1404* American Infrastructure Technologies - Work Order No. 3PURCHASING DEPARTMENT
T RANSMI TT AL, MEMORANDUM
To: City Clerk
RE: American Infrastructure Technologies — Work Order No. 3 and PO No.
32522 for Force Main Sewer Rehab by RCIP Lining along the Hwy 17 -92
IFB No. 11/10-11
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
Development Order
Final Plat (original mylars)
Letter of Credit
Maintenance Bond
Ordinance
Performance Bond
Resolution
❑ Mayor's signature
a ecordin R
ende g Safe keeping (Vault '
VV
AV
Once completed, please:
❑ Return original
❑ Return copy
Special Instructions:
Need executed si ng ature
❑ Payment Bond
c'2T- City Manager Signature
❑ City Clerk Signature
Please advise if you have any questions regarding the above. Thank you...
From
Date
�'Iy
TADept_ forms \City Clerk Transmittal Memo - 2009.doc
DATE: 07/21/11
PURCHASE ORDER PO NUMBER 032522
CITY OF SANFORD
P.O. BOX 1788
PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE
ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT.
P.O. BOX
FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C -8
SANFORD, , FL FL 32772
VENDOR NO.: 11155
TO: SHIP TO:
AMERICAN INFRASTRUCTURE TECH C CITY OF SANFORD
8799 US HWY 31 412 W. 14TH STREET
HANCEVILE, AL 35077 SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/11
NET /30
62793
ACCOUNT NO.: 451- 4564 - 536.63 -00 PROJECT NO.: WQ0704
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF ISSUE
UNIT COST
EXTENDED COST
1
SEWER REHAB /REPLACEMENT PROJECT
283850.00
NA
1.00
283850.00
I/I CORRECTIONS
ALONG HIGHWAY 17
GRANT NO. WW590101
SUB
TOTAL
283850.00
TOTAL
283850.00
APPROVED BY:
APPROVED BY: -GAL
PURCH G AGENT CITY MANA
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP: //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
EXHIBIT A
WORK ORDER FORM
Work Order Number 3
CITY OF SANFORD FLORIDA
Master Agreem't/Contract Number: Dated. 11.10.11
Dated:
Contract/Project Title Force Main Sewer Rehab by RICIP Lining- along Hwy 17 -92
Solicitation No: IFB 09/10 -10
ISanford Project No. WQ0704
I Purchase Order No.
Consultant/Contractor: American Infrastructure Technologies
Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address
8799 US Hwy 31 Hanceville, AL 35077 Tel: 256- 739 -4747
ATTACHMENTS TO THIS WORK ORDER
METHOD OF COMPENSATION
DRAWINGS /PLANS /SPECIFICATIONS
x
IFIXED FEE BASIS
X
SCOPE OF SERVICES
TIME BASIS -NOT TO EXCEED AMOUNT
SPECIAL CONDITIONS
TIME BASIS - LIMITATION OF FUNDS
PRICING IINFORMATION
X
UNIT PRICE BASIS -NOT TO EXCEED AMOUNT
WO TERMS AND CONDITIONS
TIME FOR COMPLETION: 270 Days of the effective date of this Work Order
Effective date- this Work Order:
Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution
of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet
the stated completion requirement may be grounds for termination for default.
Work Order Amount: Dollars Expressed in Numbers: $ $283,850.00
Dollar Amount Written Out: Two hundred eighty three thousand -eight hundred and fifty with XX/1.00
In Witness Where of, the parties hereto have made and executed this Work Order on the
respective dates under each signature: The City through its City Commission taking action on the
and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete
authority to execute same.
CONSULTANT /CONTRACTOR
ATTEST: EXECUTION:
Si tur , rporate Officer Signature, Corporate President
ABED GOWS ViC'E /'L'i ESi Wl ' 111 FLAX - 7>V 6 14111
Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date
CITY OF SANFORD
ignature, P6 g Hager
Purchasing Manager, Prrnfld ame and Date
Signature, City Clerk nature ayor
iQ ' City Clerk, Printed Name and Date Ma PfTnted Name and Date
Revised: '-6 -2011
M
u
H �
y 0
u
�ej
G)
a,
o
c
c 0
m y
0 0
0
0
0 0
0 0
0 0
0 0
00
0 c � v
a)
of
t 0) c 0
0
r
0
O
0 0
7
0
Ll
0 0
N
0 0
Ll
0
n
i c,0
0 0
M) �
m o rn
C a) E C 7
° N
w a) 0
F
r
O)
N
a)
am.
