. F 121, or an approved substitute. The mortar shall have the following minimum properties:

Sauereisen SubstrateResurfacer SikaTop 122 Plus No. F-121 Flexural Strength: 2000 psi 28-days 1500 psi 7-days (ASTM C-293) (ASTM C-580) Tensile Strength: 750 psi 28-days 822 psi 7-days ASTM C-496) (ASTM C-307) Bond Strength: 2200 psi 28-days 2200 psi 7-days (ASTM C-882) (ASTM C-882)

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-8 SEWER MANHOLE REHABILITATION

Compressive 7000 psi 28-days 7000 psi 28-days Strength: (ASTM C-109) (ASTM C-109)

4. FRAME AND COVER ADJUSTMENTS OR REPLACEMENTS

A. EXECUTION

1) Exposure of Manhole Frames and Covers The exposure of the existing manhole frames and covers fall into three (3) classifications: a) Exposed – Both frame and cover can be seen but require adjustment.

b) Partially Exposed – Cover is paved over but outline of frame can be

seen or cover is buried and marked.

c) Unexposed – Both frame and cover are paved over.

The Contractor is responsible for adjusting to grade those frames and covers which are exposed, partially exposed, and unexposed frames and covers requiring adjustment or those specified by the Officer-in-Charge as needing adjustment. Manhole frames and covers will be supplied by the City and shall be picked up at the City & County of Honolulu, Department of Environmental Services, Collection System Maintenance, 99-989 Iwaena Street, Aiea, Hawaii 96701, between the hours of 8:00 AM and 3:00 PM. Arrangements to pick-up inserts can be made with the Officer-In-Charge.

2) Excavation and Replacement of Pavement

Material in the exposed area shall be dug out to a sufficient depth to permit the required adjustment or replacement. Suitable materials (stockpiled) shall be tamped in place to form the subbase for the pavement. If additional materials are needed, suitable materials shall be added before the pavement is replaced. Pavement restoration work around each manhole shall be completed the same day as manhole adjustment work is completed. Should adjustment or replacement to manhole frame and cover extend beyond one day, the Contractor shall hold the frame in place using a temporary cold patch. Pavement replacement not satisfactorily done by the contractor shall be reworked at no expense to the City.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-9 SEWER MANHOLE REHABILITATION

Any debris that enters into the manhole during the performance of this work shall be removed immediately by the Contractor.

3) Workmanship Manhole frames and covers shall match the existing grade. Adjustments shall be made by using brick, mortar, and grade adjustment rings. Upon completion of the adjustment or replacement work, the manholes shall be visually inspected by the Officer-in-Charge in the presence of the Contractor. Manhole frames shall be inspected to insure that no voids (leakage points) exist between the frame and supporting concrete surface. Interior wall surfaces shall be broom smooth finished.

5. MANHOLE INFLOW INSERTS

A. EXECUTION

Manhole inflow inserts will be supplied by the City. Inserts shall be picked up at the City & County of Honolulu, Department of Environmental Services, Collection System Maintenance, 99-989 Iwaena Street, Aiea, Hawaii 96701, between the hours of 8:00 AM and 3:00 PM. Arrangements to pick-up inserts can be made with the Officer-In-Charge.

6. MEASUREMENT AND PAYMENT

A. EPOXY COATING

Measurement for rehabilitation of existing 4-foot diameter sewer manholes using an epoxy coating shall be made for the actual number of manholes rehabilitated, Per Each, for manholes 6 feet of less in height. For manholes greater than 6 feet, measurement shall be for the actual height over 6 feet, per Vertical Foot. The manhole height shall be measured from the channel invert to the top of cover. Payment for epoxy coating manholes shall include full compensation for mobilization/demobilization, removal of rungs, cleaning and other manhole preparation work, flow through plugs, necessary traffic control, surface preparation, applying underlayment, applying epoxy topcoat, adhesion test, holiday test, obtaining required street usage permits, and all incidentals required to complete the work. Payment for rehabilitation of existing 4-foot diameter sewer manholes using an epoxy coating shall be paid for per Each, for manholes 6 feet or less in height. For manholes greater than 6 feet, additional compensation will be made on a unit price bid amount per vertical foot beyond the 6 foot height.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-10 SEWER MANHOLE REHABILITATION

Payment is further categorized based on whether the existing manhole is located within or outside of roadway areas, as indicated in the Bid Proposal Schedule. Payment shall include full compensation for application of epoxy coatings and all other work required to complete the sewer manhole rehabilitation work.

B. FRAME AND COVER ADJUSTMENT, OR REPLACEMENT

Measurement for manhole frame and cover adjustment, including exposure, or replacement within and outside of the roadway shall be for the actual number of manhole frames and covers exposed, adjusted, or replaced. Payment for frame and cover adjustment, including exposure, or replacement within or outside a roadway shall include full compensation for mobilization/demobilization, exposing, adjustment, installation of riser section(s), cone removal and replacement, grade adjustment ring(s), and all incidentals required to complete the work. Payment for pavement excavation and restoration shall be included in the cost of frame and cover adjustments or replacements. 1) Frame and Cover Adjustment

Payment for manhole frame and cover adjustments, including exposure

where the outline of the frame can be seen or is marked within a roadway shall be made at the unit price bid per each.

Payment for manhole frame and cover adjustments, including

exposure, within the roadway, limited to 1 foot in height or less shall be made at the unit price bid per each.

Payment for manhole frame and cover adjustments, including exposure

outside the roadway, limited to 2 feet in height or less shall be made at the unit price bid per each.

Additional payment for manhole frame and cover adjustment, including

exposure, outside the roadway beyond 2-foot in height shall be made at the unit price bid per vertical foot.

2) Frame and Cover Replacement

Payment for replacing manhole frames and covers shall be for the actual number of manhole frames and covers replaced. Payment shall include mobilization/demobilization, removal and disposal of existing manhole frame and cover, backfill, compaction, surface restoration

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-11 SEWER MANHOLE REHABILITATION

excluding pavement resurfacing, and all incidentals required to complete the work.

C. MANHOLE INFLOW INSERTS

The cost for work under this section shall not be paid for directly but shall be included in the prices bid for the various items of work.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-12 SEWER MANHOLE REHABILITATION

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-13 SEWER MANHOLE REHABILITATION

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-14 SEWER MANHOLE REHABILITATION

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 226-15 SEWER MANHOLE REHABILITATION

--END SECTION 226--

REHABILITATION OF SEWER LINES ON OAHU GRINDING OF OFF SET JOINTS AND CONTRACT NO. 007 227-1 PROTUDING LATERAL TAPS

SECTION 227 GRINDING OF OFFSET JOINTS AND PROTRUDING LATERAL TAPS

1. DESCRIPTION

This Section specifies the requirements for grinding down offset joints in 6-, 8-, 10-, 12-, 15-, 18-, 21-, and 24-inch diameter sewer lines and protruding laterals which prevent proper installation of cured-in-place pipe (CIPP) liner and/or restricts access for CIPP lateral reinstatement cutters, inspection equipment or other equipment necessary to rehabilitate sewer lines.

2. EXECUTION

A. During grinding operations, excavation equipment, pipes, fittings, bypass pumps, and other equipment and materials necessary for open trenching work shall be on-site in case a pipe collapse should occur. The collapsed pipe shall be repaired immediately.

B. Closed circuit television equipment shall continuously monitor the grinding operation.

C. The Contractor shall be responsible for all repairs and replacement costs for the

grinding equipment at no cost to the City. D. Lateral taps shall not protrude into the pipe more than ½” from the pipe wall.

3. PAYMENT Payment for grinding of the first offset joint per each pipe segment shall be paid at the

unit cost per each as indicated in the Bid Proposal. Payment shall include compensation for mobilization/demobilization, grinding, CCTV inspection, removal and proper disposal of debris, and all incidentals required to complete the work.

Additional payment shall be made for grinding of each additional joint within a pipe segment beyond the grinding of the first joint. Payment shall include grinding, CCTV inspection, removal and proper disposal of debris, and all incidentals required to complete the work. Payment for grinding of the first protruding lateral per each pipe segment shall be paid at the unit cost per each as indicated in the Bid Proposal. Payment shall include compensation for mobilization/demobilization, grinding, CCTV inspection, removal and proper disposal of debris, and all incidentals required to complete the work.

REHABILITATION OF SEWER LINES ON OAHU GRINDING OF OFF SET JOINTS AND CONTRACT NO. 007 227-2 PROTUDING LATERAL TAPS

Additional payment shall be made for grinding of each additional lateral within a pipe segment beyond the grinding of the first lateral. Payment shall include grinding, CCTV inspection, removal and proper disposal of debris, and all incidentals required to complete the work. If a pipe collapse should occur during grinding operations, a point repair shall be conducted to repair the pipe. Payment shall be made at the unit prices for point repairs as indicated in the Bid Proposal. No payment shall be made for the grinding work.

--END SECTION 227--

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 228-1 SONAR INSPECTION

SECTION 228 COMBINED CCTV INSPECTION / SONAR INSPECTION 1. GENERAL

The purpose of the combined Closed-Circuit Television (CCTV)/Sonar inspection is to obtain an accurate assessment of the pipeline condition above and below the sewage flow line. The CCTV inspection component shall be performed using a color pan and tilt camera providing digital images of the pipeline defects and features above the flow line, as specified in SPECIAL PROVISIONS Section 218, “Television Inspection.” The sonar unit shall provide an accurate determination of the pipe conditions below the flow line, including depths of debris. The combined CCTV/Sonar system shall provide real-time 360-degree cross-sectional views above and below the water surface throughout the entire pipeline section. The work covered by this special provision shall consist of furnishing all labor, equipment, and supervision to perform all work necessary to conduct combined CCTV inspection and sonar profiling of sewer lines, including tunnels, and generation of reports. The CCTV inspection and sonar inspection process shall document the physical characteristics and conditions of the existing sewer lines. Inspection shall utilize Digital Video on Compact Digital Video Disk (DVD), or other approved electric data storage technologies, and computer generated raw data, and processed information reports as documentation to be submitted to the City. The data will be recorded and the condition of pipe sections summarized following NASSCO’s PACP condition rating system.

2. CONTRACTOR REQUIREMENTS

A. The Contractor shall have a documented, in-place safety program which meets or exceeds all Federal and State OSHA regulations, which emphasis on hazard free operations in confined spaces and sewage environments.

B. All CCTV/sonar inspection operator(s) responsible for direct reporting of sewer condition shall have a minimum of 3 years experience in CCTV inspections of sewers, and completed training in the use of sonar scanning from the sonar profiler manufacturer. The Contractor must demonstrate to the Officer-in-Charge that the operator of the CCTV/sonar unit(s) is certified by the equipment manufacturer to operate the equipment and interpret the resulting data. The Contractor shall provide written documentation that all CCTV and sonar survey operators meet these experience requirements which shall include a list of projects undertaken as well as client name and telephone number for reference.

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 228-2 SONAR INSPECTION

3. CONTRACTOR REQUIREMENTS

A. Video Picture Quality Assurance

To establish working criteria for CCTV video picture quality, which must be maintained throughout the project, at the request of the Officer-in-Charge, the Contractor shall furnish the Officer-in-Charge with a DVD of not less than 1,000 feet of 24-inch diameter or greater in size, completed within the last 5 years, of actual prior sewer line CCTV inspection performed by the Contractor which meets this job specification. The inspection must have utilized the same equipment (make and model, or approved substitute) that the Contractor will utilize on the project. Upon approval, this DVD will become the property of the City and will be used throughout the project as a standard which the Contractor’s video picture quality must meet.

4. EQUIPMENT

A. Equipment used in the work of this special provision shall be produced by manufacturers regularly engaged in the manufacturing of equipment specifically designed for CCTV and sonar inspection of sewer pipe sections. Equipment shall include a sonar scanner, television cameras, television monitor, cables, power sources, adequate lighting, and other required equipment. The remote-reading footage counter shall be accurate to less than 1% error over the length of the section of sewer line being inspected. Telephones, radios, or other suitable means of communication shall be set up to ensure that adequate communication exists between members of the CCTV inspection/sonar profiling crew.

B. The sonar scanner and video camera shall be mounted on a skid, floatable raft system, or transporter, based on the existing conditions of the sewer line to be televised. The equipment and the skid, raft, or transporter system shall be furnished with emergency pullback cables of sufficient strength for all retrieving situations.

C. The Contractor shall provide sufficient inspection units and all relevant ancillary

equipment, including standby units in the event of breakdown in order to complete all sewer inspections as specified within the scheduled specified.

D. The combined CCTV/Sonar inspection system shall be capable of surveying

lengths of sewer up to at least 2,100 feet when entry into the sewer can be obtained at each end and up to 1,050 feet where a self-propelled unit is used, where entry is possible at one end only. The CCTV/Sonar unit shall fit into the pipe sizes being specified under this contract.

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 228-3 SONAR INSPECTION

E. Where the CCTV camera/Sonar head are towed by winch and bond through the sewer, all winches shall be stable with either lockable or ratcheted drums. All bonds shall be steel or of an equally non-elastic material to ensure the smooth and steady progress of the CCTV camera and sonar equipment. All winches shall be inherently stable under loaded conditions.

F. Each unit shall carry sufficient number of guides and roller such that, when surveying or inspecting, all bonds are supported away from the pipe and manhole structures and all CCTV/sonar and/or lines used to measure the head location within the sewer line are maintained taut.

G. Sonar equipment shall be specifically adapted using multi-frequency sound

waves to locate and map irregularities by creating continuous sonar images recorded in “real time” mode. Sonar equipment shall be digital, capable of operating in pipeline sizes included in the project scope. The equipment shall be programmable multi-frequency profiling sonar which supports a range of frequencies from 660 kHz to 1.0 Mhz.

H. The Sonar equipment must utilize digital, multi-frequency profiling sonar in order

to model the pipe under submerged and partially submerged conditions. Using a rotating transducer, the sonar unit shall transmit an acoustic signal toward the pipe walls in a radial fashion. The time delay between transmission and reception of reflected pulse echo is used to determine the distance from the transducer to the surface that reflected the pulse. Determination of the acoustic frequency to be used is influenced by two competing factors: background noise (which decreases as pulse frequency increases), and signal loss (which increases as frequency increases).

I. The sonar equipment shall allow for the incorporation of positional sensors which

provide accurate information on the location of sediment. In addition, the unique mobility system shall allow for the collection of high resolution data by slowing the robotic system and thereby facilitating the collection of more sonar data. The scanning unit shall provide 2D profiling sonar images of the cross section of the pipeline. The sonar equipment shall have the ability to adjust the sonar’s axis and consequently get additional representatives of an area of interest within the pipe.

5. WORK PROCEDURES

A. Sewer line segments specified in the Bid Proposal Schedule for CCTV/Sonar inspection shall be inspected by means of a combination CCTV inspection/sonar profiling. The inspection will be done one section at a time (manhole to manhole being a section unless otherwise directed by the Officer-in-Charge), and the section being inspected shall by suitably isolated from the remainder of the sewer line as required. CCTV inspection and sonar profiling shall be performed so that a clear, definitive picture and profile of the interior of the pipe above and below

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 228-4 SONAR INSPECTION

the flow line can be obtained. The CCTV inspection is to performed according to SPECIAL PROVISIONS Section 218, “Television Inspection.” In cases of discrepancies between CCTV inspection requirements between SPECIAL PROVISIONS Section 218, SPECIAL PROVISIONS Section 228, and SPECIAL PROVISIONS Section 229, the most stringent of the three shall dictate. Pipe walls should be free of grease, webs, rubble, or other debris. The Contractor shall submit a detailed work plan and schedule for approval to the Officer-in-Charge prior to starting work.

B. The CCTV camera/sonar head will be positioned to reduce the risk of picture distortion. In circular sewers the CCTV camera lens and sonar head will be positioned centrally (i.e. in prime position) within the sewer. In non-circular sewers, picture orientation will be taken at mid-height, unless otherwise agreed, and centered horizontally. In all instances, the camera lens/sonar head will be positioned looking along the axis of the sewer where in prime position. A position tolerance of +/- 10% of the vertical sewer dimension will be allowed when the camera is in prime position.

C. The speed of the CCTV/sonar unit in the sewer line will be limited to 20 feet per

minute to enable all details to be viewed/scanned. D. The Contractor shall comply with all applicable traffic control requirements. E. No open manholes shall be left unattended during the Contractor’s operations. F. The Contractor is responsible for maintaining sewer service at all times during

work. G. The Contractor shall be responsible for making all necessary arrangements for

gaining access to work sites in private property. In cases where manholes are hidden or buried, City personnel may be contacted through the Officer-in-Charge to help locate and expose manholes.

H. Damage to private property, sewer pipes, manholes and appurtenances caused

by the Contractor’s work shall be repaired by the Contractor at no additional cost to the City.

6. DOCUMENTATION

A. No later than fourteen (14) calendar days following the completion of a pipeline CCTV/sonar inspection, the contractor shall submit to the Officer-in-Charge a detailed report of each inspection. The Contractor shall also supply free software for both the viewing of the media files and sonar images. A minimum four (4) hour training in the use of any supplied software will be included at no additional cost to the City. The software and report shall provide at minimum the following information:

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 228-5 SONAR INSPECTION

Pipe deformation measurements Pipe ovality deformation analysis Pipe capacity analysis Notation of leaks, debris or other damages Depth and nature of debris along the pipeline profile Location of laterals and other features Location and estimation of infiltration/exfiltration Time and data of inspection; the operator; the start and end manholes; Sewer ID number and length; direction of flow, and any other relevant

information required

B. Each sewer length (length of sewer between 2 consecutive manholes) will be entered on a separate coding sheet or entered separately electronically.

C. The sonar assessment shall include complete structural and service assessment to the equivalent PACP standard as that obtained through conventional CCTV imagery.

D. The CCTV/sonar inspection shall be continuously recorded and supplied in

DVD/CD-ROM format or an external hard drive, supported by complete defect inspection logs.

E. The output will display combined CCTV and sonar images of the interior of the

pipe. The sonar image will be superimposed on the real CCTV image and continuously recorded as a combined operation.

7. MEASUREMENT AND PAYMENT

A. For Sewer Lines

Measurement of CCTV/sonar inspection work for sewer lines covered under this special provision shall be the actual linear footage measured after a single pass through the pipe segment, and not by the total linear footage traversed by the CCTV and sonar profiling equipment. Payment for CCTV/sonar inspection work for sewer lines, as measured above, shall be made at the unit price bid per linear foot as provided for in the Bid Proposal Schedule and shall include reports, documentation, and all incidentals necessary to complete the work, and shall be full compensation for the completed work inclusive of mobilization/demobilization. Payment for post-rehabilitation combined CCTV and sonar inspection shall not be made until all testing for the rehabilitated sewer line segment has been approved by the Officer-in-Charge.

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 228-6 SONAR INSPECTION

Payment for sewer flow control shall be included in the prices bid for sewer flow control as provided for in the Bid Proposal Schedule.

--END SECTION 228--

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 229-1 LASER PROFILING

SECTION 229 COMBINED CCTV INSPECTION / LASER PROFILING 1. GENERAL

The term "laser profiling" as used in these specifications shall be defined as the measurement and recording of pipe related criteria, including but not limited to, ovality, capacity, delta (the difference between the maximum and minimum pipe radius), fault sizes, water levels, debris levels, and joint off-sets by the use of an approved laser profiling tool.

The Term “CCTV inspection” as used in these specifications shall be defined as the collection of pipe condition assessment data including but not limited to, pipe material, pipe size, laterals, defects, debris, defect location and extent, infiltration, sags, and other pipe features by the use of an approved pan and tilt color CCTV camera. The work covered by this special provision shall consist of furnishing all labor, equipment, and supervision to perform all work necessary to conduct combined CCTV inspection and laser profiling of sewer lines, and generation of top view, PACP, and PipeTech reports.

The CCTV inspection and laser profiling process shall document the physical characteristics and conditions of the existing sewer lines and the location of potential repairs. CCTV inspection and laser profiling inspections shall utilize Digital Video on Compact Digital Video Disk (DVD), or other approved electronic data storage technologies, and computer generated raw data, and processed information reports as documentation to be submitted to the City. The data will be recorded and the condition of pipe sections shall be provided in NASSCO’s PACP and PipeTech format, as directed by the Officer-in-Charge.

All CCTV/laser profiling operator(s) responsible for direct reporting of sewer condition shall have a minimum of 3 years experience in CCTV inspections of sewers, and completed training in the use of laser profiling from the laser profiler manufacturer. The Contractor must demonstrate to the Officer-in-Charge that the operator of the CCTV/laser profiling unit(s) is certified by the equipment manufacturer to operate the equipment and interpret the resulting data. The Contractor shall provide written documentation that all CCTV and laser profiling survey operators meet these experience requirements which shall include a list of projects undertaken as well as client name and telephone number for reference.

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 229-2 LASER PROFILING

2. CONTRACTOR REQUIREMENTS

A. The Contractor shall have a documented, in place safety program which meets or exceeds all Federal and State OSHA regulations, with emphasis on hazard free operations in confined spaces and sewage environments.

B. The Contractor shall have as a minimum 3 years experience in sewer

inspection. 3. SUBMITTALS

A. Video Picture Quality Assurance

To establish working criteria for CCTV video picture quality, which must be maintained throughout the project, at the request of the Officer-in-Charge, the Contractor shall furnish the Officer-in-Charge with a DVD of not less than 1000 feet of actual prior sewer line CCTV inspection performed by the Contractor on a recent project which meets this job specification. The inspection must have utilized the same equipment (make and model) that the contractor will utilize on this project. Upon approval, this DVD will become the property of the Owner and will be used throughout the Project as a standard which the Contractor's video picture quality must meet.

