HomeMy WebLinkAboutSancon Engineering Inc; 2012-12-12; PWM13-22UTILPWM13-22UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
Contract
Project Manager Clay Dobbs/Don Wasko Date Issued: 11/08/12
(760) 438-2722
Mali To:
CMWD
City of Carlsbad
5950 El Camino Real
Carlsbad, California 92008-7314
Award will be made to the lowest responsive,
responsible contractor based on total price.
DESCRIPTION
Labor, materials and equipment to:1) Install/Rehabilitate 1150 feet cured in place (CIPP) 8 inch pipe
on Park Drive south of Cove Drive 2) Install/Rehabilitate 230 feet of cured in place (CIPP)12 inch
pipe on Park Drive between Adams Street and Cove Drive
See exhibit A scope of work / fee
All Cal OSHA standards apply
City of Carlsbad No Fee Right-of-way Permits required
No job walk-through scheduled.
Project Manager: Clay Dobbs/Don Wasko
Phone No. 760-438-2722
Clayton.dobbs(a)carlsbadca.qov
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
SANCON ENGINEERING, INC. 714-891-2323
Name Telephone
5841 Engineer Dr. N/A
Address Fax
Huntington Beach, CA 92649 N/A
City/State/Zip E-Mail Address
1 -
Name and Title of Person Authorized to sign
contracts.
Vice e^^\h9^
Signature Title
I
Name Dlte
JOB QUOTATION
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 1 Install 150 feet cured in place pipe section
at Park Drive and Cove Drive
$15,580
2 1 Install 230 feet of 12 inch cured in place
pipe on Park drive between Adams Street
and Cove Drive
$18,540
TOTAL TOTAL $34,058
Quote Lump Sum, including all applicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening,
unless othenwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the
lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept
or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price
and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an
error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the
intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to
perform, including but not limited to facilities, financial responsibility, materials/supplies and past
performance. The determination of the City as to the Contractor's ability to perform the contract shall be
conclusive. SUBMITTED BY:
SANCON ENGINEERING,INC.
Company/Business Name
Authorized Signature
Printed Name and Title '
u
Date
A-731797
Contractor's License Number
Classification (s)
piration Expiration Date
2-
Designation Of Subcontractors
Set forth below is the full name and location of the place of business of each sub-contractor whom
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
the total bid, and the portion of the work which will be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work to be performed under the contract in excess of one-half of one percent of the bid, the
contractor shall be deemed to have agreed to perform such portion, and that the contractor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of
the public emergency or necessity, and then only after a finding, reduced in writing as a
public record of the Awarding Authority, setting forth the facts constituting the emergency or
necessity in accordance with the provisions of the Subletting and Subcontracting Fair
Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract
Business Name and Address License No.,
Ciassification
& Expiration
Date
Yes No
NONE
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor.
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Clay Dobbs
(Project manager)
Wage Rates: The Payment of Prevailing Wages Is NOT Required
The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.26.130 supersedes the
provisions of the California Labor Code when public work is not a statewide concern. Payment of
prevailing wages is at contractors discretion.
False Claims
Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the
contract process as set forth in this agreement and not in anticipation of litigation or in conjunction
with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims
Act, provides for civil penalties where a person knowingly submits a false claim to a public entity.
These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028
pertaining to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding
on public contracts for a period of up to five years and that debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in
contract bidding.
Signature:
Print Name: CHwcAt ^Aa&o^^5
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial
General Liability and Property Damage Insurance and a Certificate of Workers' Compensation
Insurance indicating coverage in a form approved by the California Insurance Commission. The
certificates shall indicate coverage during the period of the contract and must be furnished to the City
prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that
have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted
and authorized to transact the business of insurance in the State of California by the Insurance
Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not less than $500,000
Subject to the same limit for each person on account of one accident in an amount not less than
$500,000
Property damage insurance in an amount of not less than $100,000
Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
"any auto" and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the
performance of the Contract or work; or from any failure or alleged failure of Contractor to comply
with any applicable law, rules or regulations including those related to safety and health; and from
any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of the City. The expenses of defense
include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
any disputes between the parties arising out of this agreement is San Diego County, California.
Start Work: I agree to start within 14 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 5 working days after receipt of Notice to Proceed.