N
p
(h
a)
> m c U c
a
F-
U L
°3 c
f9
fA
f9
f9
69
fA
fA
fA i9
m
N V)
y
o m °
E EL
O
o
0
0
0
0
0
0 0
m
m n
m 0 as
0
a)
V'
o
N
O
N
o
O
o
N
O
LC)
N
h
o 0
LO �
0
U
U
d
O
O
LL ` U°vd
N
_
Ec
M
w
O
i s
7
F
O
b9
EA
49
69
fA
EA
69
69 69
LL
a)
(!) L
F
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O O
O O
O
aD
Cl
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O O
. o
Q
F-
O
N
0
N
O
O
VT
6
E9
69
M
fA
ffJ
E9 0
V
O
O
O
O
o
O
o
O O
o o
W
o
O
o
O
O
O
O
O
LO
O
O
0 O
b9
EA
69
69
V>
E9
6%
69 f9
0
o
O
O
o
0
1.
0
C
o
O
a
O
a
o
r-
A
�n
J
H
0 0
m
69
69
(9
6%
69
(9
69
t9 E9
SP[UU Ceg
o
0
0 0
o
o
0
o
0 0
I
w
v
o o
o
n
ui
°
o
Lo
o o
�
ai
o
o
M
v
o
o
�
LO
f9
69
69
E9
69
69
69
69
69
fH
69
Efl
EA
FR
69
EA
W
N
O
w �
M a`
b9
69
ER
ER
E9
b9
ER
ffl
u
H �
y 0
u
�ej
G)
a,
o
c
c 0
m y
a
a)
`m
0 a�
N
a)
a
0 c � v
a)
of
t 0) c 0
C
c c
O)
N
v
N
m o rn
C a) E C 7
° N
w a) 0
ti
m o
a)
�
a
d
a)
am.
7
p
— > Q �'
a)
> m c U c
a
3 n
U L
°3 c
a
�' U
��- a o
o as
o ui C c°) °-
°c m
m
N V)
y
o m °
E EL
c
o¢
CL
a Co ° O� ai 0
—
m X c w m
m
m n
m 0 as
0
a)
a) o
rn
v]
N
U
� oa�ivn%
mo E0
O
c CO O
0
U
U
d
c
LL ` U°vd
ma
E
Ec
o:°Ea)
•D N N
w
O
i s
7
F
O
W
(D C '� C A N
N '.- a- N ¢
- 0 7 C a) C
'O N C a)
a)
{—
a)
LL E
O
¢ C LL L
H
LL
a)
(!) L
F
co a)
U
a3 a3
a) C C
N
u
�ej
G)
a,
=
U
m
U
m
N
a)
N
a)
C
O
O)
N
y C
7
M
y�
a
p ly
E
C
O
N
M
V
U
a3 a3
a) C C
N
The following addressed the scope of the request for pricing per your previously
submitted bid:
SANITARY SEWER FORCE MAIN LINING PROJECT
ALONG HIGHWAY 17 -92
March 03, 2011
An existing force main pipe that extends along Highway 17 -92 from near Lake Mary
Blvd. to the 417 toll road overpass has had numerous failures caused by deterioration of
the asbestos - cement (AC) pipe material. These pipe failures are difficult for City Utility
Staff to manage because the force main extends along the busy 17 -92 highway and
provides sanitary sewer service to numerous commercial businesses along that
corridor. These include restaurants and hotels that cannot be without sewer service.
The City of Sanford's Utility Department wishes to remedy the situation by lining 3,700 ft
of the 8 -inch force main and restoring it to acceptable condition to near -new condition.