B. Work Procedure

Sewer line segments inspected by means of a combination CCTV inspection and laser profiling will be done one section at a time (manhole to manhole being a section unless otherwise directed by the Officer-in-Charge), and the section being inspected shall be suitably isolated from the remainder of the sewer line as required. CCTV inspection and laser profiling shall be performed so that a clear, definitive picture and profile of the interior of the pipe can be obtained. The inspection is to be performed according to SPECIAL PROVISIONS Section 218, “Television Inspection”. In cases of discrepancies between CCTV and laser profiling requirements, the more stringent of the two shall dictate. Pipe walls should be free of grease, webs, rubble, or other debris. At minimum, 95% of the above water pipe circumference should be free of debris. If the sewer line segment needs to be cleaned to obtain a clear, definitive image of the interior of the pipe or accessibility, the Contractor must first obtain approval from the Officer-in-Charge.

The Contractor shall submit a detailed work plan and schedule for approval to the Office-in-Charge prior to starting work.

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 229-3 LASER PROFILING

C. Equipment

The combined CCTV inspection and laser profiling system with laser ring projection head shall be placed into the pipe. The laser camera should be centered vertically and horizontally, and the laser projection head shall be positioned, in relationship to the laser camera, so that the laser ring fills minimum 75% of the monitor screen height and the alphanumeric cable distance display does not interfere with the laser ring image. The CCTV camera head shall be positioned to reduce the risk of picture distortion. In circular sewers the CCTV camera lens shall be positioned centrally(i.e. in prime position) within the sewer. In non-circular sewers, picture orientation shall be taken at mid-height, unless otherwise agreed, and centered horizontally. In all instances the camera lens shall be positioned looking along axis of the sewer when in prime position. A positioning tolerance of + 10% of the vertical sewer dimension shall be allowed when the camera is in prime position.

The CCTV camera/laser profiling unit shall be moved through the pipeline at a uniform rate without loss of data quality. In no case shall the inspection unit be moved at a speed greater than 20 feet per minute. The images at all times shall be free of electrical disturbances and provide a clear and stable image of the resolution approved by the Officer-in Charge.

The Contractor shall submit a complete description of the equipment to be used prior to starting work. The Contractor shall provide documentation that the operator has, at a minimum, completed the necessary training to operate the equipment properly and is certified by the equipment manufacturer.

D. Documentation

Software should provide the following information:

• Crack length and width measurements • Pipe joint separation, gap and misalignment measurements • Pipe deformation measurements • Pipe line deviation measurements • Pipe diameter graphical analysis in terms of the x and y axes and diameter • Pipe ovality deformation analysis • Pipe capacity analysis • Notation of leaks, debris, or other damages • Depth and nature of debris • Location of laterals and other features • Location and estimation of infiltration/exfiltration

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 229-4 LASER PROFILING

Time and date of inspection; the operator; the “to and from” manholes; sewer main id; the direction of flow; and any other relevant information required. Documentation shall consist of electronic video files provided in DVD quality MPEG-2 color video format compatible with Windows Media Player or a Free Viewer provided by the software manufacturer, and capable of replay on the City's DVD equipment without special software, and a computer generated final report as provided by the CCTV/laser profiling software.

All original DVDs of the video and laser profile inspections shall be submitted to the City upon completion of the video inspections. The video DVDs shall be of professional broadcast quality and shall provide vivid color. The video DVDs shall be packaged in plastic sleeves, filed in 3-ring folders for handling. Other electronic data storage formats may be acceptable if approved by the Office-in-Charge. The Contractor shall provide a summary and rating of the condition of each pipe segment according to a standard approved by the Officer-in-Charge.

All records shall be available to the Officer-in-Charge for inspection during the performance of work and shall become the property of the City after completion of the Project.

CCTV inspection documentation to be performed according to SPECIAL PROVISIONS Section 218, “Television Inspection”.

4. EQUIPMENT

Equipment used in the work of this special provision shall be produced by manufacturers regularly engaged in the manufacture of equipment specifically designed for CCTV and laser profiling of sewer pipe sections. Equipment shall include a laser projector, video camera recording laser projections, television cameras, television monitor, cables, power sources, adequate lighting, and other required equipment. The remote-reading footage counter shall be accurate to less than 1% error over the length of the section of sewer line being inspected. Telephones, radios, or other suitable means of communication shall be set up to ensure that adequate communication exists between members of the CCTV inspection / laser profiling crew.

The laser projector and video camera shall be mounted on a skid, floatable raft system, or transporter, based on the existing conditions of the sewer line to be televised. The equipment and the skid, raft, or transporter system shall be furnished with emergency pullback cables of sufficient strength for all retrieving situations. The transporter shall at minimum fit through a 12-inch rehabilitated lined pipe.

The Contractor shall provide sufficient inspection units and all relevant ancillary equipment, including standby units in the event of breakdown in order to complete all sewer inspections as specified within the scheduled specified.

REHABILITATION OF SEWER LINES ON OAHU COMBINED CCTV INSPECTION / CONTRACT NO. 007 229-5 LASER PROFILING

5. EXECUTION

A. Execution of CCTV inspection to follow execution as specified in SPECIAL PROVISIONS Section 218, “Television Inspection”.

B. The Contractor shall comply with all applicable traffic control requirements.

C. No open manholes shall be left unattended during the Contractor's operations. D. The Contractor is responsible for maintaining sewer service at all times during

work.

E. The Contractor shall be responsible for making all necessary arrangements for gaining access to work sites in private property. In cases where manholes are hidden or buried, City personnel may be contacted via the Officer-in-Charge to help locate and expose manholes.

F. Damage to private property, sewer pipes, manholes and appurtenances

caused by the Contractor’s work shall be repaired by the Contractor at no additional cost to the City.

6. MEASUREMENT AND PAYMENT

A. For Main Sewer Lines

Measurement of CCTV inspection / laser profiling work for main sewer lines covered under this special provision shall be the actual linear footage measured after a single pass through the pipe segment, and not by the total linear footage traversed by the CCTV and laser profiling equipment. Pipes of unknown diameter shall be field verified and paid at the unit price per linear foot at the appropriate bid price for the actual diameter.

Payment for combined CCTV / Laser Profiling inspection work for main sewer lines, as measured above, shall be made at the respective unit prices per linear foot as provided for in the Bid Proposal Schedule and shall include reports, documentation, and all incidentals necessary to complete the work, and shall be full compensation for the completed work inclusive of mobilization/demobilization. Payment for post-rehabilitation CCTV / Laser profiling inspection shall not be made until all testing for the rehabilitated sewer line segment has been approved by the Officer-in-Charge. Payment for sewer flow control shall be included in the prices bid for sewer flow control as provided for in the Bid Proposal Schedule.

--END SECTION 229--

REHABILITATION OF SEWER LINES ON OAHU SANITARY SEWER CONTRACT NO. 007 230-1 CHEMICAL SEALING

SECTION 230 SANITARY SEWER CHEMICAL SEALING 1. DESCRIPTION

It is the intent of this special provision to provide chemical sealing at defective pipe joints, cracks, the annular space between the rehabilitation material and host pipe at reinstated lateral openings, and other small defects to reduce or eliminate groundwater infiltration. This work shall be in accordance with American Society for Testing and Materials (ASTM) F 2304-03 “Standard Practice for Rehabilitation of Sewers Using Chemical Grout.”

2. SAFETY

The Contractor shall be solely responsible for safety during the performance of all work. Contractor shall take satisfactory precautions to protect the sewer segments and appurtenances from damage that might be inflicted upon them by the use of grouting equipment. Any damage inflicted upon a sewer segment or other public or private property as a result of the Contractor’s sealing operations, regardless of the sealing method used and regardless of any other circumstances which may contribute to damage, shall be repaired by the Contractor is his sole expense.

3. MINIMUM QUALIFICATIONS

Chemical sealant shall have documented service of successful performance in similar usage, with a minimum of 2,000 joints sealed. Contractor shall submit a notarized letter from the chemical sealant manufacturer indicating that the requirement has been met.

4. SUBMITTALS

In addition to equipment and material submittals required elsewhere in this Special Provision, the Contractor shall submit pump calibration information, field sealing records, certification of pressure sensing/monitoring equipment, current documentation of Contractor’s compliance with product manufacturer’s Safe Operating Practices Procedures (SOPP) as approved by EPA and/or OSHA and/or HIOSH. Further, upon request, the Contractor must submit proof of chemical supplier’s product liability insurance.

5. MATERIALS A. Delivery, Storage and Handling Contractor shall deliver materials to the job site in undamaged, unopened

containers bearing manufacturer’s original labels.

REHABILITATION OF SEWER LINES ON OAHU SANITARY SEWER CONTRACT NO. 007 230-2 CHEMICAL SEALING

Materials used as chemical sealant shall be transported, stored, and placed in manner prescribed by manufacturer of those materials, as detailed in published data provided by manufacturer.

B. Chemical Sealant

1) Chemical Grout

Grout used shall be Avanti AV-118 acrylic resin, or de neef Construction Chemicals AC 400, or approved substitute. Contractor shall provide all components of the solution which make up the completed resin. After final reaction, it shall be a stiff, impermeable, yet flexible gel. Grout shall make true solution at concentrations as high as three pounds per gallon of water. Solutions shall have ability to accept dilution by groundwater of at least 50% by volume, without significantly changing sealing ability of the gel when at rest or in motion. Solutions shall gel in a predetermined time when exposed to normal groundwater pH ranges, and be capable of formula adjustments to compensate for changing conditions. Final reaction shall produce a continuous, irreversible, impermeable stiff gel at chemical concentrations as low as 0.4 lbs per gallon of water that is able to break away from the joint sealing packer when the packer is deflated. Gel shall not be rigid or brittle. Gel shall have negligible corrosion rate on mild steel plates.

2) Non-Chemical Grout

Any request to substitute a non-chemical grout shall be subject to review and approval by the Officer-in-Charge.

C. Insoluble (Particulate) Additives Inactive solids such as diatomaceous earth may be mixed with sealant by

Contractor as filler only upon written approval of the Officer-in-Charge. D. Water shall be potable. 6. EQUIPMENT Contractor shall provide equipment consisting of closed-circuit television (CCTV)

systems, necessary chemical sealant containers/tanks, pumps, regulators, valves, hoses, etc. and joint sealing packers for appropriate sizes of pipe designated to receive chemical grouting. The packer shall be cylindrical and have a diameter less than the pipe size. The packer shall be constructed in a manner to allow restricted amounts of sewage to flow and shall be pneumatically operated. Hydraulically or mechanically expanded devices shall not be permitted.

REHABILITATION OF SEWER LINES ON OAHU SANITARY SEWER CONTRACT NO. 007 230-3 CHEMICAL SEALING

To test the accuracy, integrity, and performance capabilities of sealing equipment units, the Contractor shall perform a demonstration test in a test cylinder constructed so that a minimum of two known leak sizes can be simulated. Contractor shall provide test cylinders and pressure gauges. Contractor shall perform the demonstration test for each chemical sealing unit prior to beginning work. This technique will establish test equipment performance capability in relationship to test criteria and ensure that there is no leakage of the test medium from the system or other equipment defects.

7. CLEANING Prior to the application of chemical sealing materials, the Contractor shall thoroughly

clean the sewer segment designated for chemical sealing work. Cleaning shall include the removal of all debris, solids, and other deposits in the sewer line; particularly at the pipe joints, cracks or other areas designated for the grouting work. The sewer segment shall be clear of obstructions such as dropped joints, protruding lateral connections, and broken/crushed pipe which will prevent the use of the grouting equipment.

8. SEWER FLOW CONTROL Any sewer flow control and bypassing pumping around the segment designated for sealing work shall be approved by the Officer-in-Charge.

9. CHEMICAL SEALANT APPLICATION FOR SEALING JOINTS Repairs shall be conducted at joints, cracks, and other areas where groundwater

infiltration is identified. The repair will be such that the original cross-sectional area and shape of the interior of the sewer pipe shall not be permanently reduced or changed.

A. Placement of Chemical Sealant Contractor shall position the sealing packer over the area of infiltration by means

of a metering device at the surface and closed-circuit television camera in the line. Accurate measurement of the location of the defect to be sealed shall be made using the portion of the sealing packer as “Datum” or measurement point or target. Such measurement to the target shall also be used to obtain necessary measurement for positioning the injection area of sealing packer over area to be sealed.

REHABILITATION OF SEWER LINES ON OAHU SANITARY SEWER CONTRACT NO. 007 230-4 CHEMICAL SEALING

Contractor shall expand the sealing packer sleeves using controlled pressures. Expanded sleeve shall seal against the inside periphery of pipe to form a void area at the point of infiltration, completely isolated from the remainder of the line. Contractor shall pump sealant materials into this isolated area through hose systems at controlled pressures which are in excess of groundwater pressures. Contractor shall pump as much sealant material as is field-required to seal any leaks and fill the voids. Sealant material shall break away from the packer and stay in place when the packer is deflated and moved from the point of infiltration.

Upon completion of all grouting required along a sewer segment, CCTV shall be

used to verify that the infiltration at the sealed locations have been eliminated or adequately reduced as determined by the Officer-in-Charge. Should it be determined by the Officer-in-Charge that the sealing work does not meet the requirements of the Contract Documents, the Contractor shall re-seal the defective locations at no additional cost to the City. Additional video inspection shall be conducted at no additional cost to the City, and shall be conducted as many times as it is necessary until it has been documented that the sealing work has been satisfactorily completed.

After sealing the entire sewer section, Contractor shall remove surplus sealant

material from section at the immediate downstream manhole. If surplus sealant materials left in the sewer section by Contractor results in sewer surcharging and subsequent damage to public or private property, Contractor shall be responsible for repairing all of the damage at his own expense.

B. Gel Checks Contractor shall make gel checks daily for each sealing vehicle to monitor both

induction period and gel characteristics. Contractor shall also make checks for every mixed batch or at least twice per day if only one batch is used. The Officer-in-Charge reserves the right to request adjustment of gel times or reject entire batch if acceptable gel characteristics do not exist. Periodic gel checks shall also be made in the pipe (at request of Officer-in-Charge) by seating the sealing packer on the pipe barrel and filling the packer void with sealant solutions. Pressure will then be monitored until a rise in pressure is observed, indicating that sealant has gelled in the packer void. Contractor shall certify, for each of the sealing vehicles, results of required gel check.

C. Field Records Contractor shall keep field records for each sewer section prior to, during, and

after completion of chemical sealing operation. Records shall include information such as accurate locations, gel times, sealant volumes, pressures, air temperatures, and joints not sealed due to close proximity to building service connections and sewer manholes.

REHABILITATION OF SEWER LINES ON OAHU SANITARY SEWER CONTRACT NO. 007 230-5 CHEMICAL SEALING

10. WARRANTY The Contractor shall guarantee the sealing of the pipe joint by the sealant for one full

year from the date of acceptance to the extent that he will repair and/or re-seal any defects including, but not limited to, root penetration, signs of infiltration, and cracks in the pipe or sealing material, which may appear in the structure because of faulty design, workmanship, or material.

11. MEASUREMENT AND PAYMENT A. Measurement: The quantity for which payment will be made for chemical sealing

shall be measured per gallon of chemical sealant installed. B. Payment: Payment for chemical sealing shall be based on the unit prices per

gallon as listed in the Bid Proposal for the first location per each sewer main segment bounded by two manholes. Payment shall include full compensation for all labor, materials, supplies, equipment, tools, and all incidentals for the complete installation of the chemical sealant. Mobilization/demobilization costs related to chemical sealing work shall also be included into the unit price per gallon cost of the chemical sealant work.

Payment for sewer line cleaning prior to installation of chemical sealant shall be

made at the unit price per lineal feet and paid based on the actual lineal footage cleaned. See SPECIAL PROVISIONS Section 217, “Sewer Line, Sewer Lateral, and Manhole Cleaning” for more details.

Payment for CCTV Inspection prior to and after installation of chemical sealant

shall be made at the unit price per lineal feet and paid based on the actual lineal footage CCTV inspected. Separate payment shall be made for both the pre-CCTV and post-CCTV work. See SPECIAL PROVISIONS Section 218, “Television Inspection” for more details.

Payment for chemical sealing work located in easements shall include the sealing

of joints and lateral reinstatements of sewer lines of any diameter located within easements, per each sewer main segment bounded by two manholes.

Payment for sewer flow control, if approved by the Officer-in-Charge, shall be paid separately as indicated in the Bid Proposal. Payment shall include, per line segment, compensation for temporary bypass piping and pumps, controls, stand-by equipment, placement, burying (where required) and removal of bypass lines and site restoration as required, plugs, and all appurtenances needed to complete the work. (Excluding special-duty police officer/flagman, excavation, backfill and pavement restoration).

--END SECTION 230--

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-1 JET GROUTING

SECTION 235 JET GROUTING 1. DESCRIPTION

A. The work specified in this Section includes requirements for constructing stabilized soil columns, consisting of soil mixed with cement grout, by the jet grouting method for underpinning of the existing pump station. The work includes mobilizing of equipment for jet grouting and grout mixing plant; determining suitable jet grouting procedures and soil/grout mixing parameters including column diameter, inclination, and sequencing; performing test programs and evaluating the results; installing production jet grout columns; containing, cleaning up and disposing of waste materials resulting from jet grouting; and all labor, equipment, and materials to complete this work as specified herein.

B. All work shall be performed in accordance with all City, State, and Federal

safety regulations, environmental regulations and permits, and project environmental control requirements, required for the project.

2. REFERENCES

This section contains references to the following documents. They are a part of this section. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail.

A. Abbreviations:

API American Petroleum Institute B. Commercial Standards:

API Standard 13A Specification for Drilling – Fluid Materials API Standard 13B Standard Procedure for Testing Drilling Fluids ASTM C 39-05 Standard Test Method for Compressive Strength of

Cylindrical Concrete Specimens ASTM C 109-05 Standard Test Method for Compressive Strength of

Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens)

ASTM C 150-05 Standard Specification for Portland Cement ASTM C 494-05a Standard Specification for Chemical Admixtures for

Concrete

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-2 JET GROUTING

ASTM D 1633-00 Standard Test Method for Compressive Strength of

Molded Soil-Cement Cylinders ASTM D 2850-03a Standard Test Method for Unconsolidated-

Undrained Triaxial Compression Test on Cohesive Soils

ASTM E 329-05b Standard Specification for Agencies Engaged in

Construction Inspection and/or Testing 3. DEFINITIONS

A. Jet Grouting: The process of creating stabilized soil-cement columns in place utilizing a grout mix delivered at high speed and pressure through a special drill bit that has nozzles to produce horizontal jets. High-pressure cement grout or water and air jets, or air and cement grout jets, are used to excavate columns in the materials to be stabilized. The soil-cement columns are constructed by withdrawing the rotating drill bit at a slow, constant speed; cutting the soil with cement grout, or air and cement grout; pumping a tremie cement grout slurry and mixing it simultaneously with cuttings through the drill bit; and thoroughly mixing the soil cuttings and grout to produce continuous columns of consistent geometry and quality.

B. Bearing Material: Soil or rock deposits with adequate strength and low

compressibility to provide support for long-term loads transmitted by the jet grout columns.

4. DESIGN CRITERIA

A. Develop drilling and jet grouting methods and procedures and proportion and inject grout so that the stabilized grout column produced has a minimum unconfined compressive strength at 7 and 28 days of 200 and 400 pounds per square inch (psi), respectively, for the soil-cement material for jet grout columns used for the underpinning of the existing pump station.

B. Jet grout injection, rotation, extraction rates, and inclination shall be sufficient to produce grout columns meeting the lateral extent, depth, and material property requirements specified herein.

C. Take all precautions necessary to protect existing utilities and the existing

pump station from subsidence, heave and other damage, including, but not limited to, potholing, and prudent sequencing and installation of jet grout columns. Repair any utilities and existing facilities damaged by jet grouting immediately and at no additional cost to the City.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-3 JET GROUTING

5. SUBMITTALS

Submit the following and provide sufficient detail to allow the Officer-in-Charge to judge whether or not the proposed equipment, materials, procedures, work plan, and actual work force will meet the requirements of this Contract. A. Qualifications:

1) Submit resumes detailing the experience of the proposed full-time on-site Jet Grout Supervisor/Superintendent /Specialist, Jet Grout Rig Operator, and Jet Grout Mix-plant and Pump Operator, who meet the requirements of Paragraph 6.A.

2) Submit the name of the independent testing laboratory that will be

performing laboratory testing of test specimens, who meet the requirements of Paragraph 6.B.

B. Work Plans and Grouting Methods: Submit a detailed work plan describing the

proposed grouting methods and equipment to be used including the following:

1) Jet grouting methods, procedures, sequencing, and column layout, including indication of column size and spacing, spoil control and removal, construction staging and access, and protection of existing utilities and facilities.

2) Description of jet grout work plan, equipment, and manufacturer’s literature describing capabilities.

3) Sequencing of jet grout column installation and other precautionary

measures, to prevent potential adverse impact on the existing pump station.

4) Methods and equipment for drilling column holes. 5) Arrangement and description of grout mixing, recording, and injection

equipment, layout of jet grout columns, and other details to illustrate the plan for setting up at each site where jet grouting is required.

6) Schedule and sequence for completing jet grouting test programs and

production jet grout work. 7) Grout mix design, sources of mix materials, admixtures (including

manufacturer’s literature), and material data demonstrating compliance with requirements specified herein. Grout mix design shall include target range for unit weight, Marsh Viscosity, and bleed that will

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-4 JET GROUTING

produce acceptable grout strength. Provide 7- and 28-day design compressive strengths for neat cement grout mix.