CONTRACT
SANCON ENGINEERING.INC.
(name of Con
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:
ime of ContcactQc)
(sign here)
(address)
(telephone no.)
ATTEST:
(print name and title)
(e-mail address))
By: d^^^^^ .^^^J^^^!^ ^'
(sign here)
cu<L\c bE.g^e\>crro ^ sec .
(print name and title)
5*B^\ e^>«^€fe(L 1><L.
(address)
(city/state/zip)
(telephone no.)
n\S - %\\ -
(fax no.)
cH<US € SiM^oio . co»A
(e-mail address)
(Proper notarial acknowledgment of execution by Contractor must be attached.
City Manager/ or D^gnee
City Clerk
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Otherwise, the corporation must attach a resolution certified by the
secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R._BALl„ City
BY
Assistant City Attorney
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
0, County of
before me.
(Here insert name and title of the offici
personally appeared Cfl^^ck Onc( ^//c Phe/l aJ^t IQ ,
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct. . ------- ^
WITNESS my hand and official seal.
YAHUICHEN COMM. #1991001 NotaiyPublic-California § OrangaCounfy t My Cyim. B«Piy Sap. 14^ 2016^
Signatur(
(Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIP'nON OF THE ATTACHED DOCUMENT
Ay}/?r>r Puh/rc IAJO?^S AT>}^CC.
(Titie or description of attached document) ^
Gnjract PA/S /^-2^0TI\
(Title or description of attached document continued)
Number of Pages Document Date
(Additional information)
CAPACnr CLAIMED BY THE SIGNER
• Individual (s)
• Corporate Officer
(Title)
• Partner(s)
• Attorney-in-Fact
• Tmstee(s)
• Other
INSTRUCTIONS FOR COMPLETING TfflS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required.
• State and County information must be the State and Cotmty where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
iie/she/feeyr is /are) or circling the correct forms. Failure to correctly indicate this
information may lead to rejectioD of document recording.
• The notary seal impression must be clear and photographically reproducible,
impression must not cover text or lines. If seal impression smudges, re-seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file witi] the of&ce of
the coimty clerk.
• Additional infoimation is not required but could help to ensure this
acknowledgment is not nusused or attached to a different document.
Indicate title or type of attached docimient, nimiber of pages and date.
• Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
2008 Version CAPA vI2.10.07 800-873-9865 www.NotarvCiasses.com
Exhibit A
Scope of work
Acquire no fee right-of-way permit
Install bypass pumps as necessary
High-pressure line cleaning including all root removal
Cal OSHA approved confined space entry
Infiltration control via chemical grouting
CCTV line PRE installation of cured in place pipeline
Install preapproved 230' CIPP liner at 4.5 mm for 8 inch VCP
Install preapproved 150' CIPP liner at 6.0 mm for 12 inch VCP
Robotically re-install all lateral connections
Post CCTV inspection of CIPP liners
Also see: attached specs sheet approved by City of Carlsbad
engineering department
1. Fee not to exceed $35,000
SANCON ENGINEERING. INC. EXHIBIT A. ATTACHMENT
GENERAL ENGINEERING CONTRACTOR Tel: (714) 891-2323
STATE CONTRACTORS LICENSE #731797 Fax: (714) 891-2524
BID # B13041
Date: November 6, 2012
To: City of San Clemente
Attention: Don Wasko
Phone: 760-438-2722 Fax: 760-431-2658 Email: don.wasko(i)carlsbadca.gov
Project: Shelter Cove CIPP
Owner / Agency: City of Carlsbad
Based on Information furnished to Sancon plus a review of the job site, please find below our proposal to
rehabilitate the designated 230' of 12" VCP on Park Dr from Adams St to Cove Dr (MM 17C-9 to MM 17C-79)
and approximately 150' of 8" VCP South of Cove Dr on Park Dr (CO per the following:
Our proposal includes:
Confined Space Entry Procedures 8i Equipment
Prevailing wage / certified payroll If required, Standard insurance coverage up to $4 Million
Bypass of flow during pipe lining operations using above ground pumps and hoses
High velocity cleaning of sewer mains prior to lining 2 -3 passes, including robotic root removal.