The cured -in -place pipe (CIPP) trenchless technology methods being used by the City
to line existing defective gravity sewer pipes can also be used to rehabilitate this low
pressure force main. This method will not require digging long trenches to replace the
old pipes but will require excavating and creating access points along the route of the
force main for use during the lining process. Using CIPP trenchless technology
disruptions to the public will be minimized during the project. New pipe liners will be
inserted into the old force main pipe at the access points and hot air /water will be
applied to expand and solidify the liner, resulting in new pipe within the existing
deteriorated force main.
The details of the work to be performed are described in the following Scope of
Services.
_ - -.
_
,.:
_ . -:
�,
- .�;,..�cx . �-
"� �
d''
r>
�.
7 4
.,:�. *,
a` ....._ ... : 7_
� .
.,
,
��
a
t
x�..�"
�
i
'P: -�
p �` ..
...�r"
�^
...
r
{ �i
/ �'
�" �
� x
1 3 '
r ;
! � �
��
��:�.
�
'�
� �
Yr`�jM.� -�
�y,,�
/�
a
fj
���
��
,:
f!
;:.
f �-
f
�
� ^
e .�
�
'��
ay
,_.
"-
���
:'
_�.
'..� '_ a .•_.
�.
� � 3 . q
_,-
_
��rs
r
� ,.
t
�,Y
,;
��
`�
A
.:
�n
r
..__ ,, ,. .. — _
Approximate quantities:
• Number of service connections
• Tapped /Saddle connections (CIPP over it and restore service from inside)
• Full Tee connections (need excavation and full PVC pipe fittings)
• 8 -in force main length to be lined
• Excavation pits
• Stub for future water plant waste discharge connection.
• CCTV
• Bypass pumping
• Traffic control
• Disposal
Proposed number of lining segments and excavation pits
Note: City of Sanford staff will be responsible for pickup and final disposal of AC pipe
segments removed during excavation by Contractor at access points.
GENERAL QUOTATION INSTRUCTIONS
INTRODUCTION: The City of Sanford hereby invites pre - qualified Contractors currently under
contract by the City to provide quotations to restore underground force main pipe and to restore
service connections for the 8" AC force main along the west side of 17 -92 from the RaceTrack
gas station north of Lake Mary Blvd to Airport Blvd., including, but, not limited to: a. Approx.
3,700 LF 8" AC force main Sewer Pipe Lining; b. Approx. 10 known pressure sewer
service reconnections; c. Install One additional service stub out; d. Install one
permanent force main bypass port ;e. Traffic control plans and any other requirements to
get FDOT construction permits This work must be accomplished within days from
Notice to Proceed.
The contractual obligations of the City as applicable to this solicitation are contingent
upon the availability of appropriated funds for this project.
The City reserves the following rights:
A. To reject any and all quotations either in part or in their entirety, to waive
informalities, and to effect an award or to make no award as deemed to be in the
best interests of the City.
B. To negotiate with the lowest responsive Contractor to develop a solution which is
within the context of allocated funding.
C. To declare any Contractor ineligible at any time during the quotation process
where developments arise which adversely affect the Contractor's responsibility.
D. To conduct any investigation and consider any evidence relevant to the
qualifications and capabilities of the Contractor to perform the work
contemplated. The investigation may include, but is not limited to, a detailed
review of references, current and previous entities for whom similar work has
been performed, an inspection of the Contractor's equipment, personnel and any
other evidence including financial, technical and other qualifications and abilities
of the Contractor.
NOTE To ensure that your quotation /proposal is responsive, you are urged to request
clarification or guidance on any issues involving this solicitation before submitting your
response. Please note that failure to provide the requested information in the form and
format requested may render your quotation /proposal nonresponsive
QUESTIONS Any Contractor who is in doubt as to the true meaning of any part of the
Quotation Documents, or finds a discrepancy or omission therein, may contact F. William Smith,
Purchasing Manager for an interpretation or correction. Said interpretation or correction shall be
provided to all plan - holders as an addendum to the request. Only interpretation, instructions
or correction(s) given in writing _ the Purchasing Manager will be binding Prospective
Contractors are hereby notified that no other source is authorized to give information
concerning, explaining and /or interpreting this Invitation for Quotation.