8) Quality control procedures including record keeping, field testing,

sampling, and laboratory testing of completed columns. 9) Description of work area layout, construction sequencing, jet grout plan,

restoration plan, and all necessary precautions to control and prevent discharge of jet grouting spoils and drill cuttings onto landscaped areas or public or private properties.

C. Test Program: Select test program location(s). Layout and procedures for test

program to demonstrate that proposed jet grouting methods and equipment will produce acceptable results. Provide details of sampling and testing programs to determine quality and properties of the columns installed. Subject to the results of the test program, the Officer-in-Charge may require modifications in the jet grout procedures to achieve acceptable results. Depending on the test programs results, and extent of modifications necessary, the Contractor may be required to construct an additional test section, at no additional cost to the City, at a location selected by the Officer-in-Charge.

D. Jet Grouting Reports

Prepare and submit daily shift reports for the jet grouting test program(s) and the production jet grouting. The Contractor’s proposed report forms shall be submitted to the Officer-in-Charge for approval prior to the start of work. As a minimum, the reports shall include: 1) Jet grout column identification including: column number, diameter,

length, location, depth, inclination angle, and direction of inclination. 2) Time and date of beginning and completion of each column. Note any

interruptions or delays and the cause of these interruptions or delays. 3) Grout mix data, including mix proportions. 4) Grout flow rates and total grout quantity used for each column. 5) Water/air jet pumping pressures and flow rates used to construct each

column. 6) Rates of rotation and withdrawal of jet grout rods for each column. 7) Number and identification of grout and soil-cement samples obtained.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-5 JET GROUTING

8) Other pertinent observations, such as: utilities, presence of obstructions, loss of spoil/grout return, grout escapes, ground heave, sinkholes, or other unusual behavior during drilling or grouting.

9) As-built drawings indicating the locations of jet grout columns installed.

E. Material Sampling

During the installation of production columns, quality control sheets shall be submitted to the Officer-in-Charge weekly to document the results of the tests carried out on grout and soil-cement samples. Test results should be submitted as they are completed. The quality control sheets shall include the following information: 1) Jet grout column identification, sample depth, and date for each

sample. 2) Tests performed and results of the tests. 3) Comments describing any factors that may have influenced the test

results. 6. QUALITY ASSURANCE

A. Qualifications: Jet grouting shall be performed by a qualified Contractor, Contractor’s work force members, or specialty subcontractor. A full-time on-site Jet Grout Supervisor/Superintendent/Specialist, Jet Grout Rig Operator, and Jet Grout Mix-plant and Pump Operator shall be assigned to the project, and all key work force members shall meet the experience requirements outlined below.

1) Jet Grout Supervisor(s) who will be assigned to supervise the jet

grouting portion of the project shall meet the following minimum requirements:

a) At least 5 years of experience in planning, coordinating, and

supervising jet grouting in the last 10 years. b) Has completed at least 5 jet grouting projects successfully in the

last 10 years involving jet grouting for ground improvement in a range of ground and groundwater conditions similar to this project, and a minimum of two projects must include successful grouting of stiff clays, silts, sand, and gravel interbeds, with or without pre-drilling of grout zones.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-6 JET GROUTING

2) Jet Grout Superintendent(s) or Specialist(s) who will be assigned to supervise the jet grouting portion of the project shall meet the following minimum requirements:

a) At least 5 years of experience in planning, designing, and

supervising jet grouting in the last 10 years. Experience must include successful completion of at least one project that involved underpinning of existing settlement sensitive structure.

b) At least 5 years of experience working as jet grout rig operator. c) At least 2 years of experience working as jet grout mix-plant and

pump operator. d) Has completed at least 5 jet grouting projects successfully in the

last 10 years involving jet grouting for ground improvement and/or groundwater control in a range of ground and groundwater conditions similar to this project, and must include successful grouting of stiff clays, silts, sand, and gravel interbeds, with or without pre-drilling of grout zones.

3) Jet Grout Rig Operator(s) who will be assigned to the jet grouting

portion of the project shall meet the following minimum requirements:

a) Five (5) years of experience as jet grout rig operator in the last ten years.

b) Has completed at least 5 jet grouting projects successfully in the

last 10 years involving jet grouting for ground improvement.

4) Jet Grout Mix-plant and Pump Operator(s) who will be assigned to the jet grouting portion of the project shall meet the following minimum requirements:

a) 5 years of experience in jet grouting in the last 10 years. b) Has completed at least 5 jet grouting projects successfully in the

last 10 years involving jet grouting for ground improvement. B. Testing Laboratory: Testing shall be performed by an independent testing

agency that can certify compliance with requirement of ASTM E 329, or as approved by the Officer-in-Charge. The laboratory shall demonstrate experience performing the laboratory tests required herein.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-7 JET GROUTING

7. MATERIALS AND MIX DESIGN

Deliver all materials in undamaged, unopened containers bearing manufacturer’s original label. Store and handle grout material in accordance with manufacturer’s recommendations. A. Materials

1) Grout: Grout shall be a mixture of Portland cement, water, and, if required, bentonite or other admixtures. The grout shall be mixed in a grout plant, which combines dry cement and water in predetermined proportions. Grout mix shall have a consistency that is fluid and pumpable. It shall be proportioned to provide the required strength and mixing consistency.

2) Cement: Portland cement, ASTM C 150, Type I or II. The cement shall

be adequately protected from moisture and contamination while in transit to, and storage at, the job site.

3) Bentonite: Premium grade Wyoming sodium montmorillonite, or

approved substitute, manufactured in accordance with API Standard 13A. Grout mix shall not contain more than 2 percent bentonite by dry weight of cement.

4) Water: Potable water shall be used. 5) Admixtures: Admixtures may be used as necessary to satisfy specified

strength requirements, and as required to improve pumpability, control set time, and prevent segregation and bleeding. Admixtures shall conform to ASTM C 494 requirements.

B. Grout Mix: The grout mix utilized shall provide jet grout columns that meet the

requirements specified in Paragraph 4A of this Section, as verified by test program results specified herein.

8. EQUIPMENT

A. Drilling and Jetting Equipment: All jet grouting equipment and procedures used for drilling boreholes; lowering, raising, and rotating grout tubes; mixing grout; injecting grout and air-water; and grout tubes shall have proven successful performance records for use in performing similar jet grouting work. Jet grouting rig and equipment shall be capable of performing the work including near and under the overhanging roof of the pump station.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-8 JET GROUTING

B. Mixers: Grout mixers, holding tanks, and associated equipment shall be of a type and capacity for producing a uniform grout mixture at the times and quantities required for the timely prosecution of the work.

C. Jet Pumps: Pumps shall be high pressure pumps capable of delivering the

grout at the flow rates and pressures required for the performance of the work in accordance with this Section.

D. Recording Equipment: Provide automatic recording equipment with a meter to

determine the volume of grout injected. The meter shall be calibrated in cubic feet to the nearest one-tenth of a cubic foot.

E. Spare parts and/or equipment shall be available on-site to maintain jet

grouting equipment in satisfactory operating condition at all times during execution of the jet grouting work. Any jet grout hole lost or damaged as a result of mechanical failure of equipment, inadequacy of grout, air, or water supplies, or improper drilling or injection procedures shall be regrouted, or backfilled with cement grout and replaced with another hole, as approved by the Officer-in-Charge, at no additional cost to the City.

9. GENERAL JET GROUTING PROCEDURES

Jet grout injection, and jet grout rod rotation and extraction rates, shall be sufficient to produce grout columns meeting the diameter, depth, overlap, and material property requirements specified herein. Use the same equipment, materials, and procedures as those determined in the test program to achieve satisfactory results to perform production jet grouting work. The general procedure for constructing each individual jet grout column shall be as follows: A. The jet grout rod shall be advanced to the depth indicated on the submitted

and accepted shop drawings and accepted submittals. B. The grout shall be pumped through the rods and water/air pumped through the

nozzles. The rods shall be slowly rotated and withdrawn in prescribed increments creating the jet grout column.

C. Excess grout and soil from jet grouting operations shall be contained in

vacuum tanker trucks, mud tanks, or by other accepted methods to facilitate rapid cleanup at the end of each shift. Pump out mud tanks into tanker trucks for disposal, as required.

D. Equipment for mixing, holding, and pumping grout shall be in a secure location

and shall be operated to minimize spillage of material. No water, waste, grout, or soil shall be allowed on City streets or be allowed to enter adjoining private properties.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-9 JET GROUTING

E. At completion of daily jet grouting operations, thoroughly clean the site and dispose of all debris, water, waste grout, and spilled material.

F. Excess spoil and waste grout shall be disposed of in accordance with all

applicable Federal, State, and City regulations. 10. CONSTRUCTION REQUIREMENTS

A. Use the same equipment, materials, and procedures as those determined in the test programs to give satisfactory results for the production jet grouting work, unless approved otherwise by the Officer-in-Charge.

B. The jet grout columns shall be constructed to the depths, inclination, and

minimum diameter as indicated on the submitted and accepted shop drawings. C. Monitor existing utilities during jet grouting and stop grouting if any heave or

movement of the utility lines is observed. D. Additional replacement jet grout columns shall be installed, as directed by the

Officer-in-Charge, and at no additional cost to the City, if the performance requirements for the jet grout columns specified herein are not achieved.

E. Column Locations

1) The jet grout column locations shall be surveyed, checked, and marked on the ground by the Contractor before the start of drilling. Locate all existing utilities in the area where jet grouting is to be performed. All other column layouts shall be based on a minimum overlap of 1-foot in all directions. Adjust the column locations in the field as required to avoid utilities or other obstructions. The Contractor shall make these required adjustments, as approved by the Officer-in-Charge, and document these modifications on as-built drawings. The location of each column shall be noted and recorded on the daily shift report.

2) Where overhead obstructions are present, mast extensions will be

added or subtracted to adapt to site and job conditions. If required, the drilling/jetting rod shall also be adjusted accordingly.

3) Obstructions: If the drill hole cannot be completed to the depth indicated

on the submitted and accepted shop drawings because of obstruction, grouting operations for that hole shall be temporarily suspended and the situation reported to the Officer-in-Charge. If possible, relocate the hole and install one or more vertical or inclined columns that provide at least the same zone of treatment as the original drill hole. If the obstruction is not a live utility, and is penetrable by conventional drilling methods, the drilling/grouting operation shall be continued. The

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-10 JET GROUTING

Contractor shall adjust the drilling tools and procedures to ensure the drilling of a vertical hole for column installation. The presence of obstructions shall be noted and recorded on the daily shift reports.

F. Column Inclination

1) The inclination of each column shall be noted and recorded on the daily shift report.

2) Before the start of drilling, the correct inclination of the mast shall be

checked using a level by the operator. Measurements shall be made in at least two directions that are 90 degrees apart from each other.

3) The drilling/grouting rods shall be of sufficient stiffness to ensure that

the deviation of jet grout columns from the theoretical axis is maintained at 1:200 (horizontal to vertical) or less.

G. Column Depth and Height

1) Column depth and height shall be as indicated on the submitted and

accepted shop drawings. To ensure that the correct elevations are achieved in the jet grouting process, required elevations will be converted to depths on a hole-by-hole basis. This information will then be provided to the drill operator for use in determining the correct depths to be used in the field.

2) Column depth shall be measured with respect to ground level by

observing the length of the rods inserted. Markings shall be located on the drill mast in one-foot increments to assist the drill operator in determining the exact depth. If requested by the Officer-in-Charge, the column depth shall be verified with an electronic depth meter.

3) The depth to the bottom and length of each column shall be noted and

recorded on the daily shift report. H. Grout Mixing

1) A mixing plant shall be used for the preparation of the grout. The mixing plant shall consist of cement silo, high-speed grout mixer, grout agitator, grout pumps, and control unit, as required. The plant shall be capable of supplying a uniform grout mixture in the quantities required for timely prosecution of the work.

2) Mix cement, water, and any admixtures in the proportions indicated in

the approved submittals. If bentonite is used, add the bentonite to the water and mix thoroughly to fully hydrate prior to adding cement. Time

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-11 JET GROUTING

of mixing shall be as required to fully hydrate the cement but not less than 5 minutes. Any grout not injected within 90 minutes of mixing shall be wasted and properly disposed of as specified herein.

3) The grout mix proportions for each grout column shall be noted and

recorded on the daily shift reports. I. Grout Injection Rate and Pressure

1) The appropriate grout injection rate and pressure, nozzle sizes and numbers, etc. shall be determined during the test program, and this injection rate and pressure shall be utilized during construction of the production columns.

2) The grout injection rate shall be monitored counting the strokes of the

piston pump in a fixed period of time as recommended by the pump manufacturer, or by using an electronic flow meter.

3) Use automatic recording equipment to measure the volume of grout

injected into each column. 4) The grout injection pressure shall be monitored with calibrated pressure

gauges mounted on the injection lines. Prior to the start of each column, and throughout jet grouting, the pressure shall be checked to verify that there is no blockage in the jet grout rods or nozzles. Maintain an adequate supply of backup pressure gauges to replace broken or defective gauges without delaying the work.

5) The grout injection rate, volumes injected, nozzle(s) sizes and numbers

and injection pressure for each column shall be noted and recorded on the daily shift report.

J. Air Pressure (If Double Fluid Systems are used):

1) The necessary air pressure and flow rate shall be determined during the test program and maintained during construction of the production columns. The air pressure and flow rate shall be checked on the pressure gauges and flow meter mounted on the compressor and drill rig.

2) The air pressure and flow rate shall be noted and recorded for each

column on the daily shift reports.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-12 JET GROUTING

K. Rotation and Withdrawal Rate 1) The appropriate rate of rotation and withdrawal shall be determined

during the test programs and maintained during construction of the production columns.

2) The rate of rotation shall be controlled by adjusting the rotary head

speed. It shall be checked by counting the number of rotations of the drilling/grouting rods in a fixed period of time.

3) The rate of withdrawal shall be controlled by an electronic sensor

mounted on the mast. It shall be checked by measuring the length of the drilling/grouting rods extracted in a fixed period of time.

4) The rate of rotation and withdrawal of jet grout rods shall be noted and

recorded for each column on the daily shift reports. L. Prevention of Ground Heave

1) In order to prevent ground heave during jet grouting, the drilling shall be carried out with an oversize drill bit with respect to the drilling/grouting rods, and appropriate drilling procedures shall be determined during the test programs and utilized during construction of the production columns.

2) The annulus between the rods and the borehole shall be kept free at all

times during grouting. In case the return of the spoil becomes partially or fully blocked, grouting shall be stopped, and the blockage shall be cleared by the Contractor before grouting operations are resumed.

11. TEST PROGRAMS

A. Conduct a minimum of one test program to evaluate the proposed grouting

methods and parameters to produce grout columns in all the anticipated subsurface conditions, meeting the diameter, depth, inclination, overlapping, and material property requirements indicated on the accepted shop drawings and specified herein. The test program shall determine and demonstrate appropriate grouting parameters for grout mix, grout pressures, rotational speed, withdrawal rate, grout flow rate, number and size of jet nozzles, maximum inclination, and drilling methods. During the testing program, the Contractor shall have all suitable jet grouting equipment available, as required for the work.

B. The representative location for the test program shall be selected by the

Contractor, and shall be reviewed and accepted by the Officer-in-Charge prior to starting the test program. The representative location will be located within

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-13 JET GROUTING

30 feet of jet grouted areas. If the representative location selected by the Contractor is located more than 50 feet away from available boring data, the Contractor shall provide pertinent subsurface data similar to those presented in the Geotechnical Report, to the required test depth, and at no additional cost to the City.

C. Test programs, including the results of 28-day strength tests, shall be

conducted and evaluated prior to starting production jet grout work. Schedule the test program to allow all laboratory tests to be completed and evaluated without delaying the work.

D. The test program shall be designed to verify the following items:

1) The range of column diameters, grouting depths, inclination angles, and

strengths, which can be achieved in the anticipated subsurface conditions.

2) The required column overlap and continuity between columns which

can be achieved. 3) Maximum pressures that can be used before ground surface heave

occurs.

E. The test program shall consist of a minimum of two sets of three overlapping vertical grout columns. Each vertical test column shall be installed within the required jet grouting depths. At least one set of vertical test columns shall be constructed using the parameters and procedures proposed for the production of jet grouting work.

F. If inclined grout columns are proposed, the test program shall also include a minimum of two inclined grout columns. The inclined test columns shall be non-overlapping. Each inclined test column shall be installed within the required jet grouting depths. At least one inclined test column shall be constructed using the parameters, procedures, and maximum inclination angle from the vertical, proposed for the production of jet grouting work.

G. After the test columns have set up sufficiently, continuous core samples should be obtained, using the methods specified as follows:

1) For each set of three overlapping vertical test columns, obtain a

continuous core sample from: the triple-point overlap of the three vertical test columns; and from 6 inches inside from the non-overlapping edge of one of the three adjacent grout columns, based on the proposed diameter of the grout column.

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-14 JET GROUTING

2) For each inclined test column, obtain a continuous core sample to verify the column diameter and inclination.

3) The coring or sampling operations shall be scheduled according to the

jet grouting and construction activities schedule and performed with suitable equipment.

4) Triple tube core barrels with thin walls shall be employed to obtain a continuous core sample of the jet grout columns. The nominal size of the core barrel shall be 3-inch I.D. or greater. Drilling shall be performed using rotary wash or air rotary methods by an experienced driller familiar with the triple tube coring process, and coring and sampling of jet grout columns.

5) All cores and samples shall be taken to an independent laboratory,

approved by the Officer-in-Charge, where they shall be stored in a moist environment at constant temperature. Extreme care shall be exercised in handling the cores at the site, in transport, and at the laboratory such that the cores do not become disturbed or otherwise damaged prior to testing.

6) All cores or sampling holes shall be backfilled with cement grout at the

completion of coring or sampling. H. Inspect the core and check for segregation. Select three samples from each

test column cored, as approved by the Officer-in-Charge, and perform compression tests in accordance with ASTM D 1633 or ASTM D 2850, as appropriate.

I. If the results of the test program are not satisfactory, the Officer-in-Charge

may require modifications to the jet grout column construction procedures. The Contractor will be required to construct another test section, at no additional cost to the City, until the test program satisfactorily demonstrate that the Contractor’s proposed methods are capable of installing the specified jet grout columns.

12. QUALITY CONTROL

A. Grout Mix

1) During the execution of the production columns, the following shall be measured on liquid samples of grout taken from the grout return line, to verify grout mix uniformity: a) Unit Weight or Specific Gravity b) Marsh Viscosity

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-15 JET GROUTING

c) Bleeding at 1 and 2 hours 2) Testing shall be performed in accordance with API Standard 13B test

method. Testing frequency shall be at least one test for every two hours that grout is mixed and pumped. Complete and accurate records shall be kept to verify that grout mix is as approved.

B. Grout Samples

1) During the execution of the production columns, eight samples of the cement grout used for the construction of the production columns shall be fabricated in accordance with ASTM C 109, at a sampling frequency of at least once every four hours that grout is mixed and pumped.

2) Each of these samples shall be stored in a damp environment at

constant temperature in accordance with applicable ASTM procedures. 3) After the samples have cured sufficiently, they shall be taken to an

independent qualified laboratory, approved by the Officer-in-Charge, for testing.

4) Two grout samples shall be subjected to compressive strength tests at

7 days in accordance with ASTM C 39 or C 109 and ASTM C 1633, respectively. The remaining samples shall be subjected to compressive strength test at 28 days following the same ASTM testing procedures.

C. Cored Jet Grout Samples

1) When the production columns have reached sufficient strength, a vertical core sample shall be taken from at least one location, selected by the Contractor and approved by the Officer-in-Charge, using the methods specified in Paragraph 11.G.

13. MEASUREMENT AND PAYMENT

A. Payment for mobilization and demobilization for jet grouting and the jet grouting test programs will be made at the lump sum price bid for Jet Grouting Test Program as scheduled in the Proposal.

B. Payment for jet grouting for support of the existing pump station will be made

at the lump sum price bid for Jet Grouting as scheduled in the proposal. Payment shall be full compensation for furnishing all materials, tools, equipment, labor, and incidentals necessary to complete all work in place including: containment and disposal of all waste grout and excess spoils; backfilling; surface restoration including pavement, street monument, sidewalk, curb, gutter and landscape restoration; and instrumentation for

REHABILITATION OF SEWER LINES ON OAHU CONTRACT NO. 007 235-16 JET GROUTING

ground monitoring, as specified and shown in accordance with the accepted submittals.

--END SECTION 235--

REHABILITATION OF SEWER LINES ON OAHU HIGH DENSITY POLYETHYLENE CONTRACT NO. 007 241-1 (HDPE) PIPE

SECTION 241 HIGH DENSITY POLYETHYLENE (HDPE) PIPE 1. DESCRIPTION

This section covers the work necessary to furnish and install, complete, the high-density polyethylene pipe for the pipe bursting installation.

2. SUBMITTALS

A. Submittals shall be made in accordance with Section 140. In addition, the

following specific information shall be provided:

1) A statement in writing, from the pipe manufacturer that it is listed with the Plastic Pipe Institute as a qualified extruder for the polyethylene resin being used to manufacture the pipe for this project.

2) Catalog information confirming that the pipe and fittings conform to the

requirements of the MATERIALS section of this Specification. 3) Manufacturer's certification of pressure rating and allowable tensile

strength of the pipe supplied. 4) Manufacturer's recommended procedure for pipe fusion joints. 5) The Contractor shall provide written certification from the pipe

manufacturer for each fusion technician employed on the Project. Training or requalification shall have been obtained within the 12 months prior to the beginning of work.

6) Pipe fushion datalogger user's manual. 7) Pipe fusion datalogger printouts showing continuous record of fusion

pressure and temperature for each joint. 8) Electrofusion fitting manufacturer's product information and installation

procedures. 3. PRODUCTS

A. REFERENCES: The following documents are a part of this Section. Where this Specification sections differs from these documents, the requirements of this section shall apply.