Infiltration Control via chemical grouting
Pre-vldeo of sewer main just prior to lining to confirm and document immediate acceptability for lining.
Install Sancon CIPP liner at 4.5mm for 8" and 6.0mm for 12" (See attached calculations)
Robotic reconnection of active HC's within lined pipe.
Final video inspection to confirm successful CIPP liner installation and lateral re-instatement.
Assumptions / Notes:
• Water services shall be shut off during our work to prevent liner damage and to prevent private property
damage as a result of using water while sewer services are blocked. If water services are not shut off
homeowner/Agency will be responsible for any private property damage as a result of backups into private
laterals / property or resulting liner damage.
Normal working hours M - F 7 AM to 5PM
Agency to provide a mobile water meter or similar source for our woric
Agency to provide no parking and notifications for our work
This quotation shall become part of any future Contract, Agreement or Purchase order
This proposal excludes:
Excludes BMP's, Preparing As-builts
Engineered TC Plans, permits or drawings or traffic control exceeding cones and signs
Excludes excavation type point repairs of any kind, if required
Standby or work outside of our scope will be billed at $165.00 / manhour which is inclusive of equipment
Price: $ 15,518.00 LS CIPP 8" Segment on Park Dr.
$ 18,540.00 LS CIPP 12" Segment of Park Dr to Adams St.
Please call me If you have any questions at 714-891-2323.
PRICE IS BASED ON ONE MOBIUZATION. ADDITIONAL MOBIUZATIONS BILLED AT: $1,750.00 EACH. BOND, IF REQUIRED, WOUU) ADD 1% TO
TOTAL BID PRICE. PRICE IS BASED ON RETENTION BEING WFTHELD A MAXIMUM OF 90 DAYS AFTER COMPLEnON OF OUR WORK. PRICE IS FIRM FOR
A PERIOD OF THIRTY DAYS FROM RECEIPT. PAYMENT TERMS NET 30 DAYS OR PER CONTRACT.
^Respectflilly3obfqilte(j. Accepted By:
Date:
Dan Chronister
Sancon Engineering, INC. PO:.
5841 Engineer Drive
Huntington Beach, CA 92649
CIPP PIPE THICKNESS CALCULATR9WS A, ATTACHMENT
Carlsbad Park Ave 8" VCP
DESIGN CALCULATIONS FOR d-INCH CIPP PIPE LINER
CIPP Dimensions
Liner Diameter (in.)
Liner Thickness (in.)
Liner SDR
CIPP Physical Properties
Initial Tensile Strength (psi)
initial Flexural Modulus (psi)
Initial Flexural Modulus of Elasticity (psi)
Long-Ternn Modulus of Elasticity (psi)
Existing Host Pipe Characteristics
Existing pipe fully deteriorated
Ovality (%)
Soil Characteristics
w = Soil density (pcf)
Es = Soil modulus (psi)
Safety Factor (N)
H = Max soil height over pipe (ft) _
Hw = Assumed height of v^ater above pipe (ft)
8 in
0.177 in
45.2
4.5 mm
3000 psi
4500 psi
250,000 psi
125,0001 psi 50% Retention
%
120 pcf
1000 psi
10
Sancon Engineering, Inc.
EXHIBIT A, ATTACHMENT
CIPP PIPE THICKNESS CALCULATIONS
Carlsbad Park Ave 8" VCP
1. Determine the loading on the pipe using the modified Marston Formula and the Boussinesa Foimula
Base Equation:
tmm^^mmammmaamammmmmmmmmmm.. Total Load (Wtot) = Wc + W,
Dead Load (Wc) = Cd * w * Be * (Marston Formula)
Cd = loading coeficient
Cd = 1 - e^(-2 * ku;^*^ H/Bd)
2 * ku'
e = 2.718
H = Height of soil above pipe H = 10_ ft
ku' = .130 l<u' = 0.13
w = soil density (psf) w = 120 pcf
Be s diameter of pipe (in) B,= 8 in
Bd = trench width (ft) Bd = 2.67 [ft
2.40
Dead Load (Wc) 510.99 lbs/ft.