SUPPLEMENTAL SPECIFICATION
HAZARDOUS MATERIAL: Whenever and wherever, if during the course of performing
any work under this project, the contractor discovers the presence of an unknown
hazardous material (other than AC pipe) or suspects that an unknown hazardous
material is present, he shall stop the work immediately, secure the area, notify the City
Representative and await positive identification of the suspect material, unless
otherwise provided herein before and after.
Special requirements for the removal and disposal of asbestos cement pipe (AC) shall
be as follows:
1. AC pipe removal shall be minimized to the necessary excavation pits used for
installation of the CIPP liner.
2. All AC pipe handling operations shall be performed by the Contractor. City of
Sanford staff will be responsible for pickup and final disposal of AC pipe
segments removed during excavation by Contractor at access points.
3. All AC pipe handling operations until pick up by the City of Sanford will be the
sole responsibility of the Contractor and shall be performed by qualified
employees and in accordance with all applicable regulations of Federal OSHA,
and the United States Environmental Protection Agency
GENERAL CONDITIONS
1. Work shall be done at night between the hours of 11:00 pm and 5:00 am during
the low- traffic and low sewer flow period (preferably Monday night to Thursday
night).
2. Sewer service will be fully restored to all customers no later than 5:00 am each
morning.
FORCE MAIN FLOW BYPASS
1. At the first excavation point repair located near the Race Track lift station,
a. Cut into the AC pipe.
b. Cut existing 8 -inch AC pipe with a clean square finish at both ends of the
pipe.
c. On the both sides of the pipe cut insert a temporary plug sufficiently deep
into the pipe to allow any piping work necessary as part of the point repair
and first force main lining.
d. Install an 8 -inch Hymax 2000 coupling at the south end of the AC pipe to
attach bypass piping.
e. Use temporary pipe reduction from 8 to 4 inches.
f. Connect the 4 inch temporary piping to the manhole XXXXXXX located in
the Lowes parking lot adjacent to the Race Track gas station.
g. Properly clean and dispose any wastewater spills and contaminated soil.
h. Notify designated City representative for their pickup and final disposal of
waste AC pipe.
2. At the second excavation point repair located near the Nation Trucks car
dealership,
a. Cut into the AC pipe.
b. Cut existing 8 -inch AC pipe with a clean square finish at both ends of the
pipe.
c. On the north side of the pipe cut insert a temporary plug sufficiently deep
into the pipe to allow any piping work necessary as part of the point repair
and first force main lining.
d. Drain the pipe segment at the south end of the AC pipe and prepare
segment for lining.
e. Properly clean and dispose any wastewater spills and contaminated soil.
f. Notify designated City representative for their pickup and final disposal of
waste AC pipe
3. Proceed with force main lining
4. Reconnect services from the Race Track and Nation Trucks to a new segment of
8 inch force main with PVC pipe.
5. Install a permanent bypass assembly with the following components:
a. 8x4 inch tee
b. 4 inch cleanout lateral
c. 4 inch cleanout manhole /valve box
d. 8 inch plug valve on the 8 inch force main
e. 4 inch plug valve on the 4 inch lateral
f. 4 inch quick connect adapter
6. Remove temporary bypass piping
7. Reconnect the Original AC, the lined AC and the new PVC pipe with 8 -inch
Hymae 2000 coupling adapters.
FUTURE FORCE MAIN CONNECTION
The contractor, with approval from the City, shall plan their excavation points for point
repairs and in /out access ports for CIPP installation in order to retrofit a 4 inch stub out
from the force main for a future waste disposal connection near the Water Plant near
Airport Boulevard.
The stub out assembly shall have at least the following components:
a. 8x4 inch tee
b. 4 inch cleanout lateral
c. 4 inch cleanout manhole /valve box
d. 8 inch plug valve on the 8 inch force main
e. 4 inch plug valve on the 4 inch lateral
f. 4 inch cap
CIPP LINER
The liner thickness shall be sized according to the required standards cited on the City
of Sanford Specifications for Cured -In -Place Pipe (CIPP), included in Solicitation
Number: IFB 09/10 -10.
1. The liner sizing shall be made to withstand an internal pressure of 30 psi.
2. The minimum liner thickness accepted shall be 7 millimeters
POINT REPAIR
In addition to the required work included for a point repair on the City of Sanford
Solicitation Number: IFB 09/10 -10, the followings elements shall be included for every
point repair:
1. Regular point repairs for CIPP installation may be up to 12 ft in length and 4 ft to
8 ft in depth.