1) ASTM D3350-05, Standard Specification for Polyethylene Plastics Pipe

and Fittings Material.

2) ASTM F714-05, Standard Specification for Polyethylene (PE) Plastic Pipe (SOR-PR) Based on Outside Diameter.

REHABILITATION OF SEWER LINES ON OAHU HIGH DENSITY POLYETHYLENE CONTRACT NO. 007 241-2 (HDPE) PIPE

3) ASTM F1055-98, Standard Specification for Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing.

B. PIPE: The pipe shall be extruded from a polyethylene compound and shall

conform to the following requirements:

1) HDPE pipe shall be produced from resins meeting the requirements of ASTM D1248, designation PE3408, ASTM D3350 cell classification PE345444C, and shall meet the requirements of AWWA C901 and C906. HDPE pipe shall meet the minimum stability requirements of ASTM D3350. Pipe shall be legibly marked at intervals of no more than five feet with the manufacturer's name, trademark, pipe size, HDPE cell classification, appropriate legend such as SDR 19 or SDR 17, ASTM D3035, AWWA C901 or C906, date of manufacture and point of origin.

2) HDPE pipe and fittings shall in in accordance with the material specifications. All additional appurtenances (manholes, tees, gaskets etc.) shall meet the material specifications.

3) The polyethylene compound shall be suitably protected against

degradation by ultraviolet light.

4) The maximum allowable hoop stress shall be 800 psi at 23.4 degrees F.

5) The pipe manufacturer shall be listed with the Plastic Pipe Institute as meeting the recipe and mixing requirements of the resin manufacturer for the resin used to manufacture the pipe in this project. Pipe sizes shall conform to ASTM F714.

6) The HDPE pipe shall have minimum wall thickness of DR 19 or DR 17.

7) All piping system components shall be the products of one manufacturer.

8) All pipe shall be made of virgin material. No rework material except that obtained from the manufacturers own production of the same formulation shall be used.

9) The pipe shall be homogeneous throughout and shall be free of visible cracks, holes, foreign material, blisters, or other deleterious faults.

10) Pipe color shall be solid black unless otherwise specified in these contract documents.

REHABILITATION OF SEWER LINES ON OAHU HIGH DENSITY POLYETHYLENE CONTRACT NO. 007 241-3 (HDPE) PIPE

C. ELECTROFUSION FITTINGS: Electrofusion Fittings shall be PE3408 HOPE, Cell Classification of 345434E as determined by ASTM D3350 and be the same base resin as the pipe. Electrofusion Fittings shall have a manufacturing standard of ASTM F1055.

4. EXECUTION

A. GENERAL: All polyethylene pipe shall be cut, fabricated, and installed in strict conformance with the pipe manufacturer's recommendations. The pipe supplier shall certify in writing that the Contractor is qualified to join, lay, and pull the pipe or a representative of the pipe manufacturer shall be on site to oversee the pipe joining. Expenses for the representative shall be paid for by the Contractor.

B. TRANSPORTATION

1) Refer to the requirements herein and Section 141, Protection in

Shipment and Storage, regarding storage and handling near electrical power lines.

2) Care shall be taken during transportation of the pipe that it is not cut,

kinked, or otherwise damaged.

C. STORAGE

1) Refer to the requirements herein and Section 141, Protection in Shipment and Storage, regarding storage and handling near electrical power lines.

2) Pipes shall be stored on level ground, preferably turf or sand, free

of sharp objects which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such widths as not to allow deformation of the pipe at the point of contact with the sleeper or between supports.

3) Pipe and appurtenances shall be unloaded opposite to or as close

to the place where they are to be used as is practical to avoid unnecessary handling. Interiors shall be kept completely free from dirt and foreign matter.

4) Contractor shall be responsible for safe handling and storage of the

pipe in accordance with applicable regulations and recommendations by the pipe manufacturer.

REHABILITATION OF SEWER LINES ON OAHU HIGH DENSITY POLYETHYLENE CONTRACT NO. 007 241-4 (HDPE) PIPE

D. HANDLING PIPE:

1) Contractor shall ensure that electrical charges on the pipe string are safely dissipated prior to and during work on the pipe.

2) Contractor shall be responsible for the proper support of the piping to

ensure that the pipe is not over stressed or damaged.

3) The handling of the joined pipeline shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Ropes, fabric, or rubber-protected slings and straps shall be used when handling pipes. Chains, cables, or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. Fittings shall not be dropped onto rocky or unprepared ground. Slings for handling the pipeline shall not be positioned at butt-fused joints. Sections of the pipes with cuts and gouges exceeding 10 percent of the pipe wall thickness or kinked sections shall be removed and the ends rejoined.

E. JOINING PIPE SECTIONS:

1) Butt-Fusion Joining:

a) Sections of HOPE pipe shall be joined into continuous lengths

on the job site above ground.

b) Pipes shall be joined to one another by means of thermal butt-fusion. Polyethylene pipe lengths to be joined by thermal butt-fusion shall be of the same type, grade and class of polyethylene compound and supplied from the same raw material supplier.

c) Joining method shall be the butt joint heat fusion method and

shall be performed in accordance with the pipe manufacturer's recommendations.

d) Butt fusion equipment used on the joining procedures shall

be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to, temperature requirements, alignment, and interfacial fusion pressure.

e) Pipe and fitting joints shall be heat fused by a qualified fusion

technician; trained by an approved manufacturer's representative, in accordance with manufacturer's recommended fusion procedures. Joints shall be manufactured

REHABILITATION OF SEWER LINES ON OAHU HIGH DENSITY POLYETHYLENE CONTRACT NO. 007 241-5 (HDPE) PIPE

using a McElroy Datalogger to record fusion pressure and temperature. A graphic representation of the temperature and pressure data for all fusion joints made shall be maintained as part of the quality control. The joint shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, voids, or other injurious defects.

f) Each person making butt joints shall demonstrate proficiency by

making trial joints and destructively testing the trial fusion by bent strap testing or ultra-sonic testing. Trial joints shall be allowed to cool completely before testing, and shall not fail at the joint. During construction, the first fusion of the day shall be a trial fusion which shall be allowed to cool, and destructively bent strap tested or ultra-sonically tested. If the fusion fails, additional trial fusion shall be made and tested until successful fusion are made, then that procedure shall be used for the balance of the day's construction provided the procedure is within the limitations recommended by the manufacturer.

g) Bead Removal: The internal and external beads resulting from

the butt-fusion process shall be completely removed before installation.

F. ELECTROFUSION FITTINGS: Install electrofusion fittings per

manufacturer's recommendations.

G. TESTING:

1) The pipe shall be tested after installation. Acceptance test pressure shall be 1.5 times the rated pressure of the pipeline. The pipe ends shall be sealed with blind flanges or plugs.

2) Test methods shall conform to pipe manufacturer's recommended

practice. 3) The test method will be modified to account for diametric expansion of

HDPE.

a) After filing, the pipe will be subjected to test pressure and allowed to stand without makeup pressure for 2 to 3 hours.

b) After the above equilibrium period, the test pressure will be

retained and held for 1 hour.

REHABILITATION OF SEWER LINES ON OAHU HIGH DENSITY POLYETHYLENE CONTRACT NO. 007 241-6 (HDPE) PIPE

c) Allowances for expansion during final test will be made in conformance with generally accepted procedures furnished by the pipe supplier.

5. MEASUREMENT AND PAYMENT

A. Payment for furnishing and fabricating the high-density polyethylene (HDPE) pipe shall not be paid for directly, but shall be included in the unit cost for pipe bursting.

--END OF SECTION 241--

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-1 GENERAL CONSTRUCTION NOTES

SECTION 250 GENERAL CONSTRUCTION NOTES

1. ALL APPLICABLE CONSTRUCTION WORK SHALL BE DONE IN ACCORDANCE WITH THE “STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION,” SEPTEMBER 1986, THE “STANDARD DETAILS FOR PUBLIC WORKS CONSTRUCTION,” SEPTEMBER 1984, AS AMENDED, OF THE DEPARTMENT OF PUBLIC WORKS, CITY AND COUNTY OF HONOLULU AND THE COUNTIES OF KAUAI, MAUI, AND HAWAII, AND THE REVISED ORDINANCES OF HONOLULU, 1990, AS AMENDED, THE "WASTEWATER SYSTEM DESIGN STANDARDS", CITY AND COUNTY OF HONOLULU, JULY 2017, AND THE "WASTEWATER SYSTEM STANDARD DETAILS", CITY AND COUNTY OF HONOLULU, JULY 2017.

2. THE UNDERGROUND PIPES, CABLES OR DUCTLINES KNOWN TO EXIST BY THE ENGINEER FROM HIS SEARCH OF RECORDS ARE INDICATED ON THE PLANS. THE CONTRACTOR SHALL VERIFY THE LOCATIONS AND DEPTHS OF THE FACILITIES AND EXERCISE PROPER CARE IN EXCAVATING IN THE AREA. WHEREVER CONNECTIONS OF NEW UTILITIES TO EXISTING UTILITIES ARE SHOWN ON THE PLANS, THE CONTRACTOR SHALL EXPOSE THE EXISTING LINES AT THE PROPOSED CONNECTIONS TO VERIFY THEIR LOCATIONS AND DEPTHS PRIOR TO EXCAVATION FOR THE NEW LINES.

3. NO CONTRACTOR SHALL PERFORM ANY CONSTRUCTION OPERATION SO

AS TO CAUSE FALLING ROCKS, SOIL OR DEBRIS IN ANY FORM TO FALL, SLIDE OR FLOW INTO EXISTING CITY DRAINAGE SYSTEMS, OR ADJOINING PROPERTIES, STREETS OR NATURAL WATERCOURSES. SHOULD SUCH VIOLATIONS OCCUR, THE CONTRACTOR MAY BE CITED AND THE CONTRACTOR SHALL IMMEDIATELY MAKE ALL REMEDIAL ACTIONS NECESSARY.

4. THE GENERAL CONTRACTOR/DEVELOPER/OWNER OF THE PROJECT SHALL BE RESPONSIBLE FOR CONFORMANCE WITH APPLICABLE PROVISIONS OF THE HAWAII ADMINISTRATIVE RULES, TITLE 11, CHAPTER 54, "WATER QUALITY STANDARDS", AND TITLE 11, CHAPTER 55, "WATER POLLUTION CONTROL", AS WELL AS CHAPTER 14 OF THE REVISED ORDINANCES OF HONOLULU, AS AMENDED. BEST MANAGEMENT PRACTICES SHALL BE EMPLOYED AT ALL TIMES DURING CONSTRUCTION.

THE GENERAL CONTRACTOR/DEVELOPER/OWNER OF THE PROJECT SHALL OBTAIN NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PERMIT COVERAGE(S) FOR THE FOLLOWING:

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-2 GENERAL CONSTRUCTION NOTES

A. STORM WATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES THAT DISTURB ONE (1) ACRE OR MORE, AND

B. DISCHARGES OF HYDROTESTING EFFLUENT, DEWATERING

EFFLUENT, AND WELL DRILLING EFFLUENT TO STATE WATERS. IN ACCORDANCE WITH STATE LAW, ALL DISCHARGES RELATED TO PROJECT CONSTRUCTION OR OPERATIONS ARE REQUIRED TO COMPLY WITH STATE WATER QUALITY STANDARDS (HAWAII ADMINISTRATIVE RULES, CHAPTER 11-54). BEST MANAGEMENT PRACTICES SHALL BE USED TO MINIMIZE OR PREVENT THE DISCHARGE OF SEDIMENT, DEBRIS, AND OTHER POLLUTANTS TO STATE WATERS. PERMIT COVERAGE IS AVAILABLE FROM THE DEPARTMENT OF HEALTH, CLEAN WATER BRANCH AT http://health.hawaii.gov/cwb. THE OWNER/DEVELOPER/CONTRACTOR IS RESPONSIBLE FOR OBTAINING OTHER FEDERAL, STATE, OR LOCAL AUTHORIZATIONS AS REQUIRED BY LAW. 5. FOR NON-CITY PROJECTS, THE CONTRACTOR SHALL NOTIFY THE CIVIL

ENGINEERING BRANCH, D.P.P. AT 768-8084 TO ARRANGE FOR INSPECTIONAL SERVICES AND SUBMIT TWO (2) SETS OF APPROVED CONSTRUCTION PLANS SEVEN (7) DAYS PRIOR TO COMMENCEMENT OF CONSTRUCTION WORK. FOR CITY PROJECTS, THE CONTRACTOR SHALL COORDINATE INSPECTIONAL SERVICES WITH THE RESPONSIBLE CITY AGENCY.

6. CONFINED SPACE

FOR ENTRY BY CITY PERSONNEL, INCLUDING INSPECTORS, INTO A PERMIT REQUIRED CONFINED SPACE AS DEFINED IN 29 CFR PART 1910.146(B), THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING:

I. ALL SAFETY EQUIPMENT REQUIRED BY THE CONFINED SPACE

REGULATIONS APPLICABLE TO ALL PARTIES OTHER THAN THE CONSTRUCTION INDUSTRY, TO INCLUDE, BUT NOT LIMITED TO, THE FOLLOWING:

a. FULL BODY HARNESS FOR UP TO TWO PERSONNEL.

b. LIFELINE AND ASSOCIATED CLIPS.

c. INGRESS/EGRESS AND FALL PROTECTION EQUIPMENT.

d. TWO-WAY RADIOS (WALKIE-TALKIES) IF OUT OF LINE-OF-SIGHT.

e. EMERGENCY (ESCAPE) RESPIRATOR (10 MINUTE DURATION).

f. CELLULAR TELEPHONE TO CALL FOR EMERGENCY ASSISTANCE.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-3 GENERAL CONSTRUCTION NOTES

g. CONTINUOUS GAS DETECTOR (CALIBRATED) TO MEASURE OXYGEN, HYDROGEN SULFIDE, CARBON MONOXIDE AND FLAMMABLES (CAPABLE OF MONITORING AT A DISTANCE AT LEAST 20-FEET AWAY).

h. PERSONAL MULTI-GAS DETECTOR TO BE CARRIED BY INSPECTOR.

II. CONTINUOUS FORCED AIR VENTILATION ADEQUATE TO PROVIDE

SAFE ENTRY CONDITIONS.

III. ONE ATTENDANT/RESCUE PERSONNEL TOPSIDE (TWO, IF CONDITIONS WARRANT IT).

7. PURSUANT TO CHAPTER 6E, HRS, IN THE EVENT ANY ARTIFACTS OR

HUMAN REMAINS ARE UNCOVERED DURING CONSTRUCTION OPERATIONS, THE CONTRACTOR SHALL IMMEDIATELY SUSPEND WORK AND NOTIFY THE HONOLULU POLICE DEPARTMENT, THE STATE DEPARTMENT OF LAND AND NATURAL RESOURCES-HISTORIC PRESERVATION DIVISION (692-8015). IN ADDITION, FOR NON-CITY PROJECTS, THE CONTRACTOR SHALL INFORM THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING (768-8084); AND FOR CITY PROJECTS, NOTIFY THE RESPONSIBLE CITY AGENCY.

8. FOR PROJECTS ABUTTING STATE HIGHWAYS' RIGHTS-OF WAY, THE

OWNER OR HIS AUTHORIZED REPRESENTATIVE SHALL NOTIFY THE STATE DEPARTMENT OF TRANSPORTATION, HIGHWAYS DIVISION, OAHU DISTRICT, DRAINAGE DISCHARGE UNIT AT 831-6793 FOR AN ASSESSMENT OF STATE HIGHWAYS PERMIT REQUIREMENTS.

9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE

LOCATIONS AND INVERTS OF ALL EXISTING UTILITIES AND DRAINAGE SYSTEMS WHETHER SHOWN ON PLANS OR NOT, PRIOR TO COMMENCEMENT OF CONSTRUCTION.

10. THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE ENGINEER OF ANY

DISCREPANCY OR CONFLICT FOUND IN THE FIELD PRIOR TO OR DURING THE COURSE OF CONSTRUCTION AND SHALL NOT PROCEED WITH CONSTRUCTION UNTIL THE ENGINEER RESOLVES THE SAID DISCREPANCY OR CONFLICT.

11. UNLESS OTHERWISE NOTED, ALL EXISTING PAVEMENT, UTILITY LINES,

AND OTHER IMPROVEMENTS DAMAGED OR UNDERMINED AS A RESULT OF THE CONTRACTOR'S OPERATIONS, SHALL BE RECONSTRUCTED OR

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-4 GENERAL CONSTRUCTION NOTES

REPLACED BY THE CONTRACTOR AT HIS OWN EXPENSE TO MATCH EXISTING CONDITIONS.

12. ALL VISIBLE UTILITY STRUCTURES HAVE BEEN LOCATED IN THE FIELD,

HOWEVER, CONNECTIONS TO UNDERGROUND UTILITY LINES AS SHOWN ARE UNVERIFIED AND COMPILED FROM EXISTING DATA. UNDERGROUND UTILITIES SHOWN HEREON ARE FOR INFORMATION ONLY, HAVING BEEN OBTAINED FROM THE BEST AVAILABLE SOURCES. NO GUARANTEE IS MADE AS TO THE ACCURACY OR COMPLETENESS OF SAID INFORMATION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR AND PAY FOR ALL DAMAGED UTILITIES.

13. ALL EXISTING UTILITIES, WHETHER OR NOT SHOWN ON THE DRAWINGS

SHALL BE PROTECTED AT ALL TIMES BY THE CONTRACTOR DURING CONSTRUCTION. DAMAGE TO THE EXISTING UTILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT HIS EXPENSE.

14. EXISTING TOPOGRAPHIC FEATURES ARE FROM FIELD SURVEY BY

CONTROLPOINT SURVEYING, INC., DATED MAY 30, 2019. 15. CONTRACTOR SHALL EXPOSE LOCATION WHERE PROPOSED UTILITIES

CROSS EXISTING UTILITIES PRIOR TO TRENCH EXCAVATION. 16. THE CONTRACTOR SHALL OBSERVE AND COMPLY WITH ALL FEDERAL,

STATE AND LOCAL LAWS REQUIRED FOR THE PROTECTION OF PUBLIC HEALTH AND SAFETY AND ENVIRONMENTAL QUALITY.

17. THE CONTRACTOR SHALL NOTIFY ALL AGENCIES TO VERIFY THE ACTUAL

LOCATION OF ALL UTILITIES IN THE PROJECT AREA PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL COORDINATE ALL WORK.

18. WHEN TRENCH EXCAVATION IS ADJACENT TO OR UNDER EXISTING

STRUCTURES OR FACILITIES, THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROPERLY SHEETING AND BRACING THE EXCAVATION AND STABILIZING THE EXISTING GROUND TO RENDER IT SAFE AND SECURE FROM POSSIBLE SLIDES, CAVE-INS AND SETTLEMENT, AND FOR PROPERLY SUPPORTING EXISTING STRUCTURES AND FACILITIES WITH BEAMS, STRUTS OR UNDERPINNING TO FULLY PROTECT THE EXISTING STRUCTURES FROM DAMAGE.

19. ALL ABANDONED PIPE OPENINGS SHALL BE PLUGGED WITH CLASS "C"

CONCRETE TO A DEPTH OF ONE AND ONE-HALF TIMES THE DIAMETER OF THE PIPE.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-5 GENERAL CONSTRUCTION NOTES

20. ALL EXISTING FEATURES OR CONDITIONS, WHETHER SHOWN ON PLAN OR NOT, WHICH CONFLICT WITH NEW CONSTRUCTION SHALL BE REMOVED AND/OR RELOCATED BY THE CONTRACTOR WITH THE APPROVAL OF THE ENGINEE

REPAVING NOTES 1. ALL DISTURBED PAVEMENT MARKINGS SHALL BE REPLACED AND ALL

REQUIRED UTILITY ADJUSTMENTS SUCH AS MANHOLE COVERS ETC. SHALL BE DONE WITH THE PERMITTEE.

2. ALL REQUIRED A.D.A. IMPROVEMENTS SHALL BE UNDERTAKEN BY THE

PERMITTEE 3. THE CONTRACTOR SHALL FIRST LOWER MANHOLES MORE THAN 2-1/2"

PRIOR TO COLD PLANING. THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE VARIOUS PAVING CONTRACT ITEMS. UPON FINAL PAVING, THE MANHOLE SHALL BE RAISED AND PAID UNDER VARIOUS CONTRACT ITEMS PERTAINING TO MANHOLE ADJUSTMENTS.

4. THE CONTRACTOR SHALL PLACE HOT ASPHALT CONCRETE AROUND

MANHOLES AND COMPACT PROPERLY WITH A VIBRATING PLATE COMPACTOR.

5. IF A PLATE COMPACTOR IS NOT USED, THE CONTRACTOR SHALL USE A

PNEUMATIC ROLLER TO ROLL THE AREA AROUND THE MANHOLE WHICH IS NOT ROLLED BY THE STEEL ROLLER.

6. THE CONTRACTOR SHALL FOG SEAL OR BRUSH EMULSION SEAL ON THE

MATERIAL PLACED AS BACKFILL ON THE AREA AROUND THE MANHOLE THAT WAS NOT COMPACTED BY THE ROLLER. BLACK SAND SHALL BE USED TO BLOT OUT THE AREA IF THE FOG IS TOO HEAVY.