Live load (Wl) = 01 * P * (1 +1f)
01 = Live load coeficient {/ ft) for Single Wheel Load)
P = wheel load (lb)
If = impact factor = .766 - .133 * H; (0 <=lf<=.5)
P =
Therefore: Live Load (W|) is: W| =
0.004
16000
0.00
64.00
lb
lbs/ft.
Therefore: Total Load (Wtot = Wc + W,) Wtot= 574.99 lbs/ ft.
Sancon Engineering, Inc.
EXHIBIT A, ATTACHMENT
CIPP PIPE THICKNESS CALCULATIONS
Carlsbad Park Ave 8" VCP
2. Determine External Pressure on Pipe
Base equation:
5a (psi) = Yw * Hw + (Rw * Wc)/D + Wl/D
VVhere: Wc = vertical soil load = (Ys * H * D) /144
Modified equation
ga (psi) = Yw*Hw* 12in./ft. + (Rw * Ys * H) /144 + Wl / (D * 12in./ft.)
where:
Yw = Specific weight of water (lb/in ^3) Yw = .0361 lb/in^3
Hw = Height of water above pipe (ft.) ^ Hw=: 5.00 ift
Rw = Water Buoyancy Factor = 1 -.33(Hw/H) _ Rw= 0.84 ;
Ys = Soil Density (lb/ft^3) Ys=j 120 pcf
H = Height of soil above pipe (ft) H = 10 1ft
Wl = Live load (lb/ft) Wl=i
f
64 1 lb/ft
D = Pipe Diameter (in.) D=l 8 in
Therefore: External Pressure on the pipe (qa) qa = 9.79 PSi
Sancon Engineering, Inc.
CIPP THICKNESS CALCULATIOrSS^ IBITA, ATTACHiVIENT
Carlsbad Park Ave 8" VCP
3. Thickness Required for Buckling Pressure
Base Equation
qa +^/N^ (32*Rw*B'*Es^^^^^
Modify the Base Equation bv adding the following substitution:
El =^pe Wall Stiffness Factor = El *it^3)/12
i\/lodified Equation:
t = 0.721 * D * ((N * qa/0)^2/(EI IRw * B" * Es))'^,333
where:
I = Moment of Inertia (inM/in) = t^3/12
t^ minimum liner thickness (in)
D = Pipe diameter (in)
N = Safety Factor
D=: 8 Jn
N= 2
5a = e>^nal^resure on pipe jfe^^ _ ^ ____ . ^ ' ^J^ JP^~
Oy^^^Pi?}!^^ ij^^l - - ~ - - ^ ^ — ~ - ~ i 2 %
0 = Oyality^Factor^(ii%^^ - Q=i-_^0-M .
El = b^ngJeriTO^odulus^^c^ _ ^ ^_ _^ EL=i 125i000[psi
Rw = Water Buoyance factor _ _ _ _ Ryy= 0.84
B' = cpefficient^^^ e'^O^SMH)! ^ _B' =L 0L32_.
Es = Modulus of soil reaction (psij _ _ ^- ^ Es= 1,000 psi
H ^Height olSoH[abc^ (ftl_ ^ ^ _ _ _ ^ i ^Ji = ; 10 ^
The minimum CIPP thickness required Is 1 {^^^ 0.14 Jn. _ 3.7 mm
Use CIPP with an actual thickness of j t= 0.18 lin. j 4.5 mm
Sancon Engineering, Inc.
EXHIBIT A, ATTACHMENT
CIPP PIPE THICKNESS CALCULATIONS
Carlsbad Park Ave 12" VCP
DESIGN CALCUUTIONS FOR 12-INCH CIPP PIPE LINER
CIPP Dimensions
Liner Diameter (in.) 12 in
Liner Thickness (in.) 0.236 |in 6.0 mm
Liner SDR 50.8
CIPP Phvslcal Prooerties
Initial Tensile Strength (psi) 3000 psi
Initial Flexural Modulus (psi) 4500 psi
Initial Flexural Modulus of Elasticity (psi) 250,000 psi
Long-Term Modulus of Elasticity (psi) 125,000 psi 50% Retention
Existina Host Pioe Characteristics
Existing pipe fully deteriorated
Ovality (%) 2 %
Soil Characteristics
w = Soil density (pcf) 120 pcf
Es = Soil modulus (psi) 1000 psi
Safety Factor (N) 2
H = Max soil height over pipe (ft) 10 ft
Hw = Assumed height of water above pipe (ft) 5 ft
Sancon Engineering, Inc.