2. Location of point repairs will be in FDOT right of way and in or adjacent to
pavement.
3. All point repairs shall include necessary couplings, PVC pipe, accessories and
surface restoration.
4. To connect different pipe materials, use Hymae 2000 coupling adapters
5. When service connections are not tapped into the AC force main, a full
replacement of the piping will be necessary
6. When service connections are tapped into the AC force main, lining over the
connection is permitted and service reinstate from the inside of the liner with a
cutting tool may be used. Coupon cutting shall not start until sufficient time has
allowed the liner to cool down. Ice water, refrigerated air or other methods can be
used to accelerate the cool down process if necessary.
FDOT PERMIT
The contractor shall include as part of this project all the necessary documentation,
including an approved Traffic Control Plan to obtain the necessary constructions permits
to work in this FDOT right of way.
INVITATION TO QUOTE
You are invited to Quote on the
SANITARY SEWER FORCE MAIN LINING
following:
PROJECT ALONG HIGHWAY 17 -92
Item
Unit
No.
Quantity
Unit
Description
Price
Total
1
3,700
ft
8 -inch CIPP
$
$
2
9
each
8 " Force Main line Point Repair up to 12 ft
$
$
in length /0 -8 ft in Depth in or adjacent to
Pavement (including couplings (2), PVC
pipe, and surface restoration)
3
2
each
Additional point repairs, due to excessive
$
$
segment length or non referenced force
main connections in need of full re-
connection and excavation.
4
1
each
Temporary Bypass setup
$
$
5
1
each
Permanent sewer force main Bypass port.
$
$
6
1
each
Additional material and installation for
$
$
Sewer Force Main stub out near the Water
7
1
n/a
Traffic Control Plan
$
$
8
1
n/a
FDOT Permit
$
$
9
1
n/a
Surcharge for special handling of AC pipe
$
$
SECTION 15110
PART 1 -- GENERAL
1.01 DESCRIPTION
ECCENTRIC PLUG VALVES
This section specifies eccentric plug valves.
1.02 QUALITY ASSURANCE
A. REFERENCES:
This section contains references to the following documents. They are a part of this section
as specified and modified. Where a referenced document contains references to other standards,
those documents are included as references under this section as if referenced directly. In the event
of conflict between the requirements of this section and those of the listed documents, the
requirements of this section shall prevail.
Unless otherwise specified, references to documents shall mean the documents in effect
at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the
Agreement if there were no Bids). If referenced documents have been discontinued by the
issuing organization, references to those documents shall mean the replacement documents
issued or otherwise identified by that organization or, if there are no replacement documents, the
last version of the document before it was discontinued. Where document dates are given in the
following listing, references to those documents shall mean the specific document version
associated with that date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Reference I Title
ANSI B16.1
ASTM Al26
ASTM A276
ASTM A436
ASTM A536
AWWA C504
Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125,
250, and 800
Gray Iron Castings for Valves, Flanges, and Pipe Fittings
Stainless and Heat - Resisting Steel Bars and Shapes
Austenitic Gray Iron Castings
Ductile Iron Castings
Rubber Seated Butter Valves
B. PROOF OF DESIGN TESTS:
The Contractor shall furnish the Construction Manager three certified copies of a report
from an independent testing laboratory certifying successful completion of proof -of- design testing
conducted in accordance with AWWA C504, Section 5.2, except that where the word "disc"
appears in the standard, it is understood to mean "plug." In lieu of testing the valves at an
independent testing laboratory, proof -of- design testing may be performed at the valve manufac-
turer's laboratory, but must be witnessed by a representative of a qualified independent testing
laboratory, and all test reports must be certified by the laboratory representative. Proof -of- design
testing shall have been performed on not less than three 6 -inch diameter valves, with all three test
units demonstrating full compliance with the test standards. Failure to satisfactorily complete the
test shall be deemed sufficient evidence to reject all valves of the proposed make or manufacturer's
model number.