7. ALL EXISTING AND NEW MANHOLE FRAME/COVER AND VALVE COVERS

SHALL NOT BE REPAVED. TRENCHING NOTES 1. PERFORM ALL WORK IN NEAT AND WORKMANLIKE MANNER AND IN

CONFORMITY WITH THE PROVISIONS OF CHAPTER 14, REVISED ORDINANCE OF HONOLULU 1990, AS AMENDED, OR AS MAY BE SUBSEQUENTLY AMENDED.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-6 GENERAL CONSTRUCTION NOTES

2. BEFORE PAVEMENT RESTORATION MAY COMMENCE, NOTIFY THE DIRECTOR OR AN AUTHORIZED REPRESENTATIVE AND FURNISH DATA ON TESTS PERFORMED UNDER THE SUPERVISION OF A REGISTERED CIVIL ENGINEER SUBSTANTIATING THAT THE BACKFILL HAS BEEN COMPACTED TO THE DENSITY SPECIFIED IN THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR ALL TRENCHES THAT ARE OVER 2 FEET IN DEPTH IN MAJOR AND SECONDARY STREETS AND FOR ALL TRENCHES OVER FIFTY FEET IN LENGTH AND OVER 2 FEET IN DEPTH IN MINOR AND DEAD END STREETS. THE DIRECTOR MAY ALSO REQUIRE COMPACTION TESTS OF BACKFILL FOR HOLES AND FOR TRENCHES OF LESS THAN 2 FEET IN DEPTH AND ADDITIONAL COMPACTION TESTS ON TRENCHES FOR WHICH THE PERMITTEE HAS FURNISHED TEST DATA.

3. CONTACT THE DEPARTMENT OF PLANNING AND PERMITTING, SITE

DEVELOPMENT DIVISION, CIVIL ENGINEERING BRANCH, PERMITTING AND INSPECTION SECTION TO SCHEDULE A FINAL INSPECTION OF PAVEMENT RESTORATION WORK. THE BOND FILED WITH THE CITY WILL BE RELEASED ONE (1) YEAR AFTER THE DATE OF THE FINAL INSPECTION. (PHONE NUMBER: 768-8084)

4. PROVIDE SHORING AND TEMPORARY TRENCH COVERS ADEQUATE TO

SUPPORT LEGAL TRAFFIC LOADS. 5. ACCOMPLISH EMERGENCY WORK INCLUDING BUT NOT LIMITED TO

PATCHING HOLES, REPAIRING TEMPORARY TRENCH COVERS AND INSTALLATION OF WARNING LIGHTS OR BARRICADES WHEN THE "CONTACT FOR EMERGENCY REPAIRS" FURNISHED BY THE APPLICANT IS NOTIFIED. IF THE EMERGENCY WORK IS NOT MADE IN A REASONABLE TIME WHEN NOTIFIED OR UPON FAILURE OF THE "CONTACT FOR EMERGENCY REPAIRS," RESPOND AND PAY THE COST OF THE EMERGENCY WORK MADE BY THE DEPARTMENT OF FACILITY MAINTENANCE, DIVISION OF ROAD MAINTENANCE.

6. PURSUANT TO CHAPTER 6E, HRS, IN THE EVENT ANY ARTIFACTS OR

HUMAN REMAINS ARE UNCOVERED DURING CONSTRUCTION OPERATIONS, IMMEDIATELY SUSPEND WORK AND NOTIFY THE HONOLULU POLICE DEPARTMENT, THE STATE DEPARTMENT OF LAND AND NATURAL RESOURCES-HISTORIC PRESERVATION DIVISION (692-8015). IN ADDITION, FOR NON-CITY PROJECTS, INFORM THE CIVIL ENGINEERING BRANCH, D.P.P. (768-8084); AND FOR CITY PROJECTS, NOTIFY THE RESPONSIBLE CITY AGENCY.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-7 GENERAL CONSTRUCTION NOTES

7. UNDERTAKE, FOR PERIOD OF ONE (1) YEAR AFTER THE SATISFACTORY COMPLETION AND APPROVAL OF RESTORATION WORK, ANY NECESSARY REPAIRS TO THE RESTORED WORK OR FACILITIES DISTURBED AND/OR BY THE WORK PERFORMED UNDER THIS PERMIT.

8. REMOVE, RELOCATE, REPLACE, RECONSTRUCT OR ADJUST, AT HIS/HER

OWN EXPENSE, ANY OF HIS/HER FACILITIES THAT MAY EXIST ON OR UNDER THE RIGHT OF WAY WHENEVER AND AS OFTEN AS MAY BE REQUIRED BY THE DIRECTOR OR AN AUTHORIZED REPRESENTATIVE IN ORDER TO UNDERTAKE THE CONSTRUCTION, RECONSTRUCTION OR MAINTENANCE OF SAID RIGHT OF WAY.

9. PROCURE, AT HIS/HER OWN EXPENSE, AND KEEP IN FORCE AT ALL TIME

INSURANCE NAMING THE CITY AS AN ADDITIONAL INSURED AS REQUIRED BY CHAPTER 14 AFORESAID AND SUPPLY EVIDENCE SATISFACTORY TO THE CITY THAT THE REQUIRED INSURANCE HAS BEEN PROCURED AND IS IN FORCE PRIOR TO ISSUANCE OF THE PERMIT.

10. KEEP A COPY OF PERMIT AND A COPY OF THE PLANS IN THE HANDS OF

THE WORKING CREW FOR EXHIBIT UPON REQUEST OF ANY AUTHORIZED REPRESENTATIVE OF THE CITY.

11. SUBMIT AS-BUILT DRAWINGS TO THE DIRECTOR SHOWING THE ACTUAL

CONSTRUCTION PERFORMED. AS-BUILT DRAWINGS ARE NOT REQUIRED FOR EMERGENCY REPAIRS AND SERVICE CONNECTIONS.

12. THE PERMIT FEE IS NOT REFUNDABLE UNDER ANY CONDITION 13. CONTRACTOR SHALL MARK JOBSITE AREA IN WHITE WHERE

EXCAVATION SHALL OCCUR PRIOR TO CALLING HAWAII ONE CALL CENTER AT 1-866-423-7287 FIVE (5) DAYS PRIOR TO EXCAVATION BUT NOT LONGER THAN TWENTY EIGHT (28) DAYS.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-8 GENERAL CONSTRUCTION NOTES

SEWER NOTES 1. ALL SEWER CONSTRUCTION SHALL BE PERFORMED IN ACCORDANCE

WITH THE CITY'S "STANDARD SPECIFICATIONS," SEPT. 1986, THE DEPARTMENT OF ENVIRONMENTAL SERVICES "WASTEWATER SYSTEM DESIGN STANDARDS," JULY 2017, AND "WASTEWATER SYSTEM STANDARD DETAILS," JULY 2017, CURRENT CITY PRACTICES AND REVISED ORDINANCES OF HONOLULU, 1990 AS AMENDED.

2. IN THE EVENT THAT ANY CHANGE IN ALIGNMENT OR GRADE FOR THE

PROPOSED SEWERS ARE REQUIRED DUE TO UNFORESEEN CONFLICT WITH OTHER UTILITIES, THE ENGINEER IN CHARGE OR THE MAKER OF THE PLANS SHALL BE RESPONSIBLE FOR THE REQUIRED CHANGES WHICH ARE TO BE PRESENTED TO THE DEPARTMENT OF PLANNING AND PERMITTING (DPP) FOR APPROVAL.

3. THE CONTRACTOR SHALL NOTIFY THE CONSTRUCTION MANAGEMENT

BRANCH, WASTEWATER ENGINEERING AND CONSTRUCTION DIVISION OF THE DEPARTENT OF ENVIRONMENTAL SERVICES AT 768-8770, OR 768-8765 TO ARRANGE FOR INSPECTION SERVICES AND SUBMIT FIVE (4) SETS OF APPROVED CONSTRUCTION PLANS SEVEN (7) DAYS PRIOR TO POUR.

4. CRUSHED ROCK CRADLE IS PERMITTED WHERE SOIL IS STABLE. IN

AREAS OF UNSTABLE SOIL, THE MAKER OF THE PLANS AND THE CONSTRUCTION ENGINEER WILL DETERMINE THE PIPE SUPPORT REQUIRED.

5. THE UNDERGROUND PIPES, CABLES OR DUCTLINES KNOWN TO EXIST BY

THE ENGINEER FROM HIS RESEARCH OF RECORDS ARE INDICATED ON THE PLANS. THE CONTRACTOR SHALL VERIFY THE LOCATION AND DEPTH OF THE FACILITIES, INCLUDING AND AFFECTING SEWER LINES, IN THE PRESENCE OF THE WASTEWATER INSPECTOR AND EXERCISE PROPER CARE IN EXCAVATING THE AREA. THE CONTRACTOR SHALL BE RESPONSIBLE AND SHALL PAY FOR ALL DAMAGED UTILITIES.

6. SEWER LATERALS SHALL BE CLEAR OF AND NOT CONFLICTING WITH ANY

OTHER UTILITY. MINIMUM HORIZONTAL AND VERTICAL CLEARANCES SHALL BE STRICTLY OBSERVED AND FOLLOWED.

7. SLOPE FOR SEWER LATERALS SHALL BE A MINIMUM OF 2.00%. 8. BUILDING PLUMBING FACILITIES SHALL BE CONTROLLED BY SEWER

LATERAL INVERTS.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-9 GENERAL CONSTRUCTION NOTES

9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING CONTINUOUS SEWER SERVICE TO ALL AFFECTED AREAS DURING CONSTRUCTION.

10. THE CONSULTING ENGINEER SHALL SUBMIT TO THE DEPT. OF ENV, WEC,

"AS-BUILT" TRACINGS AND ELECTRONIC FILES OF THE CONSTRUCTION PLANS AS ACTUALLY CONSTRUCTED, SHOWING ALL CHANGES FROM THE ORIGINAL PLANS.

11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY SEWAGE SPILLS

CAUSED DURING CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY THE STATE DEPARTMENT OF HEALTH AND UTILIZE APPROPRIATE SAMPLING AND ANALYZING PROCEDURES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL PUBLIC NOTIFICATIONS AND PRESS RELEASES.

12. THE CONTRACTOR SHALL INSTALL "RAINSTOPPER" MANHOLE INSERTS IN

ALL SEWER MANHOLES WITH TYPE "SA" FRAME AND COVER. 13. THE CONTRACTOR SHALL OBTAIN APPROVAL FOR ADVANCE SEWER

RISER AGREEMENT AT THE DPP AND OBTAIN BUILDING PERMIT FOR PLUMBING WORK BEFORE ANY ADVANCE RISER IS MADE.

14. ALL SEWER PIPE JOINTS WITHIN EASEMENTS SHALL BE WRAPPED WITH

GEOTEXTILE ROOT BARRIER. 15. GEOTEXTILE FABRIC TO ENVELOPE THE PIPE CRADLE AND SELECT

BACKFILL MATERIAL SHALL BE PROVIDED WHERE WATER OR UNSTABLE SOIL CONDITIONS ARE ENCOUNTERED.

16. CONFINED SPACE

FOR ENTRY BY CITY PERSONNEL, INCLUDING INSPECTORS, INTO A PERMIT-REQUIRED CONFINED SPACE AS DEFINED IN 29 CFR PART 1910.146

(B), THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING:

I. ALL SAFETY EQUIPMENT REQUIRED BY THE CONFINED SPACE

REGULATIONS APPLICABLE TO ALL PARTIES OTHER THAN THE CONSTRUCTION INDUSTRY, TO INCLUDE, BUT NOT LIMITED TO THE FOLLOWING:

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-10 GENERAL CONSTRUCTION NOTES

a. FULL BODY HARNESSES FOR UP TO TWO PERSONNEL. b. LIFELINE AND ASSOCIATED CLIPS. c. INGRESS/EGRESS AND FALL PROTECTION EQUIPMENT. d. TWO-WAY RADIOS (WALKIE-TALKIE) IF OUT OF LINE-OF-

SIGHT. e. EMERGENCY (ESCAPE) RESPIRATOR (10 MINUTE DURATION). f. CELLULAR PHONES TO CALL FOR EMERGENCY ASSISTANCE. g. CONTINUOUS GAS DETECTOR (CALIBRATED) TO MEASURE

OXYGEN, HYDROGEN SULFIDE, CARBON MONOXIDE AND FLAMMABLES (CAPABLE OF MONITORING AT A DISTANCE AT LEAST 20-FEET AWAY).

h. PERSONAL MULTI-GAS DETECTOR TO BE CARRIED BY THE INSPECTOR.

II. CONTINUOUS FORCED AIR VENTILATION ADEQUATE TO PROVIDE

SAFE ENTRY CONDITIONS.

III. ONE ATTENDANT/RESCUE PERSONNEL TOPSIDE (TWO IF CONDITIONS WARRANT IT).

17. WHEN CONNECTING TO A LIVE SEWER LINE, THE CONTRACTOR SHALL

ABIDE BY ALL CONDITIONS THAT THE STATE DEPARTMENT OF HEALTH SETS FORTH TO MITIGATE ANY WASTEWATER SPILL THAT MAY OCCUR. THE CONTRACTOR SHALL INFORM THE CITY INSPECTOR FIVE (5) WORKING DAYS PRIOR TO THE ACTUAL CONNECTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY FINES AND PENALTIES DUE TO ANY SPILLS RESULTING FROM THE CONNECTION.

18. NO SEWER RUNGS SHALL BE INSTALLED INSIDE NEW SEWER MANHOLES. 19. FOR SEWER MANHOLE ADJUSTMENTS UPWARD LESS THAN 3", SEE STD.

DETAIL S-28. FOR SMH ADJUSTMENTS UPWARD GREATER THAN 3" OR FOR ANY ADJUSTMENTS DOWNWARD, RECONSTRUCT SMH TOP FROM BELOW THE CONE SECTION.

20. IF THE CONTRACTOR ENCOUNTERS FLOW MONITORING DEVICES SUCH

AS SPECIAL SEWER MANHOLE COVERS EMBEDDED WITH SOLAR PANELS, CONTACT COLLECTION SYSTEMS MAINTENANCE, ENV AT 768-7272 TO COORDINATE TEMPORARY REMOVAL.

21. THE CONTRACTOR SHALL MAINTAIN VISIBILITY AND MAINTENANCE ACCESS TO LIVE SEWER MANHOLE LOCATIONS AT ALL TIMES, INCLUDING DURING NON-WORK HOURS AND PAVING OPERATIONS.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-11 GENERAL CONSTRUCTION NOTES

22. THE CONTRACTOR SHALL USE A MANHOLE DEBRIS CATCHING DEVICE WHEN PERFORMING MANHOLE HEIGHT ADJUSTMENT WORK AND REMOVE ANY CONSTRUCTION DEBRIS THAT HAS FALLEN INTO THE MANHOLE. DISPOSAL OF CONSTRUCTION DEBRIS IN THE SEWER SYSTEM IS STRICTLY PROHIBITED.

23. FOR PRECAST SEWER MANHOLES, THE CONSULTING ENGINEER SHALL

SUBMIT FOUR (4) SETS OF SHOP DRAWINGS TO THE DEPT. OF ENV, WEC, FOR APPROVAL. AFTER THE SHOP DRAWINGS ARE APPROVED, THE MANUFACTURERS SHALL NOTIFY THE CONSTRUCTION MANAGEMENT BRANCH, WASTEWATER ENGINEERING AND CONSTRUCTION DIVISION, ENV, AT 768-8785, 768-8769, OR 768-8755 TO ARRANGE FOR INSPECTION SERVICES FOR CONCRETE POURS MADE AT ITS PLANT SEVEN (7) DAYS PRIOR TO POUR.

WATER NOTES 1. UNLESS OTHERWISE SPECIFIED, ALL MATERIALS AND CONSTRUCTION

OF WATER SYSTEM FACILITIES AND APPURTENANCES SHALL BE IN ACCORDANCE WITH THE CITY AND COUNTY OF HONOLULU BOARD OF WATER SUPPLY'S "WATER SYSTEM STANDARDS", DATED 2002, THE "WATER SYSTEM EXTERNAL CORROSION CONTROL STANDARDS", VOLUME 3, DATED 1991, AND ALL SUBSEQUENT AMENDMENTS AND ADDITIONS.

2. ALL PLANS APPROVED BY THE BOARD OF WATER SUPPLY ARE BASED

SOLELY ON THE ADEQUACY OF THE WATER SUPPLY. 3. THE CONTRACTOR SHALL NOTIFY BWS CAPITAL PROJECTS DIVISION,

CONSTRUCTION SECTION IN WRITING ONE WEEK PRIOR TO COMMENCING WORK ON THE WATER SYSTEM.

4. THE EXISTENCE AND LOCATION OF UNDERGROUND UTILITIES AND

STRUCTURES AS SHOWN ON THE PLANS ARE FROM THE LATEST AVAILABLE DATA BUT IS NOT GUARANTEED AS TO THE ACCURACY OF ENCOUNTERING OF OTHER OBSTACLES DURING THE COURSE OF THE WORK. THE CONTRACTOR SHALL BE RESPONSIBLE AND PAY FOR ALL DAMAGES TO EXISTING UTILITIES. THE CONTRACTOR SHALL NOT ASSUME THAT WHERE NO UTILITIES ARE SHOWN, THAT NONE EXIST.

5. RE-APPROVAL SHALL BE REQUIRED IF THIS PROJECT IS NOT UNDER CONSTRUCTION WITHIN A PERIOD OF TWO (2) YEARS.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-12 GENERAL CONSTRUCTION NOTES

6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION OF ALL WATER LINES DURING CONSTRUCTION. THE CONTRACTOR SHALL BE ESPECIALLY CAREFUL WHEN EXCAVATING BEHIND WATER LINES, TEES, AND BENDS WHEREVER THERE IS A POSSIBILITY OF WATER LINE MOVEMENT DUE TO THE REMOVAL OF THE SUPPORTING EARTH BEYOND THE EXISTING REACTION BLOCKS. THE CONTRACTOR SHALL TAKE WHATEVER MEASURES NECESSARY TO PROTECT THE WATER LINES, SUCH AS CONSTRUCTING SPECIAL REACTION BLOCKS (WITH BWS APPROVAL) AND/OR MODIFYING HIS CONSTRUCTION METHOD.

7. PRIOR TO ANY EXCAVATING, THE CONTRACTOR SHALL VERIFY IN THE

FIELD THE LOCATION OF EXISTING WATER MAINS AND APPURTENANCES. GENERAL NOTES FOR NIGHT WORK 1. FLAGGER STATION SHALL BE LIMITED TO ENSURE THAT THE MOTORISTS

CAN CLEARLY OBSERVE THE FLAGGER’S SIGN AND MOTIONS. THE LIGHTING SHALL NOT CREATE A DISABLING GLARE TO THE FLAGGER OR THE MOTORIST.

2. CHANNELING DEVICES, E.G., CONES, PORTABLE BARRIERS, AND IMPACT

ATTENUATORS SHALL BE RETROREFLECTIVE OR EQUIPPED WITH LIGHTING DEVICES FOR MAXIMUM VISIBILITY. RETROREFLECTION OF DEVICES SHALL BE PROVIDED BY A WHITE BAND 6” WIDE, NO MORE THAN 3” TO 4” FROM THE TOP OF THE DEVICE, AND AN ADDITIONAL 4” WIDE WHITE BAND A MINIMUM OF 2” BELOW 6” BAND, OR EQUAL AS APPROVED BY THE ENGINEER IN ACCORDANCE WITH MUTCD.

3. CONTRACTOR SHALL INSTALL MUTCD TYPE B HIGH INTENSITY FLASHING

WARNING LIGHT ON THE TOP OF EACH TRAFFIC CONTROL WARNING SIGN.

4. WHEN PORTABLE BARRIERS ARE IN USE, CONTRACTOR SHALL INSTALL

MUTCD WARNING LIGHTS ON THE TOP OF THE BARRIERS AT 6” O.C. THE FLARE PORTION AND THE STARTING 12’ OF THE STRAIGHT RUN SHALL BE OF TYPE A LOW-INTENSITY FLASHING LIGHTS. THE REMAINING RUNN SHALL BE OF TYPE-C STEADY-BURN LIGHTS.

TRAFFIC NOTES FOR WORK ON CITY AND COUNTY STREETS 1. A PERMIT SHALL BE OBTAINED FROM THE DEPARTMENT OF

TRANSPORTATION SERVICES (DTS) BEFORE WORK ON ANY PORTION OF A PUBLIC STREET OR HIGHWAY MAY BEGIN. CONSTRUCTION TRAFFIC

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-13 GENERAL CONSTRUCTION NOTES

CONTROL PLANS APPROVED BY THE DEPARTMENT OF TRANSPORTATION SERVICES AND/OR THE DEPARTMENT OF PLANNING AND PERMITTING (DPP) MUST BE PROVIDED WHEN APPLYING FOR THE PERMIT.

2. THE CONTRACTOR SHALL PROVIDE, INSTALL AND MAINTAIN ALL

NECESSARY SIGNS AND OTHER PROTECTIVE FACILITIES, WHICH SHALL CONFORM WITH THE “HAWAII ADMINISTRATION RULES GOVERNING THE USE OF TRAFFIC CONTROL DEVICES AT WORK SITES ON OR ADJACENT TO PUBLIC STREETS AND HIGHWAYS”, ADOPTED BY THE DIRECTOR OF TRANSPORTATION, AND THE CURRENT U.S. FEDERAL HIGHWAYS ADMINISTRATION’S “MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS, PART VI – TRAFFIC CONTROLS FOR STREET AND HIGHWAY CONSTRUCTION AND MAINTENANCE OPERATIONS.”

3. WORK ON ANY CITY STREET AREA MAY BE PERFORMED ONLY BETWEEN

THE HOURS OF 8:30 A.M. TO 3:30 P.M., MONDAY THROUGH FRIDAY, UNLESS OTHERWISE STATED IN THESE SPECIFICATIONS OR PERMITTED BY THE DEPARTMENT OF TRANSPORTATION SERVICES.