EXHIBIT A, ATTACHIVIENT
CIPP PIPE THICKNESS CALCULATIONS
Carlsbad Park Ave 12" VCP
1. Determine the loading on the pipe using the modified Marston Formula and the Boussinesa Fontiula
Base Equation:
Total Load (Wtot) = Wc + W,
Dead Load (Wc) = Cd * w * Be * Bd (Marston Formula)
Cd = loading coeficient
Cd = 1 - e^(-2 * ku' * H/Bd)
2*ku'
e = 2.718
H = Height of soil above pipe H = 10 ft
ku' = .130 ku' = 0.13
w = soil density (psf) w=! 120 pcf
Be = diameter of pipe (in) Be = 12 in
Bd = trench width (ft) Bd = 3.00 ft
Cd = 2.23
Dead Load (WJ 802.54 lbs/ft.
Live load (Wl) = CI * P * (1 +1f) 1
01 = Live load coeficient (/ ft) for Single Wheel Load) 0.005
P = wheel load (lb) p = 16000 lb
If = impact factor = .766 - .133 * H; (0 <=lf<=.5) lf= 0.00
Therefore: Live Load (W|) is: W| = 80.00 jibs/ft.
Therefore: Total Load (Wtot = Wc + W,) w«„ = 882.54 lbs/ft.
Sancon Engineering, Inc.
EXHIBIT A, ATTACHMENT
CIPP PIPE THICKNESS CALCULATIONS
Carlsbad Park Ave 12" VCP
2. Determine External Pressure on Pipe
Base equation:
qa (psi) = Yw * Hw + (Rw * Wc)/D + Wl/D
Where: Wc = vertical soil load = (Ys * H * D) 7144
Modified equation
qa (psi) = Yw * Hw * 12in./ft. + (Rw * Ys * H) 7144 + Wl / (D * 12in./ft,)
where:
Rw = Water Buoyancy Factor = 1-.33(Hw7H) ^ Rw = 084
H = Height of soil above pipe (ft)
Wl = Live load (IbTft)
D = Pipe Diameter (in.)
Tiierefore: External Pressure on the pipe (qa) qa =
Sancon Engineering, Inc.
Yw = Specific weight of water (Ib7in ^3) Yw = .0361^ Ib7in'^3
Hw = Height of water above pipe (ft.) : Hw = ft
Ys = Soil Density (lb/ft^3) . Ys^__J20 ^^^^^M^^^
H= 10 ft
Wl= 80 lb/ft
D= 12 in
CIPP THICKNESS CALCULATI0l4§^'^"^'^'^™"^^"^
Carlsbad Park Ave 12" VCP
3. Thickness Required for Buckling Pressure
Base Equation
qa + C7N* (32*Rw*B'*Es*EI7D^3)^.5
Modifv the Base Equation bv addina the foHowino substitution:
El = Pipe Wall Stiffness Factor = El * (t^3)712
Modified Equation:
t = 0.721 * D * ((N * qa7C)^27(EI * Rw * B' * Es)i'^,333
where:
I = Moment of Inertia (inM7in) = t'^3712
t = minimum liner thickness (in)
D = Pipe diameter (in)
N = Safety Factor
qa = external presure on pipe (psi)
Ovality of Pipe (%)
C = Ovality Factor = ((1 - % ovality7100)7(1 + % ovality7100))^3
El = Long term modulus of elasticty (psi)
Rw = Water Buoyance factor
B' = coefficient of elastic support=17(1 +4* e^(-0.065 * H))
Es = Modulus of soil reaction (psi)
H = Height of Soil above pipe (ft)
D=i 12
2
in
qa = 9.68 ps[
2 %
C=i 0.84
El=| 125.0001 psi
Rw=i 0.84
B'=| 0.32
ts= 1,000 [psi
H=i 10 1ft
The minimum CIPP thickness required is I tmin- 0.21 iin.
Use CIPP with an actual thickness of! t = 0.24 iin.
5.5 mm
6.0 mm
Sancon Engineering, Inc.