PART 2 -- PRODUCTS
2.01 MATERIALS
Materials of construction shall be as follows:
Body
Plug
Plug facing
Body seats
Less than 3 inches
3 inches and larger
Material
Cast iron, ASTM A 126, Class B
Cast iron, ASTM A 126, Class B, or cast iron ASTM
A436 (Ni- resist), or ductile iron, ASTM A536
Neoprene or Buna -N
Cast iron, ASTM Al26, Class B
Stainless steel, ASTM A276, Type 304 or nickel
Buna V -flex or TFE
Valves shall be coated externally with minimum 5 mils of NSF approved two part epoxy
paint for corrosion protection.
Materials specified are considered the minimum acceptable for the purposes of durability,
strength, and resistance to erosion and corrosion. The Contractor may propose alternative
materials for the purpose of providing greater strength or to meet required stress limitations.
However, alternative materials must provide at least the same qualities as those specified for the
purpose.
2.02 MANUFACTURE
A. GENERAL:
Valves shall be straight -flow nonlubricated resilient plug type suitable for driptight, bi-
directional shutoff at the specified valve design pressure. Port areas for the valve shall be at least 80
percent of the adjacent full pipe area and shall be capable of passing solids 80 percent of pipe size.
Valve body seats consisting of nickel for valves 3 inches and larger shall be constructed of a
welded -in overlay of not less than 90 percent pure nickel. Upper and lower journal bearings shall
be replaceable, sleeve -type, corrosion resistant, and permanently lubricated. Packing shall be self -
adjusting chevron type replaceable without disassembling the valve.
Unless otherwise specified, valves shall, as a minimum, conform to the following pressure
ratings:
inches
12 and smaller 1 175
14 through 36 150
42 through 54 125
B. END CONNECTIONS:
Valves 3 inches and smaller shall have threaded ends. Valve flange drilling for valves larger
than 3 inches shall be per ANSI B 16. 1, Class 125. Grooved -end valves may be provided with
grooved -end piping systems.
C. MANUAL OPERATORS:
Unless otherwise specified, valves 8 inches and smaller shall be provided with a lever type
manual operator. Valves larger than 8 inches shall be provided with totally enclosed worm gear
operators. Where specified, manual operators shall have an adjustable stop. All operator
components shall be sized for the valve design pressure in accordance with AWWA C504, Section
4.5. Operators shall comply with applicable portions of Section 15184.
2.03 PRODUCT DATA
The following information shall be provided:
Manufacturer's product data.
2. Proof -of- design test reports specified in paragraph 15110 -1.02 B.
PART 3-- EXECUTION
Unless otherwise specified, valves shall be provided with the seat upstream away from flow.
Valves at tank connections shall be installed with seat away from tank. Valves on pump discharge
lines shall be installed with seat adjacent to the pump.
* *END OF SECTION **
Responses to the questions in the April 18, 2011 letter from Reynolds Inliner,
LLC. Our responses are in the order posed in the letter (attached).
1. Reinforced felt liners are not required but the liner must withstand an internal
pressure of 30 psi and the minimum liner thickness must be at least 7
millimeters.
2. Vinylester resin liners are not required but the liners must withstand an internal
pressure of 30 psi.
3. End seals are typically required for structural or semi - structural CIPP liners for
pressure pipe withstanding pressures of 60 psi or more. But in this case the
pressure requirement is 30 psi so the end seals are not required.
4. Access pits and road plates will not be allowed under normal circumstances.
However, if an emergency arises, these may be allowed with the approval of the
City of Sanford but only on an emergency case by case basis.
5. Flow data is not available but the work is to be done at night when flow is
anticipated to be at the lowest rate. It is anticipated that the low flow can be
managed by vacuum truck(s) rather than by by -pass pumping.
6. Connections that exist either by tap -ins or saddles are to be reinstated using a
robot cutter to remove the small circular coupon at each connection. There is no
requirement to seal at these locations.
7. There are ten service reinstatements at tee locations plus a new tee installation
for the existing water treatment plant (11 total). Because these are reinstatement
points, these excavation points may also be used as liner entry points.
8. The City will not be responsible for material removed from the pipe segments
during cleaning but the contractor may use the City's disposal site at the North
Water Reclamation Facility.