4. DURING WORKING HOURS, THE CONTRACTOR SHALL PROVIDE FOR

THROUGH TRAFFIC OR DETOUR. DURING NON-WORKING HOURS, ALL TRENCHES SHALL BE COVERED WITH A SAFE NON-SKID BRIDGING MATERIAL FOR LANES THAT WILL BE OPENED TO TRAFFIC.

5. AS REQUIRED BY THE DEPARTMENT OF TRANSPORTATION SERVICES,

THE CONTRACTOR SHALL PROVIDE SPECIAL-DUTY POLICE OFFICERS TO CONTROL THE FLOW OF TRAFFIC.

6. WHERE PEDESTRIAN WALKWAYS EXIST, THEY SHALL BE MAINTAINED IN

PASSABLE CONDITION IN ACCORDANCE WITH ADAAG (2010) SECTIONS 201.3 AND 206 OR OTHER FACILITIES FOR PEDESTRIANS SHALL BE PROVIDED. PASSAGE BETWEEN WALKWAYS AT INTERSECTIONS SHALL LIKEWISE BE PROVIDED.

7. DRIVEWAYS SHALL BE KEPT OPEN UNLESS THE OWNERS OF THE

PROPERTY USING THESE RIGHTS-OF-WAY ARE OTHERWISE PROVIDED FOR SATISFACTORILY.

8. THE CONTRACTOR SHALL REFERENCE TO THE APPROVAL OF THE

DEPARTMENT OF TRANSPORTATION SERVICES AND THE DEPARTMENT OF PLANNING AND PERMITTING, ALL EXISTING TRAFFIC SIGNS, POSTS

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-14 GENERAL CONSTRUCTION NOTES

AND PAVEMENT MARKINGS PRIOR TO THE COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL REPLACE OR REPAIR ALL TRAFFIC SIGNS, POSTS AND PAVEMENT MARKINGS DISTURBED BY HIS ACTIVITIES.

9. THE CONTRACTOR SHALL NOTIFY THE DEPARTMENT OF PLANNING AND

PERMITTING AT 768-8084 ONE (1) WEEK PRIOR TO ANY WORK TO BE DONE ON SIGNS, POSTS AND PAVEMENT MARKINGS.

10. NO EQUIPMENT SHALL BE STORED WITHIN STREET RIGHTS-OF-WAY

EXCEPT AT LOCATIONS DESIGNATED IN WRITING AND APPROVED BY THE DEPARTMENT OF TRANSPORTATION SERVICES.

11. DEPARTMENT OF ENVIRONMENTAL SERVICES SHALL ENSURE THAT THE

CONTRACTOR INSTALLS THE CONSTRUCTION TRAFFIC DEVICES IN ACCORDANCE WITH THE MUTCD AND THE HAWAII ADMINISTRATION RULES AS SPECIFIED IN TRAFFIC NOTE #2.

12. TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, INSTALLED, AND

MAINTAINED IN ACCORDANCE WITH THE CONTRACTOR'S APPROVED TRAFFIC CONTROL PLANS AND APPLICABLE PERMIT REQUIREMENTS THROUGHOUT THE PROJECT.

NATIONAL POLLUTION DISCHARGE ELIMINATION SYSTEM (NPDES) REQUIREMENTS FOR PERMIT PROJECTS WITHIN STATE HIGHWAY RIGHT-OF-WAY 1. THE CONTRACTOR SHALL OBTAIN AND COMPLY WITH THE "NATIONAL

POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) REQUIREMENTS FOR OAHU DISTRICT PERMIT PROJECTS". THIS IS AVAILABLE AT THE OAHU DISTRICT OFFICE AT 727 KAKOI STREET (PH. 831-6793). DUE TO POTENTIAL COST IMPACTS, THE CONTRACTOR NEEDS TO BE AWARE OF THESE REQUIREMENTS.

2. THE CONTRACTOR SHALL COMPLETE AND SUBMIT A "CONTRACTOR'S

CERTIFICATION OF NPDES COMPLIANCE", INCLUDING COMPLETION OF THE "BEST MANAGEMENT PRACTICE (BMP) CHECKLIST" AND SUBMITTAL OF A WRITTEN BMP PLAN AND DRAWINGS, PRIOR TO ISSUANCE OF THE "PERMIT TO PERFORM WORK UPON STATE HIGHWAYS". DUE TO POTENTIAL TIME IMPACTS ON REVIEWING BMPS, THE CONTRACTOR NEEDS TO ALLOW ENOUGH TIME FOR THE APPROVAL PROCESS.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-15 GENERAL CONSTRUCTION NOTES

3. THE CONTRACTOR SHALL MEET APPLICABLE CONDITIONS DESCRIBED IN THE CURRENT HAWAII REVISED STATUTES (HAR) CHAPTER 11-55. THE CONTRACTOR SHALL ALSO FOLLOW THE GUIDELINES IN THE CURRENT HIGHWAYS DIVISION'S "CONSTRUCTION BEST MANAGEMENT PRACTICES (BMPS) FOR THE PROJECT. IF THERE ARE ANY CONFLICTS BETWEEN THE TWO DOCUMENTS, THEN THE CONDITIONS IN THE HAR 11-55 SHALL GOVERN.

4. THE CONTRACTOR SHALL FOLLOW THE GUIDELINES IN THE CITY AND

COUNTY HONOLULU'S "RULES FOR SOIL EROSION STANDARDS AND GUIDELINES" FOR THE PROJECT.

5. PLEASE BE ADVISED THAT NPDES REQUIREMENTS FOR "PERMIT

PROJECTS WITHIN STATE HIGHWAY RIGHT-OF-WAY" ARE SUBJECT TO CHANGE WITHOUT PRIOR NOTICE.

CATV NOTES 1. THE LOCATION OF CATV FACILITIES SHOWN ON THE PLANS ARE FROM

EXISTING RECORDS WITH VARYING DEGREES OF ACCURACY AS TO ITS ACTUAL FIXED LOCATION. THE CONTRACTOR SHALL USE EXTREME CAUTION WHEN WORKING IN CLOSE PROXIMITY OF CATV FACILITIES.

2. THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT CLEARANCE

FROM THE SPECTRUM ENGINEERING SECTION LOCATED AT 200 AKAMAINUI STREET, MILILANI TECH PARK (PH. 625-8457 OR 625-8345).

3. FOR ANY FIELD ASSISTANCE OR VERIFICATION OF CATV FACILITIES, THE

CONTRACTOR SHALL CALL THE TECHNICAL OPERATIONS CENTER AT 625-8372 OR 545-0942.

4. ANY WORK REQUIRED TO RELOCATE CATV FACILITIES SHALL BE DONE

BY SPECTRUM AND THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL COORDINATION REQUIREMENTS AND ASSOCIATED APPLICABLE COSTS.

5. ANY DAMAGE TO SPECTRUM'S FACILITIES SHALL BE REPORTED IMMEDIATELY TO SPECTRUM'S REPAIR DISPATCH DEPARTMENT AT 625-8437 OR 625-8666.

CONSTRUCTION NOTES FOR GAS FACILITIES 1. HAWAII GAS' PIPELINES IN THE PROJECT AREA ARE PLASTIC COATED

AND CATHODICALLY PROTECTED. THE CONTRACTOR SHALL BE EXTREMELY CAREFUL WHEN WORKING NEAR THESE GAS PIPELINES.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-16 GENERAL CONSTRUCTION NOTES

2. WRITTEN CLEARANCES MUST BE OBTAINED FROM HAWAII GAS, MAPS AND RECORDS DEPARTMENT, 515 KAMAKEE STREET, AT LEAST FIVE (5) WORKING DAYS PRIOR TO STARTING EXCAVATION NEAR THESE GAS PIPELINES.

3. SINCE GAS LINE LOCATIONS ON FIELD MAPS ARE APPROXIMATE, THE

CONTRACTOR, AFTER OBTAINING WRITTEN CLEARANCE, SHALL CALL HAWAII ONE CALL CENTER A MINIMUM OF FIVE (5) WORKING DAYS BEFORE STARTING EXCAVATION TO ARRANGE FOR FIELD LOCATION OF THE EXISTING GAS PIPELINES. THE TELEPHONE NUMBER IS 811 OR 1-866-423-7287.

4. THE CONTRACTOR SHALL EXCAVATE AND BACKFILL AROUND GAS

PIPELINES IN THE PRESENCE OF A REPRESENTATIVE OF HAWAII GAS. ALL BACKFILL WITHIN SIX INCHES OF ANY GAS PIPELINE SHALL BE SELECT CUSHION MATERIAL APPROVED BY HAWAII GAS.

5. FOR RELOCATION OF ANY GAS PIPELINE, THE CONTRACTOR SHALL

NOTIFY HAWAII GAS FIVE (5) WORKING DAYS BEFORE STARTING WORK. THE TELEPHONE NUMBER IS 594-5574.

6. THE CONTRACTOR SHALL NOTIFY HAWAII GAS IMMEDIATELY AFTER ANY

DAMAGE HAS BEEN CAUSED TO EXISTING GAS PIPELINES, COATINGS, OR ITS CATHODIC PROTECTION DEVICES. THE TELEPHONE NUMBER IS 535-5933, 24 HOURS A DAY. THE CONTRACTOR SHALL BE LIABLE FOR ANY DAMAGE TO HAWAII GAS' FACILITIES. REPAIR WORK ON SUCH DAMAGE SHALL BE DONE BY HAWAII GAS WITH PAYMENT FOR THIS WORK TO BE BORNE BY THE CONTRACTOR.

7. MINIMUM VERTICAL AND HORIZONTAL CLEARANCE BETWEEN THE GAS

PIPELINES AND OTHER PIPELINES, CONDUITS, DUCTLINES, OR OTHER FACILITIES SHALL BE 12 INCHES. ADEQUATE SUPPORT AND PROTECTION FOR GAS PIPELINES EXPOSED IN THE TRENCH SHALL BE PROVIDED BY THE CONTRACTOR AND APPROVED BY HAWAII GAS.

8. THE CONTRACTOR SHALL WORK IN AN EXPEDITIOUS MANNER IN ORDER

TO KEEP THE UNCOVERED GAS PIPELINES EXPOSED FOR AS SHORT A PERIOD OF TIME AS POSSIBLE.

TRAFFIC SIGNAL TECHNOLOGIES DIVISION NOTES 1. THE CONTRACTOR SHALL NOTIFY THE TRAFFIC SIGNAL AND

TECHNOLOGY DIVISION, DEPARTMENT OF TRANSPORTATION SERVICES

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-17 GENERAL CONSTRUCTION NOTES

(768-8387) THREE (3) WORKING DAYS PRIOR TO COMMENCING WORK ON THE TRAFFIC SIGNAL SYSTEM.

2. THE TRAFFIC SIGNAL SYSTEM SHALL BE KEPT OPERATIONAL DURING

CONSTRUCTION. ANY RELOCATION REQUIRED SHALL BE APPROVED BY THE TRAFFIC SIGNAL AND TECHNOLOGY DIVISION, DEPARTMENT OF TRANSPORTATION SERVICES AND PAID FOR BY THE CONTRACTOR.

3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO THE

EXISTING TRAFFIC SIGNAL INTERCONNECT SYSTEM. ANY AND ALL DAMAGES TO THESE FACILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT HIS COST IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY AND COUNTY OF HONOLULU.

4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO THE

EXISTING TRAFFIC SIGNAL FIBER OPTIC CABLE SYSTEM. ANY AND ALL DAMAGES TO THESE FACILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT HIS COST IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY AND COUNTY OF HONOLULU.

DEPARTMENT OF TRANSPORTATION SERVICES (DTS) PUBLIC TRANSIT DIVISION (PTD) NOTES THIS PROJECT MAY AFFECT BUS OPERATIONS, ROUTES, BUS STOPS, AND PARA-TRANSIT OPERATIONS, THEREFORE, THE CONTRACTOR SHALL NOTIFY THE DEPARTMENT OF TRANSPORTATION SERVICES, PUBLIC TRANSIT DIVISION AT 768-8396 AND OAHU TRANSIT SERVICES, INC. (BUS OPERATIONS: 848-4578 OR 852-6016) AND PARA-TRANSIT OPERATIONS: 454-5041 OR 454-5020) OF THE SCOPE OF WORK, LOCATION, PROPOSED CLOSURE OF ANY STREET, TRAFFIC LANE, SIDEWALK, OR BUS STOP AND DURATION OF PROJECT AT LEAST TWO WEEKS PRIOR CONSTRUCTION. NOTES FOR REPAVING CITY STREETS 1. TRENCHES RUNNING LONGITUDINALLY TO THE TRAVEL WAY ON WHERE

THE PAVED TRAVEL WAY IS GREATER THAN 36 FEET SHALL BE COLD PLANED A MINIMUM OF TWO INCHES AND REPAVED TO THE ORIGINAL GRADE. THE PAVING SHALL BE A MINIMUM WIDTH OF ONE LANE NOT EXCEEDING 15 FEET IN WIDTH WITH A MINIMUM OF TWO FEET IN ADDED LENGTH TO EACH END OF THE LONGITUDINAL TRENCH. THE REPLACED PAVEMENT WITHIN THE TRENCH LIMITS, PLUS AN ADDITIONAL ONE FOOT ON EACH SIDE OF THE TRENCH (T-SECTION), SHALL HAVE A MINIMUM

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-18 GENERAL CONSTRUCTION NOTES

THICKNESS OF FOUR INCHES OF ASPHALT CONCRETE OR MATCH THE EXISTING PAVEMENT THICKNESS, WHICHEVER IS GREATER.

2. TRENCHES RUNNING LONGITUDINALLY TO THE TRAVEL WAY ON

ROADWAYS WHERE THE PAVED TRAVEL WAY IS 36 FEET OR LESS SHALL BE REPAVED TO THE TRENCH WIDTH PLUS AN ADDITIONAL ONE FOOT ON EACH SIDE OF THE TRENCH (T-SECTION) WITH A RECOMMENDED TWO FEET IN ADDED LENGTH TO EACH OF THE LONGITUDINAL TRENCH. THE REPLACED PAVEMENT SHALL HAVE A MINIMUM THICKNESS OF FOUR INCHES OF ASPHALT CONCRETE OR MATCH THE EXISTING PAVEMENT THICKNESS, WHICHEVER IS GREATER.

3. TRENCHES RUNNING PERPENDICULAR OR SKEW TO THE TRAVEL WAY

AND/ OR LONGITUDINAL TRENCHES LESS THAN TEN FEET SHALL BE REPAVED A MINIMUM OF FOUR FEET WIDE WITH THE TRENCH CENTERED WITHIN THE PAVED WIDTH (T-SECTION) OR THE PAVED AREA SHALL BE THE TRENCH WIDTH PLUS AN ADDITIONAL ONE FOOT ON EACH SIDE OF THE TRENCH (T-SECTION), WHICHEVER IS GREATER. THE LENGTH OF THE REPAVED TRENCH SHALL BE REPAVED A RECOMMENDED TWO FEET IN ADDED LENGTH TO EACH END OF THE TRENCH. THE REPLACED PAVEMENT SHALL HAVE A MINIMUM THICKNESS OF FOUR INCHES OF ASPHALT CONCRETE OR MATCH THE EXISTING PAVEMENT THICKNESS, WHICHEVER IS GREATER.

4. REPAVING FOR RECTANGULAR EXCAVATION (MANHOLE OR PITS) SHALL

BE A MINIMUM OF THE THREE FEET BY FOUR FEET OR TWO FEET LARGER IN EACH DIMENSION THAN THE MINIMUM THICKNESS OF FOUR ASPHALT CONCRETE OR MATCH THE EXISTING PAVEMENT THICKNESS, WHICHEVER IS GREATER.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-19 GENERAL CONSTRUCTION NOTES

NOTES FOR CONSTRUCTION WITHIN THE STATE RIGHT-OF-WAY 1. THE CONTRACTOR SHALL OBTAIN A PERMIT TO PERFORM WORK UPON

STATE HIGHWAYS FROM THE QAHU DISTRICT ENGINEER, STATE HIGHWAYS AT 727 KAKOI STREET, PRIOR TO COMMENCEMENT OF WORK WITHIN THE STATES HIGHWAY RIGHT-OF-WAY.

2. CONSTRUCTION AND RESTORATION OF ALL EXISTING HIGHWAY

FACILITIES WITHIN THE STATES RIGHT-OF-WAY, INCLUDING THE LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC, SHALL BE IN ACCORDANCE WITH THE CURRENT “HAWAII STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION”, AND THE “SPECIFICATIONS FOR INSTALLATION OF MISCELLANEOUS IMPROVEMENTS WITHIN THE STATE HIGHWAYS”, OF THE STATE HIGHWAYS DIVISION.

3. WORK MAY BE PERFORMED ONLY BETWEEN THE HOURS OF 8:30 A.M. TO

3:00 P.M. MONDAY THROUGH FRIDAY, EXCEPT STATE HOLIDAYS, UNLESS OTHERWISE INDICATED. DURING WORK HOURS ONLY ONE LANE OF TRAFFIC SHALL BE CLOSED, UNLESS OTHERWISE APPROVED IN WRITING BY THE DISTRICT ENGINEER. AT CERTAIN LOCATIONS, “NO LANE CLOSURE” WILL BE ALLOWED DURING THE “BACK TO SCHOOL JAM”, THANKSGIVING WEEKEND, CHRISTMAS/NEW YEAR PERIOD AND AT OTHER TIMES AS DIRECTED BY THE HIGHWAYS DIVISION.

4. THE CONTRACTOR SHALL PROVIDE, INSTALL, AND MAINTAIN ALL

NECESSARY SIGNS, LIGHTS, FLARES, BARRICADES, MARKETS, CONES, AND OTHER PROTECTIVE FACILITIES, AND SHALL TAKE ALL NECESSARY PRECAUTIONS FOR THE PROTECTION, CONVENIENCE, AND SAFETY OF THE PUBLIC TRAFFIC. ALL SUCH PROTECTIVE, FACILITIES AND PRECAUTIONS TO BE TAKEN SHALL CONFORM WITH THE “ADMINISTRATIVE RULES OF HAWAI’I GOVERNING THE USE TRAFFIC CONTROL DEVICES AT WORK SITES ON, OR ADJACENT TO PUBLIC STREETS AND HIGHWAYS”, ADOPTED BY THE DIRECTOR OF TRANSPORTATION AND THE U.S. FEDERAL HIGHWAY ADMINISTRATION MUTCD – “MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, PART VI – TEMPORARY TRAFFIC CONTROL”, LANE CLOSURES SHALL CONFORM TO THE TRAFFIC CONTROL PLAN INCORPORATED INTO THESE CONSTRUCTION PLANS AND MUST BE APPROVED BY THE DIVISION PRIOR TO THE ISSUANCE OF THE PERMIT.

5. THE MINIMUM PAVEMENT STRUCTURE SHALL CONSISTS OF:

A. RESIDENTIAL DRIVEWAYS, ON MINOR HIGHWAYS:

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-20 GENERAL CONSTRUCTION NOTES

(1) 2-1/2" ASPHALT CONCRETE (MIX IV), 6" AGGREGATE BASE COURSE AND 12" SUBBASE, OR 2-1/2" ASPHALT CONCRETE AND 6" ASPHALT CONCRETE BASE COURSE. (2) 6" OF CLASS "A" CONCRETE REINFORCED WITH 6" X 6" - W2.9 X W2.9 WIRE MESH ON 12" AGGREGATE SUBBASE, IF DEEMED NECESSARY BY THE ENGINEER.

B. COMMERCIAL DRIVEWAYS AND SIDEROADS ON MINOR HIGHWAYS:

(1) 2-1/2" ASPHALT CONCRETE (MIX IV), 6" AGGREGATE BASE COURSE AND 12" SUBBASE, OR 4 ASPHALT CONCRETE (MIX IV) AND 8" ASPHALT CONCRETE BASE COURSE. . (2) 8" OF CLASS "A" CONCRETE REINFORCED WITH 6" x 6 " - W2.9 X W2.9 WIRE MESH ON 12" AGGREGATE SUBBASE, IF DEEMED NECESSARY BY THE ENGINEER.

6. NO MATERIAL AND/ OR EQUIPMENT SHALL BE STOCKPILED OR

OTHERWISE STORED WITHIN THE HIGHWAY RIGHT-OF-WAY, EXCEPT AT LOCATIONS DESIGNATED IN WRITING AND APPROVED BY THE DISTRICT ENGINEER.

7. COMPACTION TESTS SHALL BE TAKEN IN ACCORDANCE WITH THE

"SPECIFICATIONS FOR INSTALLATION OF MISCELLANEOUS IMPROVEMENTS WITHIN STATE HIGHWAYS", AS FOLLOWS: A. SUBBASE: ONE (1) COMPACTION TEST PER LIFT PER 200 LINEAR

FEET OF ROADWAY B. BASE COURSE: ONE (1) COMPACTION TEST PER LIFT PER 200

LINEAR FEET OF ROADWAY. C. ASPHALT CONCRETE: ONE (1) COMPACTION TEST PER LIFT PER 300

LINEAR FEET OF TRENCH. D. A COPY OF THE TEST RESULTS SHALL BE SUBMITTED TO THE

DISTRICT ENGINEER. 8. THE CONTRACTOR SHALL TAKE A PROFILE ALONG THE CENTERLINE OF

THE PROPOSED UTILITY TRENCH, BOTH BEFORE COMMENDING TRENCH EXCAVATION WORK AND AFTER TRENCH HAS BEEN REPAVED. PROFILES

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-21 GENERAL CONSTRUCTION NOTES

SHALL BE SUBMITTED TO THE DISTRICT ENGINEER AND SHALL BE USED TO VERIFY THE ROADWAY SURFACE HAS BEEN RESTORED TO ITS ORIGINAL CONDITION OR SMOOTHER.

9. THE DISTANCE FROM THE PAVED SURFACE TO THE TESTING EDGE OF A

TEN-FOOT LONG STRAIGHT EDGE BETWEEN TWO POINTS SHALL NOT EXCEED 3/16 INCH.

10. THE CONTRACTOR SHALL PROVIDE AN ADEQUATE AND SAFE NON-SKID

BRIDGING MATERIAL, INCLUDING SHORING, OVER TRENCHES IN PAVEMENT AREAS. THE BRIDGING SHALL BE ABLE TO SUPPORT ALL TYPES OF VEHICULAR TRAFFIC. BRIDGING MATERIALS SHALL NOT BE USED ON HIGH SPEED ROADWAYS, WHICH ARE ROADS WITH A DESIGN SPEED OF 50 MPH OR HIGHER. SMOOTH RIDING CONNECTION BETWEEN ROADWAY SURFACES AND BRIDGING MATERIAL SHALL BE PROVIDED. SHOULD COMPLAINTS BE RECEIVED DUE TO NOISE MATERIAL GENERATED FROM THIS WORK, THE CONTRACTOR SHALL IMMEDIATELY ADDRESS THOSE COMPLAINTS.

11. THE CONTRACTOR SHALL MAKE EVERY EFFORT TO MINIMIZE THE USE

AND THE DURATION OF USE OF BRIDGING MATERIALS. THE STATE MAY REQUIRE THE BACKFILLING AND PATCHES OF TRENCHES DUE TO THE EXCESSIVE USAGE OF STEEL PLATES.

12. UNLESS OTHERWISE NOTED, NO TRENCH SHALL BE OPENED MORE THAN

300 FEET IN ADVANCE OF THE INSTALLED AND TESTED PIPELINE AND/-OR DUCTLINE.

13. EXISTING DRAINAGE SYSTEMS SHALL BE FUNCTIONAL AT ALL TIMES. 14. THE CONTRACTOR SHALL EXERCISE CARE TO MINIMIZE DAMAGES TO

EXISTING HIGHWAY IMPROVEMENTS. ALL DAMAGES SHALL BE PREPARED BY THE CONTRACTOR, AT HIS EXPENSE, TO THE SATISFACTION OF THE DISTRICT ENGINEER.

15. APPROVAL OF PERMIT CONSTRUCTION PLANS SHALL BE VALID FOR A

PERIOD OF ONE (1) YEAR FROM THE DATE OF NOTIFICATION FOR APPROVAL TO THE APPLICANT. IN THE EVENT CONSTRUCTION DOES NOT COMMENCE WITHIN THIS ONE-YEAR PERIOD, THE APPLICANT WILL BE REQUIRED TO RESUBMIT THE CONSTRUCTION PLANS FOR THE DIVISION’S REVIEW AND RE-APPROVAL.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-22 GENERAL CONSTRUCTION NOTES

16. ALL REGULATORY, GUIDE, AND CONSTRUCTION SIGNS AND BARRICADES SHALL HAVE A HIGH-INTENSITY TYPE III OR IV TO RETROREFLECTIVE BACKGROUND.

17. THE CONTRACTOR SHALL INFORM THE STATE HIGHWAY’S PERMIT

OFFICE (831-6712) AT LEAST TWO (2) DAYS PRIOR TO CLOSING ANY LANES.

18. DRIVEWAYS SHALL BE KEPT OPEN UNLESS OWNERS OF THE

PROPERTIES USING THESE RIGHTS-OF-WAY ARE OTHERWISE PROVIDED FOR SATISFACTORILY.

19. WHERE PEDESTRIAN WALKWAYS EXIST THEY SHALL BE MAINTAINED IN A

SAFE AND PASSABLE CONDITION, OR OTHER FACILITIES FOR PEDESTRIANS SHALL BE PROVIDED. PASSAGES BETWEEN WALKWAYS AT INTERSECTIONS SHALL LIKEWISE BE PROVIDED. ALL WALKWAYS SHALL CONFORM TO ADA REQUIREMENTS.

20. THE CONTRACTOR SHALL REFERENCE, TO THE SATISFACTION OF THE

DISTRICT ENGINEER, ALL EXISTING TRAFFIC SIGNS, POSTS AND PAVEMENT MARKINGS PRIOR TO THE COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL REPLACE OR REPAIR ALL TRAFFIC SIGNS, POSTS, AND PAVEMENT MARKINGS DISTURBED BY HIS ACTIVITIES, AT HIS EXPENSE, UNLESS DIRECTED BY THE DISTRICT ENGINEER OR HIS REPRESENTATIVE.

21. THE CONTRACTOR SHALL EXERCISE CARE WHEN PERFORMING WORK,

IN OR ADJACENT TO THE STATE HIGHWAY RIGHT-OF-WAY. DAMAGES TO THE EXISTING FACILITIES SHALL BE IMMEDIATELY REPORTED TO THE RESPECTIVE UTILITY COMPANIES, AND/OR CITY OR STATE AGENCIES. THE REPAIR WORK SHALL BE DONE AT THE CONTRACTOR’S EXPENSE.

22. HIGHWAY LIGHTS SHALL BE KEPT OPERATIONAL DURING

CONSTRUCTION. SHOULD WORK BE NECESSARY, THE CONTRACTOR SHALL NOTIFY THE STATE HIGHWAYS' HIGHWAY LIGHTING SUPERVISOR (837-8056), THREE (3) WORKING DAYS PRIOR TO COMMENCING WORK.

23. THE CONTRACTOR SHALL NOTIFY THE CITY DEPARTMENT OF

TRANSPORTATION SERVICES, TRAFFIC SIGNAL ENGINEER (768-8388), THREE (3) DAYS PRIOR TO ANY SIGNALIZED INTERSECTION WORK.

24. TRAFFIC SIGNALS SHALL BE KEPT OPERATIONAL DURING

CONSTRUCTION. TEMPORARY OPERATIONAL MICROWAVE OR OTHER

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-23 GENERAL CONSTRUCTION NOTES

APPROVED DETECTION DEVICES SHALL BE INSTALLED THREE (3) WORKING DAYS PRIOR TO ANY SIGNALIZED INTERSECTION EXCAVATION WORK. ALL WORK SHALL BE DONE IN ACCORDANCE TO THE REQUIREMENTS OF THE DEPARTMENT OF TRANSPORTATION SERVICES, CITY AND COUNTY OF HONOLULU, AND PAID FOR BY THE CONTRACTOR.

25. THE CONTRACTOR SHALL NOTIFY THE DEPARTMENT OF

TRANSPORTATION SERVICES, PUBLIC TRANSIT DIVISION AT 768-8396 AND OAHU TRANSIT SERVICES, INC. (BUS OPERATIONS: 848-4578 OR 852-6016 AND PARA-TRANSIT OPERATIONS: 454-5041 OR 454-5020) TWO (2) WEEKS PRIOR TO COMMENCING ANY WORK, PROPOSED CLOSURE OF ANY STREET OR TRAFFIC LANES, AND THE NEED TO RELOCATE ANY BUS STOP.

26. THE PERMIT TO PERFORM WORK UPON A STATE HIGHWAY MAY BE

REVOKED BECAUSE OF DEFAULT IN ANY OF THE FOLLOWING, BUT NOT LIMITED TO, CONDITIONS:

A. WORK PERFORMED BEFORE OR AFTER PERMITTED HOURS. B. FAILURE TO MAINTAIN ROADWAY SURFACES IN A SMOOTH AND

SAFE CONDITION. C. FAILURE TO CLEAN UP CONSTRUCTION DEBRIS GENERATED FROM

PROJECT WORK. D. FAILURE TO PROVIDE PROPER TRAFFIC CONTROL. E. FAILURE TO REPLACE DAMAGED PAVEMENT MARKINGS AND

SIGNS. F. FAILURE TO MAINTAIN HIGHWAY LIGHTS AND/ OR TRAFFIC SIGNAL

SYSTEMS. G. FAILURE TO ADDRESS PUBLIC COMPLAINTS TO THE SATISFACTION

OF THE DISTRICT ENGINEER. 27. THE CONTRACTOR SHALL NOTIFY THE STATE HIGHWAYS PERMIT OFFICE

(831-8712) AT LEAST TWO DAYS PRIOR TO PERFORMING ANY TRENCH RESTORATION WORK. THIS WORK SHALL INCLUDE ANY BACKFILLING AND COMPACTING OF TRENCH MATERIAL; ANY PLACING AND COMPACTING OF BASE COURSE MATERIAL; AND ANY PAVING OPERATIONS. ANY TRENCH RESTORATION WORK PERFORMED BY THE CONTRACTOR THAT

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-24 GENERAL CONSTRUCTION NOTES

IS NOT WITNESSED BY A STATE REPRESENTATIVE WILL BE REQUIRED TO BE REMOVED AND RESTORED WITH A STATE REPRESENTATIVE PRESENT. ALL RESTORATION WORK WILL BE AT THE CONTRACTOR’S EXPENSE.

28. TEMPORARY COLD MIX TRENCH PATCHES WILL BE PERMITTED IN ANY

GIVEN AREA FOR A MAXIMUM DURATION OF TWO WEEKS, AND SHALL BE A MINIMUM OF 2 INCHES THICK. ALL TEMPORARY PATCHES SHALL BE PLACED OVER PROPERLY PLACED AND COMPACTED BACKFILL AND BASE COURSE LAYERS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ALL TEMPORARY PATCHES AND TO MAKE REPAIRS TO UNSATISFACTORY PATCHES WITHIN 24 HOURS.

29. PLASTIC MARKING TAPE. PROVIDE PLASTIC MARKING TAPE THAT IS ACID

AND ALKALI RESISTANT POLYETHYLENE FILM 6 INCHES WIDE WITH MINIMUM THICKNESS OF 0.004 INCH. PROVIDE TAPE WITH MINIMUM STRENGTH OF 1750 PSI LENGTHWISE AND 1500 PSI CROSSWISE. MANUFACTURE TAPE WITH INTEGRAL WIRES, FOIL BACKING OR OTHER MEANS TO ENABLE DETECTION BY A METAL DETECTOR WHEN THE TAPE IS BURNED UP TO 3 FEET DEEP. MANUFACTURE TAPE SPECIFICALLY FOR MARKING AND LOCATING UNDERGROUND UTILITIES. PROVIDE THE METALLIC CORE OF THE TAPE ENCASED IN A PROTECTIVE JACKET OR PROVIDED WITH OTHER MEANS TO PROTECT IT FROM CORROSION. CONFORM TO THE FOLLOWING TAPE COLOR AND BEAR A CONTINUOUS PRINTED INSCRIPTION DESCRIBING THE SPECIFIC UTILITY.

A: ELECTRIC B: GAS, OIL, DANGEROUS MATERIALS C: TELEPHONE, TELEGRAPH, TELEVISION, POLICE AND FIRE

COMMUNICATIONS. D: WATER SYSTEMS E: SEWER SYSTEMS

30. THE CONTRACTOR SHALL PROVIDE THE DISTRICT ENGINEER WITH “AS-

BUILT” PLANS UPON COMPLETION OF THE WORK DONE IN THE STATE RIGHT-OF-WAY. THIS SHALL BE DONE PRIOR TO THE DEPARTMENT’S RELEASE OF THE PERFORMANCE BOND.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-25 GENERAL CONSTRUCTION NOTES

HAWAII ONE CALL CENTER BEFORE ANY EXCAVATION IN THE PUBLIC RIGHT OF WAY OR ON PRIVATE PROPERTY, CALL THE HAWAII ONE CALL CENTER AT LEAST FIVE (5) WORKING DAYS BEFORE YOU PLAN TO DIG. PROVIDE THE ADDRESS AND LOCATION OF THE NEAREST CROSS STREETS(S) NEAR WHERE YOU PLAN TO DIG. CALL 811 TOLL-FREE 24 HOURS A DAY. FOR MORE INFORMATION, GO TO WWW.CALLBEFOREYOUDIG.ORG. THE HAWAII ONE CALL CENTER WILL CONTACT ALL UTILITY COMPANIES TO TONE MARK, OR IDENTIFY THE LOCATION OF THEIR UNDERGROUND UTILITIES FOR FREE, MARK THE AREA WHERE YOU PLAN TO EXCAVATE IN WHITE AND LABEL ALL OF THE OTHER UTILITIES AS LISTED BELOW. RED: ELECTRIC POWER LINES, CABLES, OR CONDUITS AND LIGHTING CABLES YELLOW: GAS, OIL STEAM, PETROLEUM OR OTHER HAZARDOUS LIQUID OR GASEOUS MATERIALS. ORANGE: COMMUNICATIONS, CABLE TV, ALARM OR SIGNAL LINES, CABLES OR CONDUITS BLUE: WATER, IRRIGATION, AND SLURRY LINES. GREEN: SEWERS, STORM SEWER FACILITIES OR OTHER DRAIN LINES. WHITE: PROPOSED EXCAVATION PINK: TEMPORARY SURVEY MARKINGS. PURPLE: RECLAIMED WATER, IRRIGATION AND SLURRY LINES. PUBLIC HEALTH, SAFETY & CONVENIENCE NOTES 1. THE CONTRACTOR SHALL OBSERVE AND COMPLY WITH ALL FEDERAL,

STATE AND LOCAL LAWS REQUIRED FOR THE PROTECTION OF PUBLIC HEALTH, SAFETY AND ENVIRONMENTAL QUALITY.

2. THE CONTRACTOR, AT HIS OWN EXPENSE SHALL KEEP THE PROJECT

AREA AND SURROUNDING AREA FREE FROM RUBBISH, DUST, NOISE, EROSION, ETC. THE WORK SHALL BE DONE IN CONFORMANCE WITH THE AIR AND WATER POLLUTION CONTROL STANDARDS AND REGULATIONS OF THE STATE DEPARTMENTS OF HEALTH. THE CITY SHALL REQUIRE SUPPLEMENTARY MEASURES, IF REQUIRED.

3. THE CONTRACTOR SHALL PROVIDE, INSTALL AND MAINTAIN ALL

NECESSARY SIGNS, LIGHTS, FLARES, BARRICADES, MARKERS, CONES AND OTHER PROTECTIVE FACILITIES, AND SHALL TAKE ALL NECESSARY PRECAUTIONS FOR THE PROTECTION, CONVENIENCE AND SAFETY OF THE PUBLIC.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-26 GENERAL CONSTRUCTION NOTES

4. THE CONTRACTOR’S ATTENTION IS DIRECTED TO CHAPTER 44B PUBLIC HEALTH REGULATIONS DEPARTMENT OF HEALTH, STATE OF HAWAII “COMMUNITY NOISE CONTROL FOR OAHU” IN WHICH MAXIMUM ALLOWABLE NOISE LEVEL HAVE BEEN SET. IF THE CONSTRUCTION ACTIVITIES FOR THIS PROJECT WILL EXCEED THE ALLOWABLE NOISE LEVELS, THE CONTRACTOR WILL BE REQUIRED TO OBTAIN A PERMIT FROM THE DIRECTOR OF THE DEPARTMENT OF PUBLIC HEALTH. THE CONTRACTOR SHALL OBTAIN A COPY OF CHAPTER 44B AND BECOME FAMILIAR WITH THE NOISE LEVEL RESTRICTIONS AND THE PROCEDURES FOR OBTAINING A PERMIT FOR CONSTRUCTION ACTIVITIES.

HAWAIIAN ELECTRIC COMPANY NOTES 1. LOCATION OF HECO FACILITIES THE LOCATION OF HECO'S OVERHEAD AND UNDERGROUND FACILITIES

SHOWN ON THE PLANS ARE FROM EXISTING RECORDS WITH VARYING DEGREES OF ACCURACY AND ARE NOT GUARANTEED AS SHOWN. THE CONTRACTOR SHALL VERIFY IN THE FIELD THE LOCATIONS OF THE FACILITIES AND SHALL EXERCISE PROPER CARE IN EXCAVATING AND WORKING IN THE AREA. WHEREVER CONNECTIONS OF NEW UTILITIES TO EXISTING UTILITIES AND UTILITY CROSSINGS ARE SHOWN, THE CONTRACTOR SHALL EXPOSE THE EXISTING LINES AT THE PROPOSED CONNECTIONS AND CROSSINGS TO VERIFY THE DEPTHS PRIOR TO EXCAVATION FOR THE NEW LINES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO HECO'S FACILITIES WHETHER SHOWN OR NOT SHOWN ON THE PLANS.

2. COMPLIANCE WITH HAWAII OCCUPATIONAL SAFETY AND HEALTH LAWS THE CONTRACTOR SHALL COMPLY WITH THE STATE OF HAWAII'S

OCCUPATIONAL SAFETY AND HEALTH LAWS AND REGULATIONS, INCLUDING WITHOUT LIMITATION, THOSE RELATED TO WORKING ON OR NEAR EXPOSED OR ENERGIZED ELECTRICAL LINES AND EQUIPMENT.

3. EXCAVATION CLEARANCE THE CONTRACTOR SHALL OBTAIN AN EXCAVATION CLEARANCE FROM

HECO'S PLANNING AND DESIGN SECTION OF THE CUSTOMER INSTALLATIONS DEPARTMENT (543-5654) LOCATED AT 820 WARD AVENUE, 4TH FLOOR, A MINIMUM OF TEN (10) WORKING DAYS PRIOR TO STARTING CONSTRUCTION.

4. CAUTION!!! ELECTRICAL HAZARD!!! EXISTING HECO OVERHEAD AND UNDERGROUND LINES ARE ENERGIZED

AND WILL REMAIN ENERGIZED DURING CONSTRUCTION UNLESS PRIOR

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-27 GENERAL CONSTRUCTION NOTES

SPECIAL ARRANGEMENTS HAVE BEEN MADE WITH HECO. ONLY HECO PERSONNEL ARE TO HANDLE THESE ENERGIZED LINES AND ERECT TEMPORARY GUARDS TO PROTECT THESE LINES FROM DAMAGE. THE CONTRACTOR SHALL WORK CAUTIOUSLY AT ALL TIMES TO AVOID ACCIDENTS AND DAMAGE TO EXISTING HECO FACILITIES, WHICH CAN RESULT IN ELECTROCUTION.

5. OVERHEAD LINES

STATE LAW (OSHA) REQUIRES THAT A WORKER AND THE LONGEST OBJECT HE OR SHE MAY CONTACT CANNOT COME CLOSER THAN A SPECIFIED MINIMUM RADIAL CLEARANCE WHEN WORKING CLOSE TO OR UNDER ANY OVERHEAD LINES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO BE INFORMED OF AND COMPLY WITH THE LAW. AT ANY TIME SHOULD THE CONTRACTOR ANTICIPATE THAT HIS WORK WILL RESULT IN THE NEED TO ENCROACH WITHIN THE MINIMUM REQUIRED CLEARANCE AS STATED IN THE LAW, THE CONTRACTOR SHALL NOTIFY HECO AT LEAST THREE (3) MONTHS PRIOR TO THE PLANNED ENCROACHMENT SO THAT, IF FEASIBLE, THE NECESSARY PROTECTIONS (E.G. RELOCATE OR DE-ENERGIZE HECO LINES) CAN BE INVESTIGATED. HECO MAY ALSO BE ABLE TO BLANKET ITS DISTRIBUTION (12KV AND BELOW) LINES TO PROVIDE A VISUAL AID IN PREVENTING ACCIDENTAL CONTACT. HECO'S COST OF SAFEGUARDING OR IDENTIFYING ITS LINES WILL BE CHARGED TO THE CONTRACTOR. CONTACT HECO'S CUSTOMER INSTALLATIONS DEPARTMENT AT 543-7070 FOR ASSISTANCE IN IDENTIFYING AND SAFEGUARDING OVERHEAD POWER LINES.

6. POLE BRACING

CONTRACTOR SHALL NOT EXCAVATE WITHIN 10 FEET FROM HECO'S UTILITY POLES OR ANY ANCHOR SYSTEM SUPPORTING THE UTILITY POLE. IF CONTRACTOR MUST EXCAVATE CLOSER THAN 10 FEET FROM UTILITY POLE OR ITS ANCHOR SYSTEM, CONTRACTOR WILL BE RESPONSIBLE FOR PROTECTING, SUPPORTING, SECURING AND TAKING ALL PRECAUTIONS TO PREVENT DAMAGE TO OR LEANING OF EXISTING POLES. BEFORE COMMENCING SUCH EXCAVATION, CONTRACTOR MUST SUBMIT ITS BRACING CALCULATIONS AND DRAWINGS, PREPARED AND STAMPED BY A LICENSED STRUCTURAL ENGINEER, TO HECO'S CUSTOMER INSTALLATION DEPARTMENT (543-7070) FOR REVIEW. HECO REQUIRES A MINIMUM OF TEN (10) WORKING DAYS TO CONDUCT THE

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-28 GENERAL CONSTRUCTION NOTES

REVIEW OF CONTRACTOR'S SUBMITTAL. CONTRACTOR SHALL BE RESPONSIBLE FOR THE DESIGN, INSTALLATION, AND REMOVAL OF THE TEMPORARY POLE BRACING SYSTEM, AS WELL AS ALL COST INCURRED BY HECO TO REVIEW CONTRACTOR'S DRAWING AND TO REPAIR OR STRAIGHTEN POLES IMPACTED BY CONTRACTOR'S ACTIVITIES, INCLUDING RESPONSE AND RESTORATION COST INCURRED BY HECO ARISING OUT OF OR RELATED OUTAGES CAUSED BY CONTRACTOR'S FAILURE TO MEET THE FOREGOING REQUIREMENTS. HECO'S REVIEW AND APPROVAL OF ANY CONTRACTOR SUBMITTALS INCLUDING ITS WORK PROCEDURE SHALL NOT RELIEVE CONTRACTOR FROM ANY LIABILITY RESULTING FROM CONTRACTOR'S EXCAVATION NEAR OR AROUND HECO UTILITY POLES.

7. UNDERGROUND LINES THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION WHENEVER

CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY OF UNDERGROUND LINES. HECO'S EXISTING ELECTRICAL CABLES ARE ENERGIZED AND WILL REMAIN ENERGIZED DURING CONSTRUCTION. ONLY HECO PERSONNEL ARE TO BREAK INTO EXISTING HECO FACILITIES, HANDLE THESE CABLES, AND ERECT TEMPORARY GUARDS TO PROTECT THESE CABLES FROM DAMAGE. THE COST OF HECO'S ASSISTANCE IN PROVIDING PROPER SUPPORT AND PROTECTION OF ITS UNDERGROUND LINES WILL BE CHARGED TO THE CONTRACTOR. FOR ASSISTANCE/COORDINATION IN PROVIDING PROPER SUPPORT AND PROTECTION OF THESE LINES, THE CONTRACTOR SHALL CALL HECO'S CUSTOMER INSTALLATIONS DEPARTMENT AT 543-7070 A MINIMUM OF FIVE (5) WORKING DAYS IN ADVANCE.

SPECIAL PRECAUTIONS ARE REQUIRED WHEN EXCAVATING NEAR HECO'S 138KV OR 46KV UNDERGROUND LINES (SEE HECO INSTRUCTIONS TO CONSULTANTS/CONTRACTORS ON "EXCAVATION NEAR HECO'S UNDERGROUND 138KV AND/OR 46KV LINES" FOR DETAILED REQUIREMENTS).

FOR VERIFICATION OF UNDERGROUND LINES, THE CONTRACTOR SHALL CALL THE HAWAII ONE CALL CENTER AT 866-423-7287 MINIMUM OF FIVE (5) WORKING DAYS IN ADVANCE.

UNDERGROUND FUEL PIPELINES THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION WHENEVER CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY OF HECO'S

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-29 GENERAL CONSTRUCTION NOTES

UNDERGROUND FUEL OIL PIPELINES. SPECIAL PRECAUTIONS ARE REQUIRED WHEN EXCAVATING NEAR HECO'S UNDERGROUND FUEL OIL PIPELINES (SEE HECO'S SPECIFIC FUEL PIPELINE “GUIDELINES” TO CONSULTANTS/CONTRACTORS ON EXCAVATION NEAR HECO'S UNDERGROUND FUEL PIPELINES FOR DETAILED REQUIREMENTS).

9. EXCAVATIONS

WHEN TRENCH EXCAVATION IS ADJACENT TO OR BENEATH HECO'S EXISTING STRUCTURES OR FACILITIES, THE CONTRACTOR IS RESPONSIBLE FOR: A. ARRANGING FOR HECO STANDBY PERSONNEL TO OBSERVE WORK

AT CONTRACTOR'S COST. B. SHEETING, BRACING, OR OTHERWISE SUPPORTING THE

EXCAVATION AND STABILIZING THE EXISTING GROUND TO RENDER IT SAFE AND SECURE AND TO PREVENT POSSIBLE SLIDES, CAVE-INS, AND SETTLEMENTS.

C. PROPERLY SUPPORTING EXISTING STRUCTURES OR FACILITIES

WITH BEAMS, STRUTS, UNDER-PINNINGS, OR OTHER NECESSARY METHODS TO FULLY PROTECT IT FROM DAMAGE.

D. BACKFILLING WITH PROPER BACKFILL MATERIAL INCLUDING

SPECIAL THERMAL BACKFILL WHERE EXISTING (REFER TO ENGINEERING DEPARTMENT FOR THERMAL BACKFILL SPECIFICATIONS).

10. RELOCATION OF HECO FACILITIES

ANY WORK REQUIRED TO RELOCATE OR MODIFY HECO FACILITIES SHALL BE DONE BY HECO, OR BY THE CONTRACTOR UNDER HECO'S SUPERVISION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL COORDINATION, AND SHALL PROVIDE NECESSARY SUPPORT FOR HECO'S WORK, WHICH MAY INCLUDE, BUT NOT BE LIMITED TO, STAKING OF POLE/ANCHOR LOCATIONS, IDENTIFYING RIGHT OF WAY AND PROPERTY LINES, EXCAVATION AND BACKFILL, PERMITS AND TRAFFIC CONTROL, BARRICADING, AND RESTORATION OF PAVEMENT, SIDEWALKS, AND OTHER FACILITIES.

ALL COSTS ASSOCIATED WITH ANY RELOCATION OR MODIFICATION (EITHER TEMPORARY OR PERMANENT) FOR THE CONVENIENCE OF THE

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-30 GENERAL CONSTRUCTION NOTES

CONTRACTOR, OR TO ENABLE THE CONTRACTOR TO PERFORM HIS WORK IN A SAFE AND EXPEDITIOUS MANNER IN FULFILLING HIS CONTRACT OBLIGATIONS SHALL BE BORNE BY THE CONTRACTOR.

11. CONFLICTS

ANY REDESIGN OR RELOCATION OF HECO'S FACILITIES NOT SHOWN ON THE PLANS MAY BE CAUSE FOR LENGTHY DELAYS. THE CONTRACTOR ACKNOWLEDGES THAT HECO IS NOT RESPONSIBLE FOR ANY DELAY OR DAMAGE THAT MAY ARISE AS A RESULT OF ANY CONFLICTS DISCOVERED OR IDENTIFIED WITH RESPECT TO THE LOCATION OR CONSTRUCTION OF HECO'S ELECTRICAL FACILITIES IN THE FIELD, REGARDLESS OF WHETHER THE CONTRACTOR HAS MET THE REQUESTED MINIMUM ADVANCE NOTICES. IN ORDER TO MINIMIZE ANY DELAY OR IMPACT ARISING FROM SUCH CONFLICTS, HECO SHOULD BE NOTIFIED IMMEDIATELY UPON DISCOVERY OR IDENTIFICATION OF SUCH CONFLICT.

12. DAMAGE TO HECO FACILITIES

THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION OF ALL HECO SURFACE AND SUBSURFACE UTILITIES AND SHALL BE RESPONSIBLE FOR ANY DAMAGES TO HECO'S FACILITIES AS A RESULT OF HIS OPERATIONS. THE CONTRACTOR SHALL IMMEDIATELY REPORT SUCH DAMAGES OR ANY HAZARDOUS CONDITIONS RELATED TO HECO'S LINES TO HECO'S TROUBLE DISPATCHER AT 548-7961. REPAIR WORK SHALL BE DONE BY HECO OR BY THE CONTRACTOR UNDER HECO'S SUPERVISION. COSTS FOR DAMAGES TO HECO'S FACILITIES SHALL BE BORNE BY THE CONTRACTOR.

IN CASE OF DAMAGE OR SUSPECTED DAMAGE TO HECO'S FUEL PIPELINE, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY HECO'S SECURITY COMMAND CENTER AT 543-7685 (A 24-HOUR NUMBER) SO HECO PERSONNEL CAN SECURE THE DAMAGED SECTION AND REPORT ANY OIL SPILLS TO THE PROPER AUTHORITIES. ALL COSTS ASSOCIATED WITH THE DAMAGE, REPAIR, AND OIL SPILL CLEANUP SHALL BE BORNE BY THE CONTRACTOR.

13. HECO STAND-BY PERSONNEL

THE CONTRACTOR MAY REQUEST HECO TO PROVIDE AN INSPECTOR TO STAND-BY DURING CONSTRUCTION NEAR HECO'S FACILITIES. THE COST OF SUCH INSPECTION WILL BE CHARGED TO THE CONTRACTOR.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-31 GENERAL CONSTRUCTION NOTES

THE CONTRACTOR SHALL CALL HECO'S CUSTOMER INSTALLATIONS DEPARTMENT AT 543-7070 A MINIMUM OF TWO (2) MONTHS IN ADVANCE TO ARRANGE FOR HECO STAND-BY PERSONNEL.

14. CLEARANCES

THE FOLLOWING CLEARANCES SHALL BE MAINTAINED BETWEEN HECO'S DUCTLINE AND ALL ADJACENT STRUCTURES (CHARTED AND UNCHARTED) IN THE TRENCH:

STRUCTURE TYPE MINIMUM CLEARANCE (INCHES) WATER LINES, PARALLEL 36 (A) WATER LINES, CROSSING 12 (B) SEWER LINES, PARALLEL 36 (C) SEWER LINES, CROSSING 24 (D) DRAIN LINES, PARALLEL 12 DRAIN LINES, CROSSING 6 (E) ELECTRICAL AND GAS LINES, PARALLEL 12 ELECTRICAL AND GAS LINES, CROSSING 12 TELEPHONE LINES, PARALLEL 6 (E) TELEPHONE LINES, CROSSING 6 (E) CHEVRON OIL LINES, PARALLEL 36 CHEVRON OIL LINES, CROSSING 48 BELOW OIL LINE (F)

A. THE MINIMUM HORIZONTAL CLEARANCES TO WATER LINES PARALLEL TO ELECTRICAL DUCTLINES SHOULD BE INCREASED TO 60 INCHES IF THE WATER LINE IS GREATER THAN OR EQUAL TO 16 INCHES IN DIAMETER.

B. THE MINIMUM VERTICAL CLEARANCES TO WATER LINES CROSSING

ELECTRICAL DUCTLINES CAN BE REDUCED TO 6 INCHES IF THE ELECTRICAL DUCTLINE STRUCTURE IS CONCRETE ENCASED AND IS BELOW THE WATER LINE AND THE WATER LINE IS LESS THAN 16 INCHES IN DIAMETER.

C. A MINIMUM HORIZONTAL CLEARANCE OF 36 INCHES IS REQUIRED

BETWEEN NEW HANDHOLES AND EXISTING SEWER LATERALS. D. THE MINIMUM VERTICAL CLEARANCES TO SEWER PIPES CROSSING

ELECTRICAL DUCTLINES CAN BE REDUCED TO 12 INCHES IF THE SEWER PIPE IS JACKETED IN CONCRETE.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-32 GENERAL CONSTRUCTION NOTES

E. THE MINIMUM CLEARANCES SHALL BE INCREASED TO 12 INCHES IF THE ELECTRICAL DUCTLINE IS DIRECT BURIED.

F. THE MINIMUM VERTICAL CLEARANCES TO OIL LINES CROSSING

ELECTRICAL DUCTLINES CAN BE REDUCED TO 24 INCHES BELOW OIL LINES IF THE CROSSING ARE ENCASED IN 6 INCHES OF CONCRETE.

G. THE CONTRACTOR SHALL NOTIFY THE CONSTRUCTION MANAGER

& HECO OF HEAT SOURCES (POWER CABLE DUCT BANK, STEAMLINE, ETC.) ENCOUNTERED THAT ARE NOT PROPERLY IDENTIFIED ON THE DRAWING.

THE FOLLOWING CLEARANCES SHALL BE MAINTAINED BETWEEN HECO'S FUEL PIPELINES AND ALL ADJACENT STRUCTURES: 24 INCHES, PARALLEL OR CROSSING. THE MINIMUM CLEARANCE CAN BE REDUCED TO 12 INCHES

(PARALLEL AND BELOW ONLY) IF THE STRUCTURE IS JACKETED IN CONCRETE.

15. INDEMNITY

THE CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS HECO FROM AND AGAINST ALL LOSSES, DAMAGES, CLAIMS, AND ACTIONS, INCLUDING BUT NOT LIMITED TO REASONABLE ATTORNEY'S FEES AND COSTS BASED UPON OR ARISING PUT OF DAMAGES TO PROPERTY OR INJURIES TO PERSONS, OR OTHER TORTUOUS ACTS CAUSED OR CONTRIBUTED TO BY CONTRACTOR OR ANYONE ACTING UNDER ITS DIRECTION OR CONTROL OR ON ITS BEHALF. PROVIDED CONTRACTOR'S INDEMNITY SHALL NOT BE APPLICABLE TO ANY LIABILITY BASED UPON THE SOLE NEGLIGENCE OF HECO.

HAWAII TELCOM NOTES 1. THE CONTRACTOR SHALL PROCURE AND PAY FOR ALL LICENSES AND

PERMITS AND SHALL GIVE ALL NOTICES NECESSARY AND INCIDENT TO THE DUE AND LAWFUL PROSECUTION OF THE WORK.

2. THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT AND TONING

REQUEST FROM HAWAIIAN TELCOM'S EXCAVATION PERMIT SECTION, LOCATED AT 3239 UALENA STREET, THIRD FLOOR, TWO WEEKS PRIOR TO THE START OF CONSTRUCTION. HOURS OF BUSINESS ARE 7:00 AM TO

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-33 GENERAL CONSTRUCTION NOTES

10:45 AM AND 11:30 AM TO 2:45 P.M. MONDAY THROUGH FRIDAY, EXCEPT HOLIDAYS.

3. PRIOR TO THE EXCAVATION OF THE DUCTLINE, THE CONTRACTOR SHALL

REQUEST HAWAIIAN TELCOM TO LOCATE EXISTING DUCTLINE WHEREVER REQUIRED. FOR UNDERGROUND CABLE LOCATING AND MARKING, FIVE (5) WORKING DAYS ADVANCE NOTICE IS REQUIRED. THREE (3) WORKING DAYS ADVANCE FOR ANY INSPECTION BY A DESIGNATED REPRESENTATIVE.

4. THE LOCATIONS OF EXISTING UTILITIES ARE APPROXIMATE ONLY. THE

CONTRACTOR SHALL EXERCISE EXTREME CAUTION AND SHALL MAINTAIN PROPER CLEARANCES WHENEVER CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY OF HAWAIIAN TELCOM FACILITIES. THE CONTRACTOR SHALL VERIFY THEIR LOCATIONS AND SHALL BE LIABLE FOR ANY DAMAGES TO HAWAIIAN TELCOM FACILITIES. ANY DAMAGES SHALL BE REPORTED IMMEDIATELY TO HAWAIIAN TELCOM'S REPAIR SECTION, PHONE NO. "611" (24 HOURS), OR TO THE EXCAVATION PERMIT SECTION AT 840-1444 (NORMAL WORKING HOURS, MONDAY THROUGH FRIDAY, EXCEPT HOLIDAYS). AS A RESULT OF HIS OPERATIONS, ADJUSTMENTS TO THE NEW DUCTLINE ALIGNMENT, IF REQUIRED, SHALL BE MADE TO PROVIDE THE REQUIRED CLEARANCES.

5. THE CONTRACTOR SHALL NOTIFY HAWAIIAN TELCOM INSPECTOR OR

DESIGNATED REPRESENTATIVE A MINIMUM OF 72 HOURS PRIOR TO EXCAVATION, BRACING, OR BACKFILLING OF HAWAIIAN TELCOM STRUCTURES OR FACILITIES.

6. ALL APPLICABLE CONSTRUCTION WORK SHALL BE DONE IN

ACCORDANCE WITH THE "HAWAIIAN TELCOM STANDARD SPECIFICATIONS FOR PLACING UNDERGROUND TELEPHONE SYSTEMS" DATED MARCH 1999, ALL SUBSEQUENT AMENDMENTS AND ADDITIONS AND ALL OTHER PERTINENT STANDARDS FOR TELEPHONE CONSTRUCTION. CONTRACTOR SHALL FAMILIARIZE HIS PERSONNEL BY OBTAINING APPLICABLE SPECIFICATIONS.

7. WHEN EXCAVATION IS ADJACENT TO OR BENEATH HAWAIIAN TELCOM'S

EXISTING EXISTING STRUCTURES OR FACILITIES, THE CONTRACTOR SHALL:

A. SHEET AND/OR BRACE THE EXCAVATION TO PREVENT SLIDES,

CAVE-INS, OR SETTLEMENTS TO ENSURE NO MOVEMENT TO HAWAIIAN TELCOM STRUCTURES OR FACILITIES.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-34 GENERAL CONSTRUCTION NOTES

B. PROTECT EXISTING STRUCTURES AND/OR FACILITIES WITH BEAMS, STRUTS, OR UNDERPINNING WHILE EXCAVATING BENEATH THEM TO ENSURE NO MOVEMENT TO HAWAIIAN TELCOM'S STRUCTURES OR FACILITIES.

9. THE CONTRACTOR SHALL BRACE ALL POLES OR LIGHT STANDARDS

NEAR THE NEW DUCTLINE, MANHOLE, OR HANDHOLE DURING HIS OPERATIONS.

10. THE CONTRACTOR SHALL SAW CUT A.C. PAVEMENT AND CONCRETE GUTTER WHEREVER NEW MANHOLES, OR DUCTLINES ARE TO BE PLACED AND SHALL RESTORE TO TO EXISTING CONDITION OR BETTER.

11. CONTRACTOR SHALL COMPLY WITH THE POLICY ADOPTED BY THE

DEPARTMENT OF DESIGN AND CONSTRUCTION, CITY AND COUNTY OF HONOLULU, CONCERNING THE REPLACEMENT OF CONCRETE SIDEWALKS AFTER EXCAVATION WORK.

12. THE UNDERGROUND PIPES, CABLES, OR DUCTLINES KNOWN TO EXIST BY

THE ENGINEER FROM HIS SEARCH OF RECORDS ARE INDICATED ON THE PLANS. THE CONTRACTOR SHALL VERIFY THE LOCATIONS AND DEPTHS OF THE FACILITIES AND EXERCISE PROPER CARE IN EXCAVATING IN THE AREA, WHEREVER CONNECTIONS OF NEW UTILITIES TO EXISTING UTILITIES ARE SHOWN ON THE PLANS, THE CONTRACTOR SHALL EXPOSE THE EXISTING LINES AT THE PROPOSED CONNECTIONS TO VERIFY THEIR LOCATIONS AND DEPTHS PRIOR TO EXCAVATION FOR THE NEW LINES.

13. WHEREVER CONNECTIONS TO EXISTING UTILITIES ARE SHOWN ON THE

PLANS, THE CONTRACTOR SHALL EXPOSE THE EXISTING LINES PRIOR TO EXCAVATION OF THE MAIN TRENCHES TO VERIFY THEIR LOCATIONS AND DEPTHS.

14. THE CONTRACTOR, AT HIS OWN EXPENSE, SHALL KEEP THE PROJECT

AND SURROUNDING AREA FREE FROM DUST NUISANCE. THE COST FOR SUPPLEMENTARY MEASURES, WHICH WILL BE REQUIRED BY THE CITY AND COUNTY, SHALL BE BORNE BY THE CONTRACTOR.

15. THE CONTRACTOR SHALL PUMP ALL MANHOLES DRY DURING FINAL

INSPECTION. 16. THE CONTRACTOR SHALL NOTIFY HAWAIIAN TELCOM INSPECTOR 24

HOURS PRIOR TO THE POURING OF CONCRETE OR BACKFILLING.

REHABILITATION OF SEWER LINES ON OAHU

CONTRACT NO. 007 250-35 GENERAL CONSTRUCTION NOTES

17. WHEN CONNECTING TO MANHOLE WALLS, ALL EXISTING REINFORCING BARS SHALL BE LEFT IN INTACT. DUCTS SHALL BE ADJUSTED IN THE FIELD IN ORDER TO CLEAR REINFORCING.

18. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LAYING OUT ALL

REQUIRED LINES AND GRADES AND SHALL PRESERVE ALL BENCH MARKS AND WORKING POINTS NECESSARY TO LAY OUT THE WORK CORRECTLY. THE NEW DUCTLINE SHALL BE ADJUSTED BY THE CONTRACTOR TO SUIT THE EXISTING CONDITIONS AND THE DETAILS AS DESCRIBED IN THE PLANS.

19. MINIMUM CONCRETE STRENGTH SHALL BE: FOR DUCTLINE: 2500 PSI AT 28 DAYS FOR MANHOLE: 3000 PSI AT 28 DAYS OR AS SPECIFIED IN DESIGN NOTES 20. BENDS IN THE DUCT ALIGNMENT, DUE TO CHANGES IN GRADE SHALL

HAVE A MINIMUM RADIUS OF 25 FEET. ALL 90 DEGREE C-BENDS AT A POLE OR AT THE BUILDING FLOOR SLAB PENETRATION SHALL HAVE A BEND RADIUS OF TEN TIMES THE DIAMETER OF THE DUCT OR GREATER.

21. AFTER DUCTLINE HAS BEEN COMPLETED, A MANDREL WITH A SQUARE

FRONT NOT LESS THAN 12" LONG AND HAVING A DIAMETER OF 1/4" LESS THAN THE INSIDE DIAMETER OF THE DUCT, SHALL BE PULLED THROUGH EACH DUCT AFTER WHICH A BRUSH WITH STIFF BRISTLES SHALL BE PULLED THROUGH TO MAKE CERTAIN NO PARTICLES OF EARTH, SAND OR GRAVEL HAVE BEEN LEFT INSIDE. DUCTS SHALL BE COMPLETELY DRY AND CLEAN.

22. ALL DUCTS AND CONDUITS SHALL HAVE AN 1800# POLYESTER MULE-

TAPE (NEPTCO, WP1899P, HAWAIIAN TELCOM MATERIAL CODE NO. 571154) INSTALLED THROUGHOUT ITS ENTIRE LENGTH. ALL DUCTS SHALL BE CAPPED TO PREVENT ENTRY OF FOREIGN MATERIAL DURING CONSTRUCTION AND AT THE COMPLETION OF INSTALLATION.

--END SECTION 